Loading...
R14-069 1 1 RESOLUTION NO. R14 -069 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 I FLORIDA, APPROVING THE AWARD OF A CONTRACT TO 5 1 MAN -CON, INCORPORATED FOR THE CENTRAL SEACREST 6 CORRIDOR UTILITIES IMPROVEMENTS PROJECT, BID #034- 7 2821- 14/DJL, IN THE AMOUNT OF $8,142,97350 PLUS A 10% 8 CONTINGENCY IN THE AMOUNT OF $814,297.35, IF NEEDED, 9 FOR A TOTAL BUDGET APPROPRIATION OF $8,957,270.85; 10 AUTHORIZING THE CITY MANAGER TO EXECUTE THE 11 CONTRACT; AND PROVIDING AN EFFECTIVE DATE. 12 13 14 WHEREAS, on May 9, 2014, the City of Boynton Beach advertised an Invitation to 15 Bid for the Central Seacrest Corridor Utilities Improvements Project, Bid No. 034 -2821- 16 14 /DJL; and 17 WHEREAS, four bid proposals were received and publicly opened on June 25, 2014 18 and Man -Con Incorporated's (Man -Con) bid was identified as the low bidder; and 19 WHEREAS, the City's Construction Manager for the project. Mathews Consulting, 20 reviewed the bid proposals and conducted reference checks for the three (3) lowest bidders; 21 and 22 WHEREAS, as a result of the bid evaluation -due diligence performed staff is 23 recommending the award of the contract to Man -Con Incorporated as the lowest bidder 24 providing the best value to the City of Boynton Beach; and 25 WHEREAS, the City Commission of the City of Boynton Beach upon 26 recommendation of staff, deems it to be in the best interest of the citizens of the City of 27 Boynton Beach to award a contract to Man -Con Incorporated for Bid #034 - 2821- 14!DJL for 28 the Central Seacrest Corridor Utilities Improvements Project, in the amount of 29 $8,142,973.50 with a 10% contingency in the amount of $814,297.35 for a total budget \\apps3 city cbb \auto\Data\217 \Items\208 \3082 \3963 \Reso_ _Award_ Contract_ to_ Man- Con_(Central_Seacrest_Corridor) doc 1 appropriation of $8,957,270.85. 2 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 3 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 4 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 5 being true and correct and are hereby made a specific part of this Resolution upon adoption 6 hereof. 7 Section 2. The City Commission of the City of Boynton Beach, Florida does 8 hereby award a contract to Man -Con Incorporated for Bid #034 - 2821- 14 /DJL for the Central 9 Seacrest Corridor Utilities Improvements Project, in the amount of $8,142,973.50 with a 10 10% contingency in the amount of $814,297.35 for a total budget appropriation of 11 $8,957,270.85, a copy of which is attached hereto as Exhibit "A ". 12 Section 3. The City Manager is authorized to execute the contract on behalf of 13 the City Commission. 14 Section 4. This Resolution shall become effective immediately upon passage. 15 16 (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) \ \apps3 city cbb\ auto\ Data \217 \ Items \208 \3082 \3963 \Reso_ _Award_Contract_to_ Man- Con_(Central_Seacrest_ Corridor) doc 1 PASSED AND ADOPTED this 5 day of August, 2014. 2 311 CITY OF BOYNTON BEACH, FLORIDA 4 5 6 ' id /t 7 i ayor — J: •J'or 8 f 9 10 t ,1 11 ice Mayor — Joe Casello 12 13 14 15 Commissioner — Davis . Merker 16 17 j � — 18 ;! 19 '•mmi sne ►i Mc , ay 20 21 22 23 Commissioner — Michael M. Fitz ick 24 ATTEST: 25 26 27 1111111 . 28 Jane . Prainito, MMC 29 i Clerk 30 31 ! Y 0 � 32 ( G,., e, w z 7 ' ON ot- \ \apps3 city cbb\ auto \ Data \2171Items\208\3082 \3963 \Reso = _Award_Coniract_to_ Man- Con_(Central_Seacrest_Corridor) doc R14 -069 , CONSTRUCTION CONTRACT CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 THIS AGREEMENT is entered into between the CITY OF BOYNTON BEACH, a municipal corporation, hereinafter referred to as "CITY ", and MAN -CON, INCORPORATED, a corporation authorized to do business in the State of Florida, hereinafter referred to as the "CONTRACTOR" WHEREAS, the CITY has awarded to the CONTRACTOR the work of performing certain construction services WHEREAS, at its meeting of August 5, 2014, by Resolution No , the CITY Commission authorized the proper CITY officials to execute this Contract hereinafter referred to as Contract No. 034 - 2821-14/DJL, and, NOW, THEREFORE, CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows Article 1. SCOPE OF WORK. CONTRACTOR shall furnish all plant, labor, materials, and equipment and perform all the necessary WORK in the manner and form provided in the Contract Documents entitled "CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1, Invitation to Bid #034- 2821 -14 /DJL Article 2. CONSULTANT. Mathews Consulting,Inc ( "CONSULTANT ") has designed the Project and will assume all duties and responsibilities and will have the rights and authority assigned to CONSULTANT in connection with completion of the WORK in accordance with the Contract Documents Article 3. CONTRACT TIME; LIQUIDATED DAMAGES. 3 1 The WORK will be substantially completed within 540 calendar days from the date when the Contract Time commences to run as provided in paragraph 2 3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14 9 of the General Conditions within 30 calendar days from the date of Substantial Completion 3 2 Liquidated Damages The CITY and CONTRACTOR recognize and acknowledge that time is of the essence of this Contract and that the CITY will suffer financial loss if the WORK is not completed within the times specified in paragraph 3 1 above, plus any extensions thereof Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD allowed in accordance with Article 12 of the General Conditions Each of the parties acknowledges that it has attempted to quantify the damages which would be suffered by the CITY in the event of the failure of CONTRACTOR to perform in a timely manner, but neither one has been capable of ascertaining such damages with a certainty CITY and CONTRACTOR also recognize and acknowledge the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the CITY if the WORK is not completed on time Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay the CITY, Two Thousand One - Hundred Dollars ($2,100 00) for each day that expires after the time specified in paragraphs 3 1 for substantial completion until the WORK is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining WORK within the Contract Time or any proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY Five Hundred Twenty - Five Dollars ($525 00) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment Article 4. CONTRACT PRICE. CITY shall pay CONTRACTOR, for faithful performance of the Contract, in lawful money of the United States of America, and subject to the additions and deductions as provided in the Contract Documents, a total sum as follows. Based on the Contract prices shown in the Bid Form submitted to the CITY as subsequently revised and as stated herein, a copy of such Bid Form being a part of the Contract Documents, the aggregate amount of this Contract ($8,142,973.50) Eight Million One - Hundred Forty -Two Thousand Nine Hundred Seventv -Three Dollars and Fifty Cents (Written) Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions CITY will process Applications for Payment as provided in the General Conditions 51 Progress Payments CONTRACT may submit an Application for Payment as recommended by CONSULTANT, for WORK completed during the Project at intervals of not more than once a month All progress payments will be on the basis of the progress of WORK measured by the schedule of values established in Paragraph 2 9 1 of the General Conditions and in the case of Unit Price Work based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements 5 2 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of WORK completed, but, in each case, Tess the aggregate of payments previously made and less such amounts as CONSULTANT shall determine, or CITY may withhold, in accordance with paragraph 14 5 of the General Conditions 5 3 CONTRACTOR shall submit with each Application for Payment, and updated progress schedule acceptable to the CITY and a Warranty of Title /release of liens relative to the Work that is the subject of the Application Each Application for Payment shall be submitted to the CITY for approval The CITY shall make payment to the Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 2 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD CONTRACTOR within thirty (30) days after approval by the CITY of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. 5 4 Ten percent (10) of all monies earned by the CONTRACTOR shall be retained by CITY until fifty (50) percent completion of the construction services purchased (defined as that point at which fifty (50) percent of the construction of the work as defined in the Contract Schedule of Values has been performed under the contract by the CONTRACTOR) has been reached 5 5 After fifty (50) percent completion of the construction work purchased under the Contract has been reached, five (5) percent of all monies earned by the CONTRACTOR shall be retained by the CITY until Final Completion and acceptance by CITY 5 6 The CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of a Defective Work not remedied b Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR c Failure of CONTRACTOR to make payments properly to SubCONTRACTORs or for material or labor d. Damage to another CONTRACTOR not remedied. e. Liquidated damages and costs incurred by the CITY for extended construction administration When the above grounds are removed or resolved or CONTRACTOR provides a surety bond or consent of Surety, satisfactory to the CITY, which will protect the CITY in the amount withheld, payment may be made in whole or in part 5 7 Final Payment Upon final completion and acceptance of the WORK in accordance with paragraph 14 10 of the General Conditions, CITY shall pay the remainder of the Contract Price as recommended by CONSULTANT as provided in paragraph 14 10 Article 6. CONTRACTOR GUARANTEE. CONTRACTOR warrants all work, materials and equipment shall be free from damages and /or defects owing to faulty materials or workmanship for a period of one (1) year after completion of the WORK covered by this Contract The CONTRACTOR, free of all costs to the CITY, shall replace any part of the equipment, materials, or work included in this Contract, which proves to be defective by reason of faulty materials, damages, and /or workmanship within twelve (12) month period Article 7. CONTRACT DOCUMENTS. The Documents hereinafter listed shall form the Contract and they are as fully a part of the Contract as if attached hereto 7 1 Invitation to Bid 7 2 Instructions to Bidders 7.3 Bid Forms (including the Bid, Bid Schedule(s), Information Required of Bidder, Approved Bid Bond, and all required certificates, affidavits and other documentation) Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 3 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD 7 4 Contract 7 5 Contractor's Performance and Payment Bond 7 6 General Conditions 7 7 Supplementary Conditions 7 8 Technical Specifications 7 9 Drawings 7 10 Addendum No 1, Dated June 4, 2014 Addendum No 2, Dated June 6, 2014 Addendum No 3, Dated June 18, 2014 ARTICLE 8. NOTICE: All notices required in this Contract shall be sent by certified mail, return receipt requested and if sent to the CITY shall be mailed to City of Boynton Beach Copy to. Procurement Services Division Attn Jose Huertas, Senior Project Manager Attn Director of Finance City of Boynton Beach 100 E Boynton Beach Boulevard 100 E. Boynton Beach Boulevard Boynton Beach, FL 33425 Boynton Beach FL 33425 Tel (561) 742 -6487 Tel (561) 742 -6311 Fax (561) Fax (561) 742 -6316 And if sent to the CONTRACTOR shall be mailed to Man -Con Incorporated 3460 SW 11`" Street Deerfield Beach, FL 33442 Attn Guy A Mancini Tel (954)427 -0230 Fax (954)427 -8133 Article 9. INDEMNITY. In consideration of Twenty -Five Dollars ($25.00) in hand paid and other valuable consideration, receipt of which is hereby acknowledged, CONTRACTOR agrees to defend, indemnify and hold harmless the CITY, its agents and employees, in accordance with paragraph 6 17 of the General Conditions which is incorporated herein and made a part hereof as if fully set forth herein It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statutes 725 06 It is further the specific intent and agreement of said parties that all of the Contract Documents on this Project are hereby amended to include the foregoing indemnification and the Specific Consideration Article 10. REIMBURSEMENT OF CONSULTANT EXPENSES. Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 4 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD Should the completion of this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of consulting and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion All such expenses for consulting and inspection incurred by the CITY will be charged to CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Contract Said expenses shall be further defined as CONSULTANT charges associated with the construction contract administration, including resident project representative costs Article 11. MISCELLANEOUS. 11 1 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents 11 2 CITY and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 5 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this .5 ' day of U6-11 S r , 2014. CITY OF BOYNTON BEACH elan -Onrl, Ir`c^'porated A � i City Manager Contractor Attest/Authenticated: L 4/ Title - - J ro v ° e t P/-Q.. (Corporate Seal) lerk Approve • as . • Form: Attest/Authenticated: r Office the Ci , A • rney Secretary , r' "rr» Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 6 BOND NO.: PERFORMANCE BOND NOTE: Bonds must be recorded in the Legal Records Department of Palm Beach County, Florida. Proof of recordation must be submitted along with this Form. One (1) set of originals will be required. KNOW ALL MEN BY THESE PRESENTS that (insert name of Contractor) as Principal, (address or legal title of Contractor) hereinafter called Contractor, and (name and address of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P.O BOX 310, BOYNTON BEACH, FLORIDA 33425 -0310 as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , 20 , entered into a contract with Owner for in accordance with drawings and specifications prepared by which contract is by reference made a part of hereof, and is hereinafter referred to as the Contract Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 7 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform such Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect The Surety hereby waives notice of any alteration or extension of time made by the Owner Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, or 2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the most responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion Tess the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof The term "balance of the contract price ", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of one (1) year from the date on which final payment under the Contract falls due No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. This bond is issued in compliance with Section 255 05, Florida Statutes as may be amended. A claimant, except a laborer, who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 45 days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Contractor with a notice that he intends to look to the bond for protection. A claimant who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 90 days after performance of the labor or after complete delivery of the materials or supplies, deliver to the Contractor and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. No action for the labor, materials, or supplies may be instituted against the Contractor or the Surety unless both notices have been given. No action shall be instituted against the Contractor or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 8 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD Signed and sealed this day of , 20 Principal (Seal) Witness Title Surety Witness Attorney -in -Fact END OF PERFORMANCE BOND Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 9 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD BOND NO.: PAYMENT BOND NOTE: Bonds must be recorded in the Legal Records Department of Palm Beach County, Florida. Proof of recordation must be submitted along with this Form. One (1) set of originals will be required. THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS that (insert name of Contractor) as Principal, (address or legal title of contractor) hereinafter called Principal, and (name and address of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P 0 BOX 310, BOYNTON BEACH, FLORIDA 33425 -0310 as Obligee, hereinafter called Owner, for the use and benefit of claimants as herebelow defined, in the amount of Dollars ($ ), for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 20 , entered into a contract with Owner for in accordance with drawings and specifications prepared by which contract is by reference made a part of hereof, and is hereinafter referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor, material or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, Tight, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2 The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or matenals were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit 3 No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following* the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which such claimant is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for when the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer. b. After the expiration of one (1) year following the date on which Principal ceased work on such Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c. Other than in a State Court of competent jurisdiction in and for the County or other political subdivision of the State in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere 4. The amount of this bond shall be reduced by and to the extent of a payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics liens which may be filed of record against such improvements, whether or not claim for the amount of Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 2 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD such lien be presented under and against this bond 5 This bond is issued in compliance with Section 255.05, Florida Statutes, as may be amended. A claimant, except a laborer, who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 45 days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Contractor with a notice that he intends to look to the bond for protection. A claimant who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 90 days after performance of the labor or after complete delivery of the materials or supplies, deliver to the Contractor and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. No action for the labor, materials, or supplies may be instituted against the Contractor or the Surety unless both notices have been given No action shall be instituted against the Contractor or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies. Signed and sealed this day of , 20 Principal (Seal) Witness Surety Witness Attorney -in -Fact END OF PAYMENT BOND Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 3 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD r CITY OF BOYNTON BEACH WARRANTY OF TITLE STATE OF FLORIDA COUNTY OF , being first duly sworn, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) a Florida Corporation ( ) Check One a Florida General Partnership ( ) a Florida Limited Partnership ( ) a Sole Proprietor ( ) which is named in Construction Contract dated the day of , 20 between such corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above Title to all work, materials and equipment covered by the attached Final Application for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, materialmen and subcontractors have been paid for performing or furnishing the work, labor or materials upon such Contract work covered by the aforesaid Final Application for Payment This statement under oath is given in compliance with Section 713 06 Florida Statutes Affiant Sworn to and subscribed before me this day of , 20_ Notary Public, State of Florida at Large My Commission expires (SEAL) END OF WARRANTY OF TITLE CENTRAL SEACREST CORRIDOR UTILIT IMPROVEMENTS - PHASE 1 BID #034- 2821- 14 /DJL MANDATORY PRE -BID CONFERENCE WEDNESDAY. MAY 21, 2014 AT 2:00 P.M. CITY HALL COMMISSION CHAMBERS 100 E. BOYNTON BEACH BOULEVARD BOYNTON BEACH, FL BID OPENING DATE: WEDNESDAY, JUNE 25, 2014 BID OPENING TIME: 2:00 P. M. (LOCAL TIME) CONFERENCE ROOM "B" CITY HALL TABLE OF CONTENTS BIDDING REQUIREMENTS: PAGE #: NOTICE TO CONTRACTORS. . ... ........... NC -1 - NC -3 INSTRUCTIONS TO BIDDERS ... ............ .... .. ....... ..... IB -1 - IB -12 GENERAL CONDITIONS FOR CONSTRUCTION .... ... GC -1 — GC -53 SPECIAL CONDITIONS . .. ........... . 01000 - 01800 TECHNICAL SPECIFICATIONS. . . . ... .... ... 02060 — 02960 . 03300 BID FORM ... BF -1 - BF -15 BID BOND BB -1 - BB -5 BID CHECK -LIST. ........ CKL -1 — CKL -2 ACKNOWLEGEMENT OF ADDENDA A -1 BIDDER ACKNOWLEDGEMENT ... .................... ..... . BA -1 BIDDER'S QUALIFICATION STATEMENT ... BQ -1 - BQ -7 CONFIRMATION OF DRUG -FREE WORKPLACE ... DFW -1 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER...... NCA -1 ANTI - KICKBACK AFFIDAVIT ........... AKA -1 TRENCH SAFETY ACT AFFIDAVIT TSA -1 SAFETY PROGRAM COMPLIANCE.... .... ... SPC -1 WARRANTIES .. WAR -1 — WAR -2 CONFIRMATION OF MINORITY OWNED BUSINESS MOB -1 SCHEDULE OF SUBCONTRACTORS SSC /MBE -1 FLORIDA INSPECTOR GENERAL ACKNOWLEDGEMENT ...... . .OIG -1 STATEMENT OF NO BID......... ...... NB -1 CONTRACT "APPENDIX B ": CONTRACT. . ... ........ ... .......... ........... .... ............ .... C -1 - C -5 MISCELLANEOUS "APPENDIX C ": PERFORMANCE BOND..... PFB -1 — PFB -3 PAYMENT BOND PYB -1 — PYB -3 WARRANTY OF TITLE .......... WT -1 INSURANCE ADVISORY FORM ................... ATTACHMENTS: Geotechnical Report. . ... . ... . ..... . . ... .. ... ••• . ... •.• Landscape Plans .. . • • • ....... .. ... Drawings . . . . ... . . .... . ... ... .. . When completed and executed, these documents, along with the Plans and Specifications, collectively with applicable Power of Attorney certifications for bond agents and Certificates of Insurance for the Contractor, forms the Contract for this Project. The City of Boynton Beach Procurement Services l �f' 100 E. Boynton Beach Boulevard 1111 (( P. 0. Box 310 Boynton Beach, Florida 33425 -0310 Telephone: (561) 742 -6310 FAX: (561) 742 -6316 NOTICE TO CONTRACTORS Sealed Bids for: Bid Title: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 Bid Number: 034- 2821- 14 /DJL Project Number: will be received by the City of Boynton Beach, Boynton Beach, Florida in PROCUREMENT SERVICES Division on or before Wednesday. June 25, 2014 no later than 2:00 P.M (local time). if by hand, including messenger or delivery service: at the City Hall: 100 E. Boynton Beach Boulevard Boynton Beach, Florida Procurement Services if by mail: P.O. Box 310, Boynton Beach, Florida 33425 -0310 All Bids will be publicly opened. Bid prices will be read aloud, only the names of the Bidders will be disclosed. Bids received after the assigned date and time will NOT be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regard to mail being delivered by a specified time so that Bids can be considered. The City reserves the right to consider Bids that have been determined by the City to be received late due to mishandling by the City after receipt of the Bids and prior to award being made Scope of Work: The City of Boynton Beach is seeking the services of a qualified contractor to furnish and install water main and stormwater improvements within an area bordered on the north by Boynton Beach Boulevard, on the east by the FEC Railroad, on the south by Woolbright Road, and on the west by Interstate 95, considered as Phase 1 or Contract 1; to complete the City's project known as CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1. The scope of work includes but is not limited to water main replacement, stormwater system upgrades including new exfiltration trench, pavement overlay and miscellaneous upgrades to driveway aprons and sidewalks. The term Phase 1 and Contract 1 is used interchangeable in the document which means the same. Boynton Beach Utilities — Central Seacrest — Phase 1 NC -1 The scope of work is more clearly defined in the Contract Documents, Special Conditions and Terms and Conditions for City Furnished Materials (if applicable), Technical Specifications and project drawings, which are hereby not listed in any order of precedence. A MANDATORY Pre -Bid Conference and Site Inspection is scheduled for Wednesday. May 21, 2014 at 2:00 P.M. (local time), to be held in the City Hall Commission Chambers, 100 E. Boynton Beach Boulevard, Boynton Beach, Florida. Proof of attendance for the mandatory Pre -Bid Conference will be indicated by the Bidder's signature or their appointee on the attendance sheet provided. Bidders will visit site immediately following this meeting. The Utilities Department will provide an escort to the site. Similar to the requirements of the sign -In sheet for the Pre -Bid Conference, attendance sheets will be available for the site location. It is imperative that Bidders ensure that their signatures are recorded. At the time of the opening of bids, each bidder shall be presumed to have inspected the site and to have read to be thoroughly familiar with the plans and Contract Documents (including all addenda). Failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation with respect to this bid. ATTENTION ALL INTERESTED BIDDERS: Copies of this solicitation package may be obtained from Demandstar at Onvia at www.demandstar.com or by calling 1- 800 - 711 -1712. Demandstar distributes the City's solicitations through electronic download, by facsimile, or through the United States Postal Service (USPS). Bidders who obtain copies of this solicitation from sources other than www.demandstar.com may potentially risk not receiving certain addendum(s) issued as a result of the solicitation. All Bidders are required to submit a five percent (5 %) Bid Bond with the Bid Form or the Bid shall be rejected as non - responsive. A one hundred percent (100 %) Payment and Performance Bond is required upon notification by the City of the award the Contract to the selected firm. Bidders shall submit one (1) original (so marked) and three (3) copies of the bid and its accompanying statements. No bids may be withdrawn for a period of ninety (90) days after the Bid opening. Bids must be accompanied by an acceptable 5% Bid Bond, cash, certified check, or money order. Said bid bond is to be furnished and executed by a surety company of recognized standing, authorized to do business in the State of Florida, and having a Registered Agent in Florida. The bid bond amount shall be 5% of the bid price and shall constitute a guarantee that the contractor, if awarded the contract, will enter into a written contract with the City to perform this work pursuant to the bid The low monetary Bid will NOT in all cases be awarded the Contract. Award will be made to the most responsive, responsible bidder whose Bid is the most advantageous to the City, price and other factors considered. The City reserves the right to reject any and all Bids and to waive technical errors as set forth in the proposal. CONE OF SILENCE: Pursuant to Palm Beach County Section 2 -355, after the deadline to respond to this Bid, members of the City Commission are prohibited from communicating directly or indirectly with Bidders regarding the substance of the proposal submittals until such time as the City Commission (1) awards or approves a contract, (2) rejects all responses, or (3) otherwise takes action which ends Boynton Beach Utilities — Central Seacrest — Phase 1 NC -2 the solicitation process. Improper communications during this "Cone of Silence" period may result in a penalty as outlined in Palm Beach County Code Section 2 -357. PUBLIC RECORDS DISCLOSURE: As per Florida Statutes §119.07, sealed Bids or Proposals received by the City in response to a Request for Proposal or Invitation to Bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the Proposals /Bids. If the City rejects all Proposals /Bids submitted in response to a Request for Proposal or Invitation to Bid, and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected Proposals /Bids remain exempt from public disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A Bid, Proposal or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all Bids, Proposals, or replies. Any questions relative to any item(s) or portion(s) of this Bid should be directed to Diane LeRay, CPPO, CPPB, FCPM, Contract Administrator (561) 742 -6421 with Office Hours: MONDAY — THURSDAY, 8:00 A.M. TO 6:00 P.M. CITY OF BOYNTON BEACH BY TIM W. HOWARD Director of Financial Services Boynton Beach Utilities — Central Seacrest Phase 1 NC - 3 , INSTRUCTIONS TO BIDDERS These documents constitute the complete set of General Conditions, Specifications and Bid Forms All Bid sheets and attachments must be executed and submitted in a sealed envelope. DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE. The face of the envelope shall contain Bidder's name, return address, date and time of Bid opening, and Bid number and title. Bids not submitted on the enclosed Bid Form shall be rejected. By submitting a Bid, the Bidder agrees to all terms and conditions specified herein NO EXCEPTIONS TO THE TERMS AND CONDITIONS SHALL BE ALLOWED. Submittal of a Bid in response to this Invitation to Bid constitutes an offer by the Bidder. Bids that do not comply with these requirements may be rejected at the option of the CITY. The CITY reserves the right to waive technical defects in any Bid. As used in this Invitation to Bid, the words Bidder, proposer, and contractor may be used interchangeably, and when so used, deemed to mean Bidder. THE LOW MONETARY BID WILL NOT IN ALL CASES BE AWARDED THE CONTRACT OR PURCHASE ORDER. CONTRACTS OR PURCHASE ORDERS WILL BE AWARDED BY THE CITY TO THE MOST RESPONSIVE, RESPONSIBLE BIDDER WHOSE BID, EVALUATION OF BIDS WILL BE MADE BASED UPON THE EVALUATION FACTORS AND STANDARDS HERETOFORE SET FORTH IN THE INSTRUCTION TO BIDDERS. THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS AND TO WAIVE TECHNICAL ERRORS AS HERETOFORE SET FORTH. IN THE EVENT OF A COURT CHALLENGE TO AN AWARD BY ANY BIDDER, DAMAGES, IF ANY, RESULTING FROM AN IMPROPER AWARD WILL BE LIMITED TO ACTUAL BID PREPARATION COSTS INCURRED BY THE CHALLENGING BIDDER. BY SUBMITTING A BID, BIDDER ACKNOWLEDGES THIS LIMITATION ON DAMAGES AND RECOVERY IN THE EVENT OF A PROTEST OR LEGAL ACTION CHALLENGING THE AWARD OF BID. Boynton Beach — Central Seacrest - Phase 1 IB - 1 1. DEFINED TERMS: Terms used in these on the date and time specified in the Instructions to Bidders have the meanings Invitation to Bid. All Bidders and their assigned to them in the City of Boynton representatives are invited to attend. The Bid Beach, Standard General Conditions of the opening may be delayed at the sole Construction Contract. discretion of the City. Under no circumstances shall Bids delivered after the 2. COPIES OF BID DOCUMENTS: Bid Bid opening specified time has begun be documents may be obtained from considered and as such, Bids will be www.demandstar.com or by calling 1 -800- returned unopened. It is the Bidder's sole 711 -1712. Demandstar distributes the City's responsibility to assure that the Bid is solicitations through electronic download, by delivered at the proper time and place prior facsimile or through U.S. Postal Service to the Bid deadline. Offers by facsimile, (USPS). Bidders who obtain copies of this telegram, or telephone are not acceptable. A solicitation from sources other than Bid may NOT be altered by the Bidder after www.demandstar.com may potentially risk opening of the Bids. not receiving certain addenda issued as a result of the solicitation. The Bidder is requested to submit one (1) original and three (3) copies of the bid. Complete sets of Bid documents shall be The original bid must be manually and used in preparing Bids. Neither CITY nor duly signed in ink by a Corporate Officer, CONSULTANT assumes or disclaims any Principal, or Partner with the authority to responsibility for errors or misinterpretations bind the Bidding firm by his /her resulting from the use of incomplete sets of signature. In the case of corrections, the Bid Documents. Bidder must initial any erasures or alterations in ink. All Bids must be submitted 3. EXECUTION OF BID: Bid must contain a in the English language. All prices, terms manual signature in ink, of an authorized and conditions quoted in the submitted Bid representative who has the legal ability to bind must be expressed in U.S. Dollars, and will the Bidder to contractual obligations. Bid must be fixed and firm for acceptance for ninety be typed or legibly printed in ink. Use of (90) calendar days from the date of the Bid erasable ink is not permitted. All corrections opening unless otherwise stated by the City. made by Bidder to any part of the bid document must be initialed in ink. 6. BID FORM: Additional copies of the Bid form may be obtained from 4. NO BID: If not submitting a Bid, respond by demandstar.com. Bids must be submitted returning one (1) copy of the "STATEMENT on the prescribed form; all blank spaces OF NO BID" and explain the reason by must be filed in as noted, in ink or typed with indicating as per reasons listed or in the amounts extended and totaled. Where space provided. Repeated failure to quote indicated on the Bid Form, items shall be without sufficient justification may be cause stated in numbers. for removal of the vendor's information from the City's mailing list. The estimate of the various quantities of work or goods applicable to unit price items 5. BID SUBMISSION: It is the Bidder's as shown on the Bid Form is approximate responsibility to read and understand the and is intended solely to provide the basis of requirements of this Bid. Bids shall be comparison upon which the Award of submitted to the Procurement Services Contract is made. Final payment shall be Division. All Bids must be accompanied by made on the basis of the actual quantities of the Bid Security (if required) and all other each item required documents. The Bid opening shall be public and the Bid prices will be read aloud Irregular Bids may be rejected. Irregular at the City's Administrative Office located at: Bids are defined as those containing serious omissions, unauthonzed alternative Bids, 100 E. Boynton Beach Boulevard incomplete Bids or unbalanced Bids. Failure 2 Floor (unless otherwise designated) to provide all of the information required to Boynton Beach, Florida 33435 accompany the bid, Bid Form and Boynton Beach Utilities — Central Seacrest Phase 1 IB - 2 Specifications shall be considered a serious returned. If the apparent Successful Bidder omission, which may result in the bid being fails to execute a contract within ten (10) rejected as non - conforming. calendar days after receipt of the Award letter which is issued prior to the CITY's Bids by partnership must be executed in the award of purchase order or contract, the partnership's name and signed by a general CITY may annul such Award Letter, and the partner, his /her title must appear under security of that Bidder shall be forfeited and his /her signature and the official address of retained by the CITY. The CITY may then the partnership must be shown below the recommend to acceptance of the Bid of the signature next lowest responsive, responsible Bidder, All names of persons signing documents or to re- advertise for Bids. If the Bid of the must be typed or pnnted below the next lowest, responsible Bidder is accepted, signature. this acceptance shall bind such Bidder as though it was the original successful Bidder The Bids shall contain acknowledgment of receipt of all addenda by submitting the There shall be no binding contract until such Addenda acknowledgement form enclosed time as the CITY executes the Contract or herein issued the Purchase Order as the final award of the contract. The Bid Security of 7. BID SECURITY: When required by the Bid other Bidder's whom the CITY believes to documents each Bid must be accompanied have a reasonable chance of receiving the by a Bid deposit or Bid surety bond in the award may be retained by the CITY until the amount specified. Bid deposits shall be in earlier of the seventh day after the effective the form of cash, certified check or cashier's date of the Purchase Order or Contract, or check, drawn on a responsible bank doing the ninety-first day after the Bid Opening. business in the United States, and shall be The Bid Security furnished by non - awarded made payable to the CITY of Boynton vendors will be returned. Bid Secunty with Beach In lieu of a bid deposit, a bid surety Bids which are not competitive or responsive provided by a firm licensed to do business in shall be returned upon award of the Bid. the State of Florida shall be provided to the CITY Any Bid deposits submitted will be 8. QUALIFICATIONS OF BIDDERS: The returned to the Bidder(s) at the time of project shall be constructed by a firm with contract award. The Bid deposit of the the primary qualifying agent licensed as a successful Bidder shall be returned upon Contractor pursuant to Chapter 489, Florida receipt of acceptable Performance and /or Statutes, and as defined in Paragraph Payment Bonds 489.105, and shall have been employed full - time by the construction firm for at least one Upon receipt of an Award Letter with the (1) year prior to this project's bid date. contract agreement for a purchase order, Bidder shall enter into a Contract and /or 9 EXAMINATION OF BID DOCUMENTS AND accept the purchase order with the CITY and SITE: Pursuant to Article 4 of the General furnish the necessary documents, including Conditions, Bidder must satisfy itself by but not limited to: insurance certificates, personal and thorough examination of the performance and payment bonds in the location of the proposed Work; Bid amount total to the awarded contract Documents; requirements of the Work and amount the accuracy of the estimate for the quantities of the Work to be done. Following The Attorney -in -Fact who signs the bond such examination, Bidder shall not at any must file with the bond a current proof of time after the submission of a Bid, dispute or appointment as Attorney -in -Fact. complain of such estimate the nature of the amount of Work to be done. The Bid deposit/security of the Successful Bidder shall be retained until such Bidder By submission of its Bid, Bidder certifies and has been awarded a binding Contract or affirms that it has at its own expense Purchase Order or Contract Security conducted any additional examinations, whereupon the Bid security shall be investigations, explorations, tests, and Boynton Beach Utilities — Central Seacrest Phase 1 IB - 3 studies; and obtained any additional completion and acceptance of the Work with information and data which pertains to the liability equal to 25% of the contract price. physical conditions (surface, subsurface, and Underground utilities) at or contiguous 11. SIGNING OF CONTRACT: The Award to the site or otherwise; prior to bidding Letter will be presented to the Successful which may affect cost, progress, or Bidder. Within ten (10) calendar days after performance of the Work and which Bidder issuance of the award letter, the successful deems necessary to determine its Bid price Bidder shall sign and deliver the In addition the Bidder further affirms that Construction Contract with the required they have familiarized themselves with other bonds and insurance certificates to the terms and conditions of the Bid Documents CITY. After receipt and approval of such and /or satisfied itself with respect to such documents, the Construction Contract will be conditions and shall make no claims against executed. Within thirty (30) calendar days the CITY or the CONSULTANT if while thereafter, the CITY shall deliver a fully carrying out the Work, Bidder finds that the signed and executed Contract to the actual conditions do not conform to those successful Bidder. At times a purchase indicated. Bidder shall bear the cost of order will be issued in lieu of a contract modifying the Project to accommodate such agreement. conditions On request, the CITY will provide Bidder access to the site to conduct such 12 BIDS TO REMAIN OPEN: All Bids shall investigations and tests, as Bidder deems remain open for the required number of days necessary for submission of its Bid. Bidder after the date of the Bid opening stated in shall schedule such access in advance with the special provisions, or if no such number the CITY. of days is stated, all Bids shall remain open for ninety (90) days after the date of the Bid Upon completion of such additional field opening prior to award. The CITY may, in its investigations and tests, Bidder shall sole discretion, release any Bid and return completely restore any and all disturbed the Bid Security prior to that start date. areas. 13. MODIFICATIONS OF BIDS: Bids may be 10. CONTRACT SECURITY /INSURANCE: modified by an appropriate document duly When required by the specification herein executed (in the same manner that the Bid the successful Bidder shall furnish along with must be executed) and delivered to the the executed construction contract and /or place where the Bids are to be submitted at Purchase Order, a Performance and any time prior to the solicitation closing date Payment Bond, and /or Warranty Bond, and and time. The Bidder must present insurance certificates as stated in this certification to assure that they are indeed solicitation, on the CITY's forms, within ten an authorized representative of the Bidder's (10) calendar days of receipt of the contract firm at the time modification to the Bid is documents for execution. Successful Bidder presented is required to record the Bonds in the public records of Palm Beach County, Florida and 14. WITHDRAWAL OF BIDS: All Bids shall be provide the Bond number on the irrevocable unless the Bid is withdrawn as Performance and Payment Bond Form provided herein. All Bids may be withdrawn provided herein. Failure to furnish the only by written communication delivered to required Bonds as stated and within the time the Procurement Services Division prior to specified may be cause for rejection of the the solicitation closing date and time. The Bid and any bid deposit may be retained by Bidder must present certification to assure the CITY as liquidated damages and not as that they are an authorized representative of a penalty. Such sum shall be a fair estimate the Bidder's firm at the time such of the amount of damages the CITY would communication to withdraw the Bid is sustain due to Bidder's failure to furnish presented. A CITY representative shall such Bonds verify this information prior to return of the Bid The Performance and Payment Bonds shall remain in effect for one (1) year after However, if within twenty -four (24) hours Boynton Beach Utilities — Central Seacrest Phase 1 IB - 4 after Bids are opened, any Bidder files a duly financial ability to commence and complete signed written notice with the CITY and the project. Each Bidder shall submit written promptly thereafter provides detailed evidence such as financial data, previous information to substantiate to the CITY that experience, present commitments and other there was a material and substantial mistake such data as may establish financial ability in the preparation of its Bid, Bidder may The City reserves the right to make such withdraw its Bid, and the Bid Security will be investigations as it may deem necessary to returned. The Bidder must present establish the competency and financial certification to assure that the Bidder is an ability of any Bidder to perform the Work. authorized representative of the Bidder's firm at the time such communication to withdraw NO AWARD SHALL BE DEEMED FINAL the Bid is presented. A CITY representative AND ALL SUCH AWARDS SHALL BE shall verify this information prior to return of DEEMED CONDITIONAL UNTIL THE the Bid and Bid Security. Thereafter, that PARTIES SHALL HAVE FULLY EXECUTED Bidder will be disqualified from further THE AGREEMENT(S) CONTEMPLATED bidding on the Work to be provided under HEREIN, AND A FULLY EXECUTED the Bid Documents AGREEMENT HAS BEEN RETURNED TO THE BIDDER, OR A PURCHASE ORDER 15 AWARD OF CONTRACT: If a Contract is HAS BEEN ISSUED BY THE CITY awarded, it shall be awarded to the lowest COMMISSION OR DESIGNEE TO THE responsive and responsible Bidder. At the BIDDER. NO BIDDER SHALL BE time of bid submission, Bidder must be ENTITLED TO RELY ON ANY properly certified and licensed in the State of ANNOUNCEMENT OF AN AWARD, AND Florida and /or Palm Beach County, as THE CITY SHALL IN NO WAY BE applicable, for the purpose of performing the ESTOPPED IN THE REVOCATION OF AN specified Work. A Bidder is a not a AWARD PREVIOUSLY GRANTED. responsible Bidder if: 16. RIGHTS OF THE CITY: The CITY 1 They do not hold the requisite license(s) expressly reserves if in its best interest to to apply for and obtain permits required include but not limited to: for the Work, and D Waive as an informality, minor 2. They have not completed five (5) or deviations from specifications at a lower more similar projects for a public entity, price than the most responsive, developer, homeowner or condominium responsible Bidder; within the State of Florida and within the D Waive any defect, irregulanty or past forty -eight (48) months. informality in any Bid or Bidding 3 They have been a party to litigation or procedure, arbitration arising from a public entity D Reject or cancel any or all bids; within the past sixty (60) months D Extend the bid deadline time and date; 4 They are not able to provide proof of D Accept any Bid or combination of Bid ability to obtain a bond to secure alternates that in the CITY's judgment completion of the project. shall serve the CITY's best interest; 5 They have not attended the mandatory D Make multiple awards, pre -bid conference, if applicable. D Disregard all nonconforming, non - 6 They have paid liquidated damages to a responsive, unbalanced, or conditional public entity for a public protest that was Bids or counter - proposals. delayed more than ten (10) days, within D Request additional quantities of the Bid the past forty -eight (48) months. product or services at the prices bid in 7 They were the contractor on a public the solicitation with exception if construction project that incurred cost specifically noted, "BID IS FOR over -runs in excess of ten percent (10 %) SPECIFIED QUANTITY ONLY ", of the amount of their bid amount, within decrease the quantity specified in the the past forty -eight (48) months. Invitation to Bid, or completely eliminate 8 They are not qualified to do business in any items of the Work listed in the Bid the State of Florida. Form in order that the Work can be In addition, the Bidder shall have the completed within the amount of available Boynton Beach Utilities — Central Seacrest Phase 1 IB - 5 funds; the pnces must be submitted in units of ➢ Consider and accept an alternate Bid as quantity whereby both unit price and provided herein when most extended total shall be submitted. In case of advantageous to the CITY discrepancy in computing the amount of the Bid, the Unit Price quoted shall govern All 17. REJECTION OF BIDS: The CITY prices shall be F O.B destination, freight reserves the right to reject any or all Bids, to pre -paid (unless otherwise stated in the waive technical errors, to accept a portion of Special Conditions). Award, if made, shall any Bids that are deemed to be the most be in accordance with the terms and advantageous to the CITY. In determining conditions stated herein. Each item must be the most advantageous Bid ", price, Bid separately and no attempt is to be made quantifiable factors, and other factors are to tie any item or items in with any other item considered. Such factors include but are not or items. Payment shall be made only after limited to specifications; delivery installation and acceptance for requirements; purchase price; life materials /services Cash discounts may be expectancy, cost of maintenance and offered for prompt payment; however, such operations; operating efficiency, training discounts shall not be considered in requirements; disposal value; and other determining the lowest net cost for bid matters contributing to the over acquisition evaluation. cost of an item Considerations may be given, but are not necessarily limited to All payments shall be governed by the Local conformity to the specifications including Government Prompt Payment Act, F.S. § timely delivery, product warranty, a Bidder's 218. proposed service; ability to supply and provide service, delivery to required 20. DELIVERY: If required by the CITY, all schedules and past performances in other items shall be delivered F.O.B. Destination contracts with the CITY or other to a specific address. All delivery costs and governmental entities. charges must be included in the Bid price. The CITY reserves the right to cancel orders In an effort to efficiently advance the or any part thereof without obligation, if the submitted Bids for administrative review, the delivery is not made at the time specified in CITY reserves the right to reject all but the the Bid. three (3) lowest Bids when evaluating the submitted Bids. 21. MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, 18. BID TABULATION: Bid tabulations shall be drawings, exhibits, addenda, delivery submitted upon request from the instructions, Bid prices, extensions and Procurement Services Division. special conditions pertaining to the ITB. Failure of the Bidder to examine all pertinent Pursuant to Florida Statute 119, sealed Bids documents shall not entitle the Bidder to any or Proposals received by an agency relief from the conditions imposed by the pursuant to Invitation to Bid or Request for Contract In the event of extension error(s) Proposals are exempt from public records the unit price shall prevail and the Bidder's disclosure until such time as the agency total offer shall be corrected accordingly. provides notice of a decision or intended Erasures or corrections on Bids must be decision, or within thirty (30) days after initialed in ink by the Bidder. bid /proposal opening /closing, whichever is earlier. 22. INVOICING AND PAYMENT: Payment for any and all invoice(s) that may anse as a 19 PRICES: Bid prices shall be fixed and firm result of a Contract or Purchase Order to the extent required under Special issued pursuant to this Bid Specification Conditions. In the absence of a reference in shall minimally meet the following conditions the Special Conditions, Bid prices shall be to be considered as a valid payment request. so fixed and firm for a period of ninety (90) If progress payments are applied for, all calendar days Prices must be submitted as invoicing and payments shall be as outlined in the bid specifications Generally stipulated under the Special Conditions Boynton Beach Utilities — Central Seacrest Phase 1 IB - 6 section titled "Progress Payments ". All addenda will be available to Bidders through the CITY's e- Procurement system, All invoices shall be based upon and www demandstar.com. Therefore, it is the submitted with an approved Schedule of Bidder's responsibility to check with the Values Said Schedule of Values shall also Procurement Services Division and contain a percentage breakdown of the immediately secure all addenda before supplies and services completed for which submitting Bids. Each Bidder shall payment is requested in comparison to the acknowledge receipt of ALL addenda by total contract. notation on the Addenda acknowledgement Form to be submitted with the bid and shall All invoices submitted shall consist of an adhere to all requirements specified in each original and one (1) copy and: addendum prior to submission of the Bid. D Contain the Bidder's Federal Employer Identification Number. 24. INTERPRETATIONS: To ensure fair • Clearly reference the subject Contract or consideration for all Bidders, the CITY Purchase Order number; prohibits communication to or with any D Provide sufficient salient description to department, officer or employee during the identify the goods or services for which solicitation process except as otherwise payment is requested, specified. D Must be an original or legible copy of a signed delivery receipt including both If the Bidder should be in doubt as to the manual signature and printed name of a meaning of any of the Bid documents, or is designated CITY employee or of the opinion that the plans and /or authorized agent, be clearly marked as specifications contain errors, contradictions "partial ", "complete ", or "final" invoice. or reflect omissions, Bidder shall submit a The CITY shall accept partial deliveries written request to the CITY's Procurement Services Division representative identified in Timely submission of properly certified the Bid document at the email address invoice(s) shall be in strict accordance with provided, no later than ten (10) days pnor to the price(s) and delivery elements as the Bid opening date. Inquiries should stipulated in the Contract document. The reference the bid deadline date. CITY's term of payment, unless otherwise stated in the Contract or Purchase Order All Special Conditions, Drawings, and documents is "Net 30 Days" after Technical Specifications shall take acceptance of goods or services and receipt precedence over General Conditions. If of an acceptable invoice as descnbed there is a conflict between the General herein. Any other items of payment must Conditions, Special Conditions, Technical have been previously approved by the CITY Specifications and Drawings; the more and appear on the Contract or Purchase stringent specification shall apply. Refer to Order document to be binding on the CITY. General Conditions, Para. 3.4, "Order of Precedence" for more details. Should the CITY return an invoice for correction, the Vendor shall resubmit a 25. CONFLICT OF INTEREST: All Bidders corrected invoice to the CITY for processing. must disclose with their Bid, the name of each of its employees, agents, or relatives 23 ADDENDA: From time to time, the CITY who are employees of the CITY. may issue an addendum to change the intent or to clarify the meaning of the The Bidder represents and warrants to the Contract Documents. The CITY reserves CITY that no officer, employee, or agent of the right to amend this Bid prior to Bid the CITY has any interest either directly or opening Written addenda shall serve as the indirectly, in the business of the Bidder to be sole means of clanfication The CITY shall conducted hereunder The Bidder further not be responsible for oral interpretations represents and warrants to the CITY that it given by any CITY employee or its has not employed or retained any company representative or person, other than a bona fide employee working solely for the Bidder, to solicit or Boynton Beach Utilities — Central Seacrest Phase 1 IB - 7 secure this contract, and that it has not paid, association, interest or circumstance or agreed to pay any person, company, would, in the opinion of the CITY, corporation, individual, or Firm, other than constitute a conflict of interest if entered the bona fide personnel working solely for into by the Bidder. If in the opinion of the Bidder for a fee, commission, the CITY, the prospective business percentage, gift or other consideration, association, interest or circumstance contingent upon or resulting from the award would not constitute a conflict of interest or making of this contract. The Bidder also by the Bidder, the CITY shall so state in acknowledges that it has not agreed as an the notification and the Bidder shall, at expressed or implied condition for obtaining its option, enter into such association, this contract to employ or retain the services interest or circumstance and it shall be of any person, company, individual or Firm in deemed not in conflict of interest with connection with carrying out this contract. It respect to services provided to the CITY is understood and agreed by the Bidder that, by the Bidder under the terms and upon the breach or violation of this Section, conditions of this Contract. If the CITY the CITY shall have the right to terminate the determines that such potential contract without liability and at its sole relationship constitutes a conflict of discretion, and to deduct from the contract interest, Bidder shall be in violation of its price, or to otherwise recover the full amount contract with the CITY if it enters into of such fee, commission, percentage, gift or any relationship whatsoever with the consideration paid by the Bidder. prospective business. a. The Bidder represents that it presently 26. BID EXEMPT: Bid items designated as has no interest, either direct or indirect, CITY purchases shall not be greater than the while performing the services required price Bidder has provided on other public by this contract, which would conflict in entity or state of Florida contracts to which any manner with Florida Statutes. The Bidder is a party. The CITY reserves the Bidder represents that no person having right to Bid separately any item or service if any such interest shall be employed deemed to be in the best interest of the during the term of this contract, including CITY any officer, employee or agent of the CITY. 27. PROMOTIONAL PRICING: In addition, b. The Bidder represents and warrants that Bidder shall offer to the CITY, during the it has no current contracts with any entity Contract period, any item(s) offered on a that would create any conflict of interest "promotional" basis from the manufacturer. in the Bidder's ability to perform the It shall be the successful Bidder's services required by this contract. responsibility to monitor such item(s) and Further, the Contractor represents and report any that are or shall be offered at warrants that throughout the term of this lower price. contract, it will not undertake any work that would create such a conflict of 28. CONTRACTUAL AGREEMENT: The interest. submission of a Bid constitutes a firm offer c. The Bidder shall promptly notify the by the Bidder. Upon acceptance by the CITY in writing by certified mail or CITY, the Procurement Services Division electronic mail of all potential conflicts of shall issue a notice of award and purchase interest for any prospective business order(s) and /or contract for any supplies, association, interest or other equipment and /or services as a result of this circumstance that may influence or Bid. The Invitation to Bid and the appear to influence the Bidder's corresponding purchase order(s) and /or judgment or quality of services being contract shall constitute the complete provided hereunder. Such written agreement between the successful Bidder notification shall identify the prospective and the CITY. Unless otherwise stipulated business association, interest or in the Bid documents or agreed to in writing circumstance, the nature of work that by both parties, no other contract documents the Bidder may undertake and request shall be issued or accepted an opinion of the CITY as to whether the Boynton Beach Utilities — Central Seacrest Phase 1 IB - 8 29. ADVERTISING: In submitting a Bid, the is set forth in Section 6.4 of the General Bidder agrees not to use the results Conditions, which may be supplemented in therefrom as a part of any commercial the General Requirements advertising. 33. ADJUSTMENT /CHANGES /DEVIATIONS: 30 FACILITIES: A Bidder must have at the No adjustments, changes, or deviations shall time of the Bid opening, an operational be accepted on any item unless conditions facility or be a fully authorized agent or or Specifications of a Bid expressly so representative of the product Bid, and provide. All adjustments, changes or capable of producing, providing or installing deviations shall require prior written approval the items Bid, and so certify upon request and shall be binding ONLY if issued though the CITY's Procurement Services Division The CITY reserves the right to inspect the Bidder's facility(ies) at any reasonable time, 34. REJECTION: The right is reserved to reject prior to award of the Bid, during normal any and all Bids or to accept the one business hours with prior notice, to deemed by the CITY to be the most determine that the Bidder has a bona fide advantageous. place of business and is a responsible Bidder 35. NON - COLLUSION: Bidder certifies that it has not divulged, discussed, or compared its 31 DISQUALIFICATION OF BIDDER: More Bid with other Bidders and has not colluded than one Bid from an individual, firm, with any other Bidder or parties to a Bid partnership, corporation, or association whatsoever. (Note: Premiums, rebates or under the same or different names shall not gratuities are not permitted with, prior to, or be considered. All Bids shall be rejected if after any delivery of material.) Any such there is reason to believe that collusion violation shall result in the cancellation exists between Bidders. Bids which the and /or return of materials (as applicable) as prices obviously are unbalanced shall be being non - conforming and removal from the subject to review and /or rejection. CITY's Bid list(s). Each Bidder shall Automatic disqualifiers are as follows. complete the Non - Collusion Affidavit and a Not including an executed Bidder shall submit with the Bid /Proposal. The CITY signature. considers the failure of the Bidder to submit b Not being licensed to perform the this document to be a major irregularity, and required work or to provide the required may be cause for rejection of the proposal. product. c. Not being eligible to bid due to violations 36. DEFINITION OF TERMS: Terms used in listed under Item No.37 of the Instruction the Invitation to Bid shall have the meanings to Bidders, "Public Entity Crimes." assigned to them in the industry in the d Not completing the Bid Submittal Form subject matter of the Bid, unless otherwise as required specified in the Bid documents 32. SUBSTITUTE or "OR EQUAL ITEMS ": The 37. PUBLIC ENTITY CRIMES: A person or Contract, if awarded, will be on the basis of affiliate who has been placed on the matenal and equipment described in the convicted vendor list following a conviction Drawings or specified in the Specifications for public entity crime may not submit a Bid without consideration of possible substitute. for a contract to provide any goods or "Or equal" item(s) of material or equipment services to a public entity, may not submit a may be furnished or used by successful Bid for a contract with a public entity for Bidder if acceptable to the CITY. Application construction or repair of a public building or for such acceptance must be made ten (10) public work, may not submit Bids on leases calendar days prior to the Bid opening date, of real property to a public entity, may not be or such application will not be considered by awarded or perform work as a contractor, the CITY. The procedure for submittal of supplier, subcontractor, or consultant under any such applications made after award of a contract with any public entity, and may not the Construction Contract by the successful transact business with any public entity in Bidder for consideration by CONSULTANT excess of the threshold amount provided in Boynton Beach Utilities — Central Seacrest Phase 1 IB - 9 Section 287.017, for Category Two for a certifies that it is in compliance with the non - period of thirty-six (36) months discrimination laws relative to equal employment opportunity for all persons 38. PUBLIC RECORDS: Any material without regard to race, color, religion, sex, or submitted in response to this Invitation to Bid national origin. The provisions of the shall become a public record pursuant to American Disabilities Act of 1990 pertaining Florida Statutes § 119.07. This includes to employment shall also be applicable. material that the responding Bidder might consider to be confidential or a trade secret. As defined by Chapter 760, Florida Statutes, Any claim of confidentiality is waived upon the Bidder shall not discriminate on the basis submission, effective after opening of Bids of race, color, religion, sex, sexual pursuant to Chapter 119, Florida Statutes. orientation, national origin, age, handicap or marital status in the solicitation, selection, However, certain exemptions to the public hiring, or treatment of subcontractors, records law are statutorily provided for in vendors, suppliers, or commercial Florida Statutes § 119.07. If the Bidder customers. Bidder shall provide equal believes any of the information contained in opportunity for sub - contractors to participate its Bid response is exempt from the Public in all of its public and private sector Records Law, then the Bidder must subcontracting opportunities. Bidder specifically identify in the response, the understands and agrees that violation of this material(s) which is deemed exempt and cite clause is a material breach of the contact the legal authority for such exemption. The and may result in contract termination, CITY's determination of whether an debarment, or other sanctions. exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold 42. ANNUAL APPROPRIATION: This harmless the CITY and the CITY's officers, agreement shall remain in full force and employees, and agents against any loss or effect only as long as the expenditures damages by any person or entity as a result provided for in the agreement have been of the CITY's treatment of records as public appropriated by the City commission of the record CITY of Boynton Beach in the annual budget for each fiscal year of this agreement, and is 39. ANTI - KICKBACK AFFIDAVIT: Bidders are subject to termination at any time based on required to complete the Anti- Kickback lack of funding. Affidavit Form enclosed herein, attesting that no member of their firm has been engaged 43. COST OF BID: Costs, either direct or in any activity resulting in payment for indirect, incurred by the Bidder in the actions such as commission, kickback, or preparation, delivery, or for any other reason reward for gift. The CITY considers the associated with the submittal of this Bid is failure of the Bidder to submit this document solely the responsibility of the Bidder and not to be a major irregularity, and may be cause the CITY, and shall not to be charged to the for rejection of the proposal. CITY. 40. CONFIRMATION OF MINORITY - OWNED 44. LICENSES AND PERMITS: It shall be the BUSINESS: It is the desire of the CITY of responsibility of the successful Bidder to Boynton Beach to increase the participation obtain all licenses and permits, if required, to of minority -owned businesses in its complete the services at no additional cost contracting and procurement programs. to the CITY. Licenses and permits shall be While the CITY does not have any readily available for review by the Director of preference or set -aside programs in place, it Financial Services and City inspectors. is committed to a policy of equitable participation for these firms. Therefore, 45 SAMPLES AND DEMONSTRATIONS: each Bidder shall complete the Confirmation When requested, samples are to be of Minority-Owned Business Form and shall furnished free of charge to the CITY. If a submit the form with its Bid /Proposal sample is requested, it must be delivered within ten (10) days of the request, unless 41 ANTI - DISCRIMINATION: The Bidder otherwise stated in the Bid. Each sample Boynton Beach Utilities — Central Seacrest Phase 1 IB - 10 must be marked with the Bidder's name and clearly and specifically noted in the Bidder's manufacturer's brand name. The CITY will proposal on a separate sheet marked, not be responsible for returning samples "EXCEPTIONS TO THE The CITY may request a full demonstration SPECIFICATIONS" whereby said sheet of any product or service before the award of shall be attached to the Bid. The use of a contract All demonstrations will be done Bidder's standard forms or the inclusion of at the expense of the Bidder manufacturer's printed documents shall not be construed as an exception to the 46. DISPUTES: In case of any doubt or Contract documents. difference of opinion as to the items to be furnished hereunder, the decision of the 51. SALES TAX: All materials and supplies CITY shall be final and binding upon both necessary for completion of this contract are parties. subject to Florida Sales and Use Tax in accordance with Florida Statutes. 47 ASSIGNMENT: The successful Bidder shall not subcontract, assign, transfer, convey, 52. DIRECT OWNER PURCHASES: The CITY sublet, or otherwise dispose of the contract, reserves the right to issue purchase orders or of any or all of its rights, title, or interest for materials to either the Contractor's or the therein, or its power to execute such CITY's suppliers for construction /public contract to any person, firm, or corporation works related materials. without prior written consent to the CITY. 53. INDEMNIFICATION: The Bid shall include 48. SUBCONTRACTING: If a Bidder in its price, the sum of $25.00 in subcontracts any portion of the resultant consideration for the indemnification contract for any reason, the Bidder must provision, as referenced in Section 6.16 of state the name and address of the the General Conditions. subcontractor, the name and address of the person(s) to be contacted, type of work to be 54 FAMILIARITY WITH LAWS: The Bidder is performed, dollar amount and percentage of presumed to have full knowledge of and be the contract amount to be shared on the in compliance with all Federal, state, and "Schedule of Subcontracting" form The local laws, ordinances, rules and regulations CITY reserves the right to reject any that in any manner affect the agreement, the subcontractor who has previously failed in project, the equipment and the services the proper performance of an award or failed provided to the CITY. Ignorance on the part to deliver on -time contracts in a similar of the Bidder will in no way relieve the Bidder nature of responsibility to adhere to such regulations. The CITY reserves the right to inspect all facilities of any subcontractor in order to 55 RECORDS /AUDITS: The Successful make a determination as to the foregoing Bidder shall maintain during the terms of the The subcontractor shall be equally contract all books, reports and records in responsible for meeting all requirements accordance with generally accepted specified in the Invitation to Bid and contract accounting practices and standards for documents. records directly related to this Contract. The form of all records and reports shall be 49. UNBALANCED BID: Bids that are judged to subject to the approval of the CITY's auditor be mathematically or materially unbalanced The Successful Bidder agrees to make shall be cause for the Bid to be rejected as available to the CITY's auditor, during non - responsive. normal business hours and in Miami -Dade, Broward and Palm Beach counties, all books 50 MODIFICATIONS AS EXCEPTIONS: of account, reports and records relating to Incorporation in a Bid submittal on this contract and retain them for a minimum exceptions to any portion(s) of the Contract period of three (3) years beyond the last day documents herein may invalidate the Bid. of the contract period Exceptions to the Technical and Special Conditions may be considered and shall be Boynton Beach Utilities — Central Seacrest Phase 1 IB - 11 56. PALM BEACH COUNTY INSPECTOR exempt or confidential and exempt from GENERAL: The Successful Bidder shall be public records disclosure requirements. aware that the Inspector General of Palm All records stored electronically must be Beach County has the authority to provided to the public agency in a format investigate and audit matters relating to the that is compatible with the information negotiation and performance of any technology systems of the public contracts resulting from this solicitation and agency. in furtherance thereof, may demand and obtain records and testimony from the If the Contractor does not comply with a Successful Bidder and its subcontractors public records request, the public agency and lower tier subcontractors The shall enforce contract provisions in Successful Bidder understand and agrees accordance with the contract. that in addition to all other remedies and consequences provided by law, the failure of the Successful Bidder or its subcontractors END OF INSTRUCTIONS TO BIDDERS or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the CITY to be a material breach of this Contract justifying its termination. Each Bidder shall complete the Palm Beach County Inspector General Acknowledgement Form and shall submit this form with the Bid /Proposal. The CITY considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 57. PUBLIC RECORDS AND CONTRACTS FOR SERVICES PERFORMED ON BEHALF OF A PUBLIC AGENCY: Contractor shall comply with the State of Florida Public Records Law, Florida Statutes (FS) § 119.0701, specifically to: 1 Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; 2. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119 F S. or as otherwise provided by law, 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and 4 Meet all requirements for retaining public records and transfer, at no cost to the public agency all public records in possession of the Contractor upon termination of the contract, and destroy any duplicate public records that are Boynton Beach Utilities — Central Seacrest Phase 1 IB - 12 r t r 1 TABLE OF CONTENTS Article TITLE Article TITLE No. No. COVER 6 17 Responsibility for Connecting to Existing TABLE OF CONTENTS Work 1 DEFINITIONS 618 Work in Street, Highway or Other Rights - 2 PRELIMINARY MATTERS of -Way 21 Delivery of Bonds and Insurance 619 Cooperation with Governmental Certificates Departments, Public Utilities, Etc 2 2 Copies of Documents 6.20 Use of Premises 2 3 Notice to Proceed 6.21 Protection of Existing Property 2 4 Starting the Work Improvements 2 5 Pre- Construction Conference 6 22 Temporary Heat 2 6 Site Mobilization Meeting 6.23 Schedule 2 7 Progress Meeting 6 24 Continuing the Work 2 8 Pre - Installation Meeting 6.25 Contractor's General Warranty and 2 9 Finalizing Scheduling Guarantee 210 Submittals 6.26 Deletion /Oversight/Misstatement 3 CONTRACT DOCUMENTS 6 27 Exceptions to Specifications 3 1 Intent 6 28 Silence of Specifications 3 2 References to Standards 6 29 Quality 3 3 Review of Contract Documents 6 30 Conditions of Materials 3 4 Order of Preference 6 31 Disposal 3 5 Amending Contract Documents 6.32 Occupational Safety and Health 3 6 Reuse of Documents 6.33 0 S.H.A 4 SITE OF WORK 6.34 Conditions and Packaging 41 Availability of Lands 6 35 Underwriters Laboratories 4 2 Reports of Physical Conditions 6.36 Asbestos 4 3 Physical Conditions — Underground 6.37 Closeout Submittals Facilities 6.38 Temporary Barriers and Enclosures 4 4 Differing Site Conditions 6 39 Environmental Controls 4 5 Reference Points 6.40 Security Procedures 5 BONDS AND INSURANCE 6.41 Product Substitution Procedures 5 1 Bonds 6 42 Field Samples 5 2 Insurance 7 OTHER WORK 6 CONTRACTOR'S RESPONSIBILITIES 7 1 Related Work on Site 61 Contractor Status 7 2 Coordination 6 2 Contractor Risk 8 CITY'S RESPONSIBILITIES 6 3 Supervision and Superintendence 8 1 Communications 6 4 Labor, Material and Equipment 8 2 Furnish Data 6 5 Concerning Subcontractors 8.3 Payments 6 6 Patent, Fees and Royalties 8.4 Lands, Easements, and Surveys 6 7 Permits, Laws and Regulations 8.5 Change Orders 6 8 Taxes 8 6 Suspension of WORK 6 9 Record Documents /Right to Audit 8 7 Estimated Dollar Value 6 10 Safety, Protection and Emergencies 8 8 Quantities 6 11 Shop Drawings and Samples 8 9 Additional Terms and Conditions 6 12 Site Clean -up 9. CONSULTANT'S STATUS DURING 6 13 Public Convenience and Safety CONSTRUCTION 6 14 Sanitary Provisions 9 1 CITY'S Representative 6 15 Indemnification 9 2 Visits to Site 6 16 Claims 9 3 Project Representation 9 4 Clarifications and Interpretations Article TITLE Article TITLE 9.5 Measurements 15. SUSPENSION OF WORK AND 9.6 Rejecting Defective Work TERMINATION 9 7 Shop Drawings, Change Orders, and 15.1 CITY May Suspend WORK Payments 15.2 CITY May Terminate for Cause 9.8 Determination for Unit Prices 15 3 CITY May Terminate Without Cause 9 9 Decisions on Disputes 15.4 Removal of Equipment 910 Inspections and Testing 15 5 Contractor May Stop WORK or 9 11 Limitations on CONSULTANT Terminate 10 CHANGES IN WORK 16 DISPUTE RESOLUTION 101 Authorized Changes 161 Good Faith Effort 10 2 Unauthorized Changes 16 2 Mediation 10 3 Execution of Field Change Order /Change 17. MISCELLANEOUS Order 17.1 Giving Notice 11. CHANGE OF CONTRACT PRICE 17 2 Computation of Time 11.1 General 17 3 Notice of Claims 11 2 Cost of the WORK 17 4 Cumulative Remedies 11 3 Contractor's Fee 17 5 Accident and Prevention 11.4 Cash Allowances 17 6 Florida Products and Labor 11.5 Unit Price WORK 17 7 Employees 11 6 Omitted WORK 17.8 Non - Discrimination 12 CHANGE OF CONTRACT TIME 17.9 Drug -Free Workplace 12.1 General 1710 Public Entity Crimes 12.2 Liquidated Damages 1711 Assignment 12 3 Reimbursement of Consultant Expenses 1712 Venue 13 TEST AND INSPECTIONS: 1713 Funding Out CORRECTION, REMOVAL OR 17.14 CITY'S Purchasing Card ACCEPTANCE OF DEFECTIVE WORK 17.15 Debarment 13.1 Notice of Defects 17.16 Requirements for Personnel Entering 13 2 Access to WORK CITY'S property 13.3 Tests and Inspections 17.17 Product Recall 13 4 Uncovering WORK 17.18 Rights to Bid Documents 13 5 CITY May Stop the WORK 17.19 Severability 13 6 Correction or Removal of Defective 17 20 Verification of Employment Status WORK 17 21 Abbreviations and Symbols 13 7 One Year Correction Period 13.8 Acceptance of Defective WORK 13 9 CITY May Correct Defective WORK 14 PAYMENTS TO CONTRACTOR AND COMPLETION 14 1 Schedule of Values 14.2 Unit Price Bid Schedule 14.3 Application for Progress Payments 14.4 Contractor's Warranty of Title 14 5 Review of Applications for Progress Payment 14.6 Substantial Completion 14 7 Partial Utilization 14.8 Final Inspection 14 9 Final Application for Payment 14 10 Final Payment for Acceptance 14 11 Waiver of Claims 1412 Punchlist Procedures 14.13 Reduction of Retainage Procedures ARTICLE 1— DEFINITIONS 1 13 Consultant's Representative: An authonzed representative of the CONSULTANT assigned to observe the Work Whenever used in the Contract Documents the following terms have the performed and matenals furnished by the CONTRACTOR meanings indicated which are applicable to both the singular and plural thereof 114 Contract: The wntten agreement between CITY and CONTRACTOR covenng the Work to be performed The 1 1 Acceptance: Written Acknowledgement by the CITY's term Contract will be used interchangeably with the term Project Manager that the Work is fully complete in Agreement. accordance with the Contract Documents 1 15 Conformed Contract Documents: Contract Documents 1 2 Addenda: Written or graphic instruments issued prior to the which consolidate all bidding documents including all opening of Bids which clanfy, correct, or change the Bidding addenda which are incorporated by and signed and sealed requirements of the Contract by the CONSULTANT The Conformed Contract Documents shall be used by the CONTRACTOR to create 1 3 Application for Payment The form accepted by the the Record Drawings for the Project CONSULTANT which is to be used by CONTRACTOR to request progress payment and which is to be accompanied 1 16 Contract Documents: The Contract Documents establishing by such supporting documentation as is required by the the nghts and obligations of the parties and include the Contract Documents Contract, Contract/Bid, Addenda, CONTRACTOR's Bid (including documentation accompanying the Bid and any 1 4 Award Letter: The official written notice by the CITY to the post Bid documentation submitted pnor to the notice of apparent successful Bidder stating that upon compliance by award, when attached as an exhibit to the Contract, the the apparent successful bidder with the conditions precedent Notice to Proceed, the Bonds, these General Conditions, the enumerated with the award letter, within the time specified, Supplementary Conditions, Special Conditions, and the the CITY may enter into a Contract Drawings as the same are more specifically identified in the Contract, together shall all Written Amendments, Change 1 5 Bid The offer of the BIDDER submitted on the prescribed Orders, Field Change Orders (change orders as a result of form setting forth the pnces of the Work Field changes), and CONSULTANT's wntten interpretations and danficabons issued on or after the Effective Date of the 1 6 Bidder. Any person, firm or corporation submitting a Bid for Contract Approved Shop Drawings and the reports and the Work directly to the CITY drawings of subsurface and physical conditions are not Contract Documents Only pnnted or hard copies of the 1 7 Bid Documents: Includes the Invitation to Bid, Instructions to items listed in this paragraph are Contract Documents Files Bidders, Bid Form, and proposed Contract Documents in electronic media format or text, data, graphics, and the like (including all Addenda issued pnor to receipt of Bids) that may be furnished by CITY to CONTRACTOR are not Contract Documents 1 8 Bonds: Bid, performance and payment bonds and other instruments of secunty, furnished by the CONTRACTOR and 1 17 Contract Price: The total monies payable by the CITY to the their surety in accordance with the Contract Documents and CONTRACTOR under the terms and conditions of the in accordance with the law of the State of Flonda Contract Document 1 9 Change Order. A written order to the CONTRACTOR 1 18 Contract Time: The number or numbers of successive days executed by the CITY, CONSULTANT, and CONTRACTOR or dates stated in the Contract Documents for the completion authorizing an addition, deletion or revision in the Work, or an of the Work adjustment in the Contract Pnce or the Contract Time that may be as a result of an emergency or unforeseen physical 1 19 CONTRACTOR: The individual, partnership, corporation, conditions which occur after execution of the Contract Such joint venture, or other legal entity with whom the CITY has change order shall be in accordance with para 9 4 entered into the Contract to perform work to complete the "Clarifications and Interpretations" or orders minor changes in project that is the subject of the Bid the Work in accordance with para 10 1 " Authonzed Changes in the Work" 1 20 DAY: A calendar day of 24 hours measured from midnight to the next midnight 1 10 CITY: The City of Boynton Beach, Flonda, a municipal corporation, its authorized and legal representatives, the 1 21 Defective Work: Work that is unsatisfactory, faulty, or public entity with whom the CONTRACTOR has entered into deficient, or that does not conform to the Contract the agreement and for whom the Work is to be provided The Documents, or does not meet the requirements of any term CITY will be used interchangeably with the term inspection, reference standard, test or approval referred to in OWNER the Contract Documents, or Work that has been damaged prior to the CONSULTANT's recommendation of final 1 11 CITY's Representative The person or persons designated payment by the CITY's Project Manager The CITY's Project Manager may include the CONSULTANT 1 22 Drawings: The drawings, plans, maps, profiles, diagrams, and other graphic representations which show character, 1 12 Consultant. The person, firm or corporation named as such location, nature, extent and scope of the Work, which have in the Contract Documents that acts as the CITY's authorized been prepared or approved by CONSULTANT and are agent within the scope of work entrusted to them at the CITY included and/or referred to in the Contract Documents Shop Boynton Beach Utilities — Central Seacrest Phase 1 GC - 1 Drawings are not Drawings as defined in this paragraph Documents, and shall not relieve the CONTRACTOR from complying with any portion of the Contract Documents 1 23 Effective Date of the Contract: The date indicated in the Contract, but if no such date is indicated, it means the last 1 35 Special Conditions: When included as part of the Contract date on which the Contract is signed by the last of all parties Documents, Special Conditions refer only to the Work under to eexecute the Contract this Contract Special Conditions take precedence over the General Conditions 1 24 Field Order: A written order issued by the CITY's Project Manager or the CONSULTANT which danfies or interprets 1 36 Specifications: Those portions of the Contract Documents the Contract Documents The Field Order shall not impact consisting of written technical descnptions of matenals, Contract Pnce or Contract Time equipment, construction systems, standards or workmanship as applied to the Work and certain administrative details 1 25 General Requirements: See General Conditions and applicable thereto, Section 1 of the Technical Specifications as Special Conditions 1 37 Sub - Bidder: One who submits a Bid to a Bidder 1 26 Laws and Regulations; Laws or Regulations Laws, rules, 1 38 Sub - Contractor: An individual, firm, or corporation having a codes, regulations, ordinances and/or orders promulgated by direct contract with the CONTRACTOR or with any other a lawfully constituted body authonzed to issue such Laws Sub - Contractor for the performance of a part of the Work at and Regulations, either federal, state or local the Site 1 27 Local Public Agency: Any public entity which has 1 39 Substantial Completion: For purposes of this Contract, and regulatory jurisdiction over any part of the Work dunng the for compliance of those procedures, duties and obligations as construction project set forth in Florida Statutes § 218 70 and § 218 735, the term Substantial Completion shall be as follows, in Neu of any 1 28 Notice to Proceed: The wntten notice issued by the CITY, or other definition its agents, to the CONTRACTOR authorizing the CONTRACTOR to proceed with the Work and establishing a "Substantial Completion" is defined as the point where the date of commencement of the Contract Time, and the the CITY is able to enjoy beneficial occupancy of the date the Contract Work to be completed WORK and where the Work has achieved that level of completion such that the CITY is able to utilize the 1 29 Partial Utilization: Placing a portion of the Work in service entire Project for its intended purposes, including but for the purpose for which it is intended (or a related purpose) not limited to the completion of all specified systems before reaching Substantial Completion for all the Work and items relating to life safety and regulatory use, with the exception of incidental or Incomplete items where a 1 30 Project: The total construction of which the Work to be lack of completion of such incidental or incomplete provided under the Contract Documents items of Work shall adversely affect the complete operation of other areas of the Work 131 Resident Project Representative The authorized b Additional conditions (if any) needed to achieve representative of the CONSULTANT who is assigned to the Substantial Completion of the Work and which are Site or any part thereof project specific as set forth in attached Special Conditions 1 32 Responsible Bidder, Offeror, Quoter, or Respondent: An c When the entire Project is considered to be individual or business that has submitted a bid, offer, Substantially Complete, this does not constitute Final proposal, quotation, or response, which has the capability in Acceptance or Final Completion of the entire Proect all respects to perform fully the Contract requirements, and the integnty and reliability which will give reasonable 1 40 Successful Bidder: The lowest, qualified, responsible and assurance of good faith and performance responsive Bidder to whom the CITY (on the basis of the CITY's evaluation as hereinafter provided) makes an award 133 Responsive Bidder, Offeror, Quoter, or Respondent, Vendor, Contractor: an individual, or business that has 1 41 Supplementary General Conditions: The part of the submitted a bid, offer, proposal, quotation, or response, Contract Documents which amends or supplements these which conforms in all material respects to the solicitation, General Conditions including but not limited to compliance with any W/MBE requirements contained within the solicitation 1 42 Supplier. A manufacturer, fabricator, supplier, distributor, matenalman, or vendor 1 Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by 1 43 Surety: The corporate body which is bound with the or for the CONTRACTOR, a Subcontractor, manufacturer, CONTRACTOR and which engages to be responsible for the supplier or distributor and which illustrate the equipment, CONTRACTOR and their acceptable performance of the matenal or some portion of the Work and as required by the Work Contract Documents Shop Drawings are not part of the Contract Documents and failure of the CONSULTANT or the 1 44 Unbalanced Bids: CITY or any of its representatives to take exception to any product, material, system or installation depicted on Shop a Mathematically Unbalanced Bid: a bid Drawings that are not in conformance with the requirements containing lump sum or unit bid items which do of the Contract Documents shall not constitute a Field Order not reflect reasonable actual costs plus a or Change Order or any other modification of the Contract reasonable proportionate share of the bidder's Boynton Beach Utilities — Central Seacrest Phase 1 GC - 2 anticipated profit, overhead costs, and other Documents Before undertaking each part of the indirect costs Work, CONTRACTOR shall carefully study and b Materially Unbalanced Bid. a bid which compare the Contract Documents and check and generates a reasonable doubt that award to the venfy pertinent figures shown thereon and all Bidder submitting a mathematically unbalanced applicable field measurements CONTRACTOR bid will result in the lowest ultimate cost to the shall promptly report in writing to CONSULTANT CITY, or which is so mathematically unbalanced any conflict, error, ambiguity or discrepancy as to result in an advanced payment which CONTRACTOR may discover and shall obtain a wntten interpretation or danfication from 1 45 Unit Pnce Work. Work to be paid for on the basis of unit CONSULTANT before proceeding with any Work prices affected thereby 1 46 Utilities: All pipelines, conduits, ducts, cables, wires, 2 5 PRE - CONSTRUCTION MEETING manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities 2 5 1 The CONTRACTOR is required to attend a which have been installed underground or above ground to preconstruction meeting within ten (10) days furnish any of the following services or materials electnaty, after the effective date of the Contract, but before gases, steam, liquid petroleum, telephone, or other any Work at the Site is started (unless otherwise communications, cable television, water supply or specified in the Special Conditions) This distnbution, sewage and drainage removal, traffic or other meeting shall be attended by the CITY, control systems CONSULTANT and others as appropnate in order to discuss the Work 1 47 Work: Any and all obligations, duties, and responsibilities necessary to the successful completion of the Project 2 5 2 The CONTRACTOR's initial schedule for shop assigned to or undertaken by the successful Bidder/ drawings submittals, obtaining permits and Plan CONTRACTOR under the Contract Documents, including all of Operation and entice' Path Method (CPM) labor, materials, equipment, and other incidentals, and the Schedule shall be reviewed and finalized As a furnished thereof minimum, the CONTRACTOR's representatives should include its project manager and schedule 1 48 Written Amendment. A wntten amendment of the Contract expert If the submittals are not finalized at the Documents, signed by the CITY and CONTRACTOR on or end of the meeting, additional meetings shall be after the Effective Date of the Contract held so that the submittals can be finalized pnor to the submittal of the first Application for ARTICLE 2 — PRELIMINARY MATTERS Payment No Application for Payment shall be processed pnor to receiving acceptable initial submittals from the CONTRACTOR 2 1 DELIVERY OF BONDS AND INSURANCE CERTIFICATES 2 5 3 CITY shall schedule pre - construction meeting 2 1 1 The CONTRACTOR shall deliver to the CITY such 2 5 31 Attendance Required CITY's Bonds and Insurance Policies, Certificates or other Project Manager, CONSULTANT, documents as the CONTRACTOR may be and CONTRACTOR/CM Project required to furnish in accordance with the Contract Manager and Supenntendent Documents The aforementioned documents 2 5 3 2 Agenda Distnbution of Conformed must be submitted to the CITY pnor to any work Contract Documents, Confirmation being performed based on prior submission (dunng Bid process) of the list of 2 2 COPIES OF DOCUMENTS Subcontractors, list of Products, Project Safety Plan, Schedule of 2 2 1 The CITY shall furnish to CONTRACTOR ONE Values and Progress Schedule (1) copy (unless additional copies exist) of the 2 5 3 3 Designation of personnel Conformed Contract Documents for the representing the parties in Contract execution of the Work CONTRACTOR shall be and the CONSULTANT responsible for procuring additional copies from 2 5 3 4 Procedures and processing of field the CONSULTANT decisions, submittals, substitutions, applications for payments, proposal 2 3 NOTICE TO PROCEED requests, Change Orders, and Contract close-out procedures 2 3 1 The Contract Times shall commence to run on 2 5 3 5 Issuance of Notice to Proceed the date stated in the Notice to Proceed 2 5 3 6 Copies of the Application for Payment, Change Order, Submittal 2 4 COMMENCEMENT THE WORK Requirements/Record, Request for Information (RFI), Shutdown 2 4 1 CONTRACTOR shall begin to perform the Work Request, Boynton Beach on the commencement date stated in the Notice Department of Engineenng Right-of- to Proceed, but no Work shall be done at the Way Permit Procedure and Project Site prior to such commencement date Sign format will be distributed 2 4 2 CONTRACTOR's Review of the Contract 2 6 SITE MOBILIZATION MEETING Boynton Beach Utilities — Central Seacrest Phase 1 GC - 3 261 CITY will schedule a meehng at the Project Site 27311 Maintenance and quality of work pnor to CONTRACTOR occupancy standards 27312 Effect of proposed changes on 262 Attendance Required CITY, CONSULTANT, progress schedule and coordination Special Consultants, and CONTRACTOR, 27313 Other business related to work CONTRACTOR's supenntendent, and major 27314 Record minutes and distribute Sub - Contractors copies within two (2) days after meeting to participants, with copies 263 Agenda to CONSULTANT, CITY, and those 2631 Use of premises by CITY and affected by decisions made CONTRACTOR 2621 CITY's requirements and partial 28 PRE - INSTALLATION MEETING occupancy 2622 Construction facilities and controls 281 When required in individual specification section, provided by CITY convene a pre - installation meeting at the site 2623 Temporary utilities provided by the pnor to commencing work on the section CITY 2624 Survey and building layout 282 Require attendance of parties directly affecting, 2625 Secunty and housekeeping or affected by, work of the specific section procedures 2626 Schedules 283 Notify CITY and CONSULTANT five (5) working 2627 Application for Payment Procedures days in advance of meeting date 2628 Procedures for testing 2629 Procedures for maintaining record 284 Prepare agenda and preside at meeting documents 26210 Requirements for start -up of 285 Review conditions of installation, preparation and equipment installation procedures 26211 Inspection and acceptance of equipment put into service during 286 Review coordination with related work construction period 26212 CONSULTANT shall record minutes 287 Record minutes and distnbute copies within and distnbute copies within two (2) three (3) days after meeting to participants with days after meeting to participants, copies to CONSULTANT, CITY and those with copies to all, participants affected by decisions made including CONTRACTOR, and those affected by decisions made 29 FINALIZING SCHEDULES 27 PROGRESS MEETINGS 2 9 1 Within ten (10) days of receiving the Notice to Proceed, the CONTRACTOR shall submit the 271 Schedule and administer meetings throughout final schedule approved by the CITY and progress of the Work at maximum monthly CONSULTANT The finalized progress schedule intervals Make arrangements for meetings, shall be acceptable to the CITY as providing an prepare agenda with copies for participants, and orderly progression of the Work to completion preside at meetings within the Contract Time Such acceptance shall neither impose on the CITY's responsibility for 272 Attendance Required Job superintendent, major the progress or scheduling of the Work nor Sub - Contractors and suppliers, CITY, relieve CONTRACTOR from full responsibility CONSULTANT, as appropnate to agenda topics thereof The finalized schedule of Shop Drawing for each meeting submissions shall be acceptable to the CITY as providing a workable arrangement for processing 273 Agenda the submissions The finalized Schedule of 2731 Review minutes of previous Values shall be acceptable to the CITY as to meetings form and substance 2732 Review of work progress 2733 Field observations, problems and 2 10 SUBMITTAL PROCEDURES decisions 2734 Identification of problems that 2101 SCOPE OF WORK Administrative and impeded planned progress procedural requirements for processing of 2735 Review of submittal, schedule and submittals during construction process status of submittals Submittals may include the following 2736 Review of off -site fabncation and a) Proposed Products Lists delivery schedules b) Proposed Vendor List 2737 Maintenance of progress schedule c) Product Data 2738 Corrective measures to regain d) Shop Drawings projected schedules e) Samples 2739 Planned progress dunng succeeding f) Design Data work period g) Field Test Reporting 27310 Coordination of projected progress h) Quality Control Reporting Boynton Beach Utilities — Central Seacrest Phase 1 GC - 4 i) Certificates limitations, which may be detnmental j) Manufacturer's Installation, Handing and to successful performance of the Storage Instructions completed Work k) Manufacturer's Field Reports 2 10 3 9 Provide space for CONTRACTOR I) Erection Drawings and CONSULTANT review stamps m) Close -out Documents 2 10 310 When revised for resubmission, n) Warranties identify all changes made since o) Scheduling of Work previous submission p) Construction Progress Schedule 2 10 3 11 Distribute copies of reviewed q) Submittals Schedule submittals as appropriate Instruct r) Survey and Layout Data parties to promptly report any s) Construction Progress Reporting inability to comply with requirements t) Penodic Work Observation 210 312 Submittals not requested will not be u) Photographic Documentation recognized or processed v) Purchase Order Tracking w) Operation and Maintenance 2 10 4 PRODUCT DATA Documentation 2 10 41 Product Data for Review 2 10 2 RELATED SECTIONS 2 10 4 1 1 Submit to CONSULTANT for review A Payment Procedures for purpose of checking for B Project Coordination conformance with information given C References and design concept expressed in 0 Quality Control Contract Documents E Product Storage and Handling 210 41 2 After review, provide copies and Requirements distribute per Submittal Procedures F Close -out Submittals article above and for Record Documents purposes descnbed in 210 2 1 SEE 2 10 2 RELATED SECTIONS the Special Conditions 01740 AND SUBMITTAL SECTIONS Project Documentation and 2 10 1 FOR INDIVIDUAL Closeout" SUBMITTAL PROCEDURES 2 10 4 2 Product Data for Project Information 2 10 3 SUBMITTAL PROCEDURES - GENERAL 2 10 4 21 Submittal for CONSULTANT's knowledge as contract administrator 2 10 3 1 Submittal Procedures shall be in for CITY conformance with General 2 10 4 3 Product Data for Project Close -out Conditions of the Contract and as 210 4 3 Submit for CITY's benefit dunng and amended by the CITY after the project completion 2 10 3 2 Transmit each submittal with CITY's Standard Transmittal Form 210 4 4 Submit required number of copies as per 210 3 3 Sequentially number each CONTRACTOR/CM, plus two (2) copies for transmittal form Revise submittals CONSULTANT with onginal number and a sequential alphabetic suffix 210 4 5 Mark each copy to identify applicable products, 2 10 3 4 Identity project, CONTRACTOR, models, options and other data Sub - Contractor or supplier pertinent drawing and detail number, and 210 4 6 Supplement manufacturers' standard data to specification section number, as provide information unique to project appropnate 2 10 3 5 Apply CONTRACTOR's stamp, 2 10 4 7 Indicate product utility and electrical signed or initialed certifying that charactenstics, utility connection requirements, review, approval, verification of and location of utility outlets for service for products required, field dimensions, functional equipment and appliances adjacent construction work, and coordination of information are in 210 4 8 After review, distnbute in accord with Submittal accord with requirements of the Procedures article above and provide copies for Work and Contract Documents Record Documents described in the Special 210 3 6 Schedule submittals to expedite the Conditions 01740 "Project Documentation and Project, and delivery to Closeout" CONSULTANT and CITY at business address Coordinate 210 5 CONSTRUCTION SUBMITTALS submission of related items 2 10 3 7 For each submittal for review, allow 2 10 51 Submit one (1) copy of Building Permit, Site fifteen (15) days including delivery Permits, Environmental Permits, or other permits time to and from the required for construction of work CONTRACTOR 2 10 3 8 Identify variations from Contract 2 10 5 2 Submit Payment Applications to CONSULTANT Documents and product or system for review for purpose of checking conformance Boynton Beach Utilities — Central Seacrest Phase 1 GC - 5 with information given and design concept expressed in Contract Documents 31 INTENT 2 10 5 3 Certificates 2 10 5 3 1 When specified, submit 3 1 1 The Contract Documents compnse the entire certification by manufacturer, agreement between the CITY and installation /application Sub- CONTRACTOR concerning the Work The Contractor, or CONTRACTOR to Contract Documents are complementary what is CONSULTANT, in quantities called for by one is as binding as if called for by specified for Product Data all The Contract Documents shall be construed 2 10 5 3 2 Indicate matenal or Product in accordance with the laws of the State of conforms to or exceeding Florida with venue in Palm Beach County, specified requirements Flonda 210 5 3 3 Submit supporting reference date, affidavits, and certifications 31 2 It is the intent of the Contract Documents to as appropriate describe the Work, functionally complete, to be 210 5 3 4 Certificates may be recent or constructed in accordance with the Contract previous test results on matenal Documents Any labor, documentation, services, or Product, but must be materials, or equipment that may reasonably be acceptable to CONSULTANT inferred from the Contract Documents or from prevailing custom or trade usage as being 210 5 4 Manufacturer's Instructions required to produce the intended result shall be 2 10 5 4 1 When specified, submit provided whether or not specifically called for pnnted instructions for delivery, storage, assembly, 3 2 REFERENCE TO STANDARDS installation, start-up, adjusting, and finishing, to 3 2 1 Reference to standard specifications, manuals or CONSULTANT for delivery to codes of any technical society, organization, or CITY in quantities specified for association, or to the Laws or Regulations of any Product Data governmental authonty, whether such reference 210 5 4 2 Indicate special procedures, be specific or by implication, shall mean the perimeter conditions requiring latest standard specification, manual, code or special attention, and special Laws or Regulations in effect at the time of environmental criteria required opening of Bids, except as may be otherwise for application or installation specifically stated However, no provision of any 210 5 4 3 Refer to Quality Control and referenced standard specification, manual or Warranty sections for quality code (whether or not specifically incorporated by assurance requirements reference in the Contract Documents) shall be effective to change the duties or responsibilities 210 5 5 Manufacturer's Field Reports of the CITY, CONTRACTOR or CONSULTANT 210 5 5 1 Submit reports to or any of their agents or employees from those CONSULTANT and CITY's set forth in the Contract Documents, nor shall it Project Manager be effective to assign to CITY, CONSULTANT, 2 10 5 5 2 Submit report within ten (10) or CONSULTANT's agents or employees, any days of observation to duty or authority to supervise or direct the CONSULTANT furnishing or performance of the Work or any 2 10 5 5 3 Submit for information for duty or authority to undertake responsibility purpose of assessing contrary to the provisions of the Contract conformance with information Documents given and design concept expressed in Documents 3 3 REVIEW OF CONTRACT DOCUMENTS 210 5 6 Erection Drawings 3 3 1 The Contract Documents which comprise the 210 5 6 1 Submit drawings to Contract between the CITY and the CONSULTANT and CITY's CONTRACTOR are attached hereto and made Project Manager part hereof and consist of the following 210 5 6 2 Submit for information for 3 31 1 The Purchase Order purpose of assessing 3 31 2 Contractor's Bid and Bid Bonds conformance with information 3 31 3 Bid Documents consisting of given and design concept 3 3 1 4 Invitation to Bid and Instructions to expressed in Documents Bidders 210 5 6 3 Data indicating inappropnate 3 3 1 5 General Conditions or unacceptable work is 3 3 1 6 Supplemental Conditions subject to rejection by 3 3 1 7 Technical Specifications CONSULTANT or CITY 3 3 1 8 All Plans 3 319 All Addenda 3 3 1 10 Recorded Public Construction ARTICLE 3 — USE OF CONTRACT DOCUMENTS Performance and Payment Bond in Boynton Beach Utilities — Central Seacrest Phase 1 GC - 6 a form supplied by the CITY, which 3 4 2 With reference to Drawings, the order of shall be provided to the CITY by the precedence is as follows CONTRACTOR, along with the 1 Figures govern over scaled dimensions return of an executed Purchase 2 Detail drawings govern over general Order The CONTRACTOR shall be drawings responsible for recording the Public 3 Addenda /Change Order drawings govern Construction Bond over any other drawings 3 3 1 11 Insurance Certificates shall be 4 Drawings govern over standard drawings provided by the CONTRACTOR, along with the return of an executed 3 4 3 Except as otherwise specifically stated in the copy of the Contract Contract Documents or as may be provided by 3 3 1 12 Any modifications, including change amendment or supplement thereto issued by one orders, duly delivered after of the methods indicated in paragraph 3 5 execution of this Contract (Amending of Contract Documents), the 3 3 1 13 Executed Notice to Proceed provisions of the Contract Documents shall take precedence in resolving any conflict, error, 3 3 2 Except for duly authonzed and executed ambiguity or discrepancy between the provisions Modifications including but not limited to change of the Contract Documents and orders and contract amendments, any conflict 1 the provisions of any such standard, between the terms and conditions of this Contact specifications, manual, code or instruction and the terms and conditions of any of the other (whether or not specifically incorporated by Contract Documents shall be interpreted in favor reference in the Contract Documents), or of this Contract 2 the provisions of any such Law or Regulations applicable to the performance 3 3 3 If, during the performance of the Work, of the Work (unless such an interpretation CONTRACTOR finds a conflict, error, or of the provisions of the Contract discrepancy in the Contract Documents, the Documents would result in violation of CONTRACTOR shall so notify the such Law or Regulation) CONSULTANT, in wnhng, at once and before 3 No provision of any such standard, proceeding with the Work affected thereby, and specifications, manual, code or instruction shall obtain wntten interpretation or clanfication shall be effective to change the duties and except in an emergency as authonzed in responsibilities of CITY, CONTRACTOR or paragraph 613 CONSULTANT, or any of their Sub - Contractors, agents or employees from 3 4 ORDER OF PRECEDENCE OF CONTRACT DOCUMENTS those set forth in the Contract Documents, nor shall it be effective to assign to CITY, 3 4 1 In resolving conflicts resulting from errors or CONSULTANTS or any of discrepancies in any of the Contract Documents, CONSULTANT's agents or employees any the order of precedence shall be as follows duty or authority to supervise or direct the 1 Change Order furnishing or performance of the Work or 2 Construction Contract or Purchase Order any duty or authority to undertake 3 Addenda, with later date having greater responsibility inconsistent with the priority provisions of para 911 (Limitations on 4 Bid Form Consultant) or any other provision of the 5 Special Conditions Contract Documents 6 Supplemental General Conditions 7 Invitation to Bid 3 5 AMENDING CONTRACT DOCUMENTS 8 Instructions to Bidders 9 General Conditions 3 5 1 The Contract Documents may be amended to 10 Technical Specifications provide for additions, deletions and revisions in 11 Contract Drawings the Work or to modify the terms and conditions thereof by a Change Order (pursuant to Article The captions or subtitles of the several articles 10, Changes in Work) and divisions of these Contract Documents 3 5 2 Additionally, the requirements of the Contract constitute no part of the context and hereof, but Documents may be supplemented and minor are only labels to assist in locating and reading vanations and deviations in the Work may be the provisions hereof authorized, in one or more of the following ways However, In the event of inconsistent or 3 5 2 1 A Change Order (pursuant to conflicting provisions of the Purchase Order or paragraph 10, Changes in Work) Contract and referenced documents, the 3 5 2 2 CONSULTANT's approval of a Shop following descending order of precedence shall Drawings or sample (pursuant to prevail paragraph 611, Shop Drawings and 1 Specifications Samples), or 2 Drawings 3 5 2 3 CONSULTANT's wntten 3 Special /Supplemental Conditions interpretation or clarification 4 General Conditions (pursuant to paragraph 9 4, 5 Item Description Clanfications and Interpretations) Boynton Beach Utilities — Central Seacrest Phase 1 GC - 7 3 6 REUSE OF DOCUMENTS boulders, and debns shall be removed so that the Site presents a neat appearance as part of 3 6 1 Neither CONTRACTOR nor any Sub - Contractor the Contract or Supplier or other persons or organizations performing or furnishing any of the Work under a 4 1 4 Work Adjacent to Telephone, Power, Cable TV, direct or indirect contract with the CITY shall and Gas Company Structures In all cases where have or acquire any btie to or ownership rights in Work is to be performed near telephone, power, any of the Contract Documents, drawings, water, sewer, drainage, cable TV, or gas Special Conditions or other documents used on company facilities, the CONTRACTOR shall the Work, and, they shall not reuse any of these provide written notification to the respective on extensions of the Project or any other project companies of the areas of which Work is to be without pnor written consent of the CITY and performed, prior to the actual performance of any CONSULTANT Work in these areas ARTICLE 4 — SITE OF WORK 41 5 Use of Public Streets The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other 41 AVAILABILITY OF LANDS vehicular and non - vehicular traffic The CONTRACTOR shall remove any earth or 41 1 The CITY shall furnish, as indicated in the excavated materials spilled from trucks and clean Contract Documents, the lands upon which the the streets to the satisfaction of the CITY, the Work is to be performed, rights-of-way and CONSULTANT, the Florida Department of easements for access thereto and such other Transportation, or other agency or governmental lands which are designated for the use of the entity having jurisdiction, as applicable CONTRACTOR Easements for permanent structures or permanent changes in existing 4 2 REPORTS OF PHYSICAL CONDITIONS facilities shall be obtained and paid for by the CITY, unless otherwise provided in the Contract 4 21 Subsurface Explorations. Where applicable, Documents Nothing contained in the Contract reference is made in the Special Conditions for Documents shall be interpreted as giving the identification of those reports of explorations and CONTRACTOR exclusive occupancy of the tests of subsurface conditions at the Site that lands of rights - of-way provided CONTRACTOR have been utilized by CONSULTANT in shall provide for all additional lands and access preparation of the Contract Documents thereto that may be required for temporary construction facilities of storage of matenals and 4 2 2 Existing Structures: Where applicable, equipment reference is made to the Special Conditions for identification of those drawings of physical 4 1 2 Occupying Private Land The CONTRACTOR conditions in or relating to existing surface and shall not enter upon nor use any property not subsurface structures (except Underground under the control of the CITY until a wntten Facilities referred to in paragraph 4 3 herein) temporary construction easement agreement which are at or contiguous to the Site that have has been executed by the CONTRACTOR and been utilized by CONSULTANT in preparation of the property owner, and a copy of such the Contract Documents easement furnished to the CITY and CONSULTANT prior to said use, and neither the 4 2 3 Neither the CITY nor CONSULTANT makes any CITY nor the CONSULTANT shall be liable for interpretation as to the completeness of the any claims or damages resulting from the reports or drawings referred to in paragraphs CONTRACTOR's trespass on or use of any such 4 21 "Subsurface Explorations" or 4 2 2 "Existing properties The CONTRACTOR shall provide Structures" above or the accuracy of any data or the CITY with a signed release from the property information contained herein CONTRACTOR owner confirming that the lands have been may rely upon the general accuracy of the satisfactorily restored upon completion of the technical data contained in such reports and Work drawings but not for the completeness thereof for CONTRACTOR "s purposes including but not 41 3 Work in State, County and CITY Rights -of -Way limited to, any aspects of the means, methods, and Easements When the Work involves the techniques, sequences, and procedures of installation of sanitary sewers, storm sewers, construction to be employed by the drains, water mains, manholes, underground CONTRACTOR and safety precautions and structures, or other disturbances of existing programs incident thereto The CONTRACTOR features in or across streets, nghts -of -way, may not rely upon any interpretation of such easements, or other property, the technical data, including any interpolation or CONTRACTOR shall (as the Work progresses) extrapolation thereof, or any non - technical data, promptly back -fill, compact, grade and otherwise interpretations, and opinions contained therein restore the disturbed area to a basic condition which shall permit resumption of pedestrian or 4 2 4 Where the dimensions and location of existing vehicular traffic and any other critical activity or structures are of importance to the installation or function consistent with the original use of the connection of new Work, the CONTRACTOR land Unsightly mounds of earth, large stones, shall verify such dimensions and locations in the Boynton Beach Utilities — Central Seacrest Phase 1 GC - 8 field before the fabrication of any materials or responsibility for reviewing and equipment which is dependent on the checking all such information and correctness of such information There shall be data Further, the CONTRACTOR no additional cost to the CITY for shall be responsible for locating all CONTRACTOR's failure to venfy such Underground Facilities whether or dimensions and locations, or for inaccurate not shown or indicated in Contract verifications by CONTRACTOR CONTRACTOR Documents, for coordination of the shall bear the full cost of any modifications to the Work with the owners of such Work which result from subsurface conditions Underground Facilities during which result from subsurface conditions which construction, for the safety and could have been reasonably been discovered protection thereof as provided in prior to commencement of the Work or a portion paragraph 6 10, and repairing any of the work damage thereto resulting from Work, the cost of all of which shall be 4 3 PHYSICAL CONDITIONS — UNDERGROUND FACILITIES considered as having been included in the Contract Pnce 4 3 1 Indicated: The information and data indicated in 4 3 1 5 All water pipes, sanitary sewers, the Contract Documents with respect to existing storm drains, force mains, gas Underground Utilities at or contiguous to the Site mains, or other pipes, telephone or is based on information and data furnished to the power cables or conduits, pipe or CITY or CONSULTANT by the owners of such conduit casings, curbs, sidewalks, Underground Facilities or by others service lines, and all other 4 31 1 The CITY and CONSULTANT shall obstructions, whether or not shown, not be responsible for the accuracy shall be temporarily removed from or or completeness of any such supported across utility line information or data, and excavations Where it is necessary 4 3 1 2 The CONTRACTOR shall notify the to temporanly interrupt services, the Underground Service Alert (USA) CONTRACTOR shall notify both the System, Phone No 1-800- 227 -2600 CITY and occupant of such facilities and Sunshine State One Call five (5) calendar days before the Services (1- 800 -432 -4770) at least interruption and again immediately forty -eight (48) hours in advance of before service is resumed Before the commencement of Work at any disconnecting any pipes or cables, site to allow the member of utilities the CONTRACTOR shall obtain to examine the construction site and permission from the CITY or mark the location of the utilities' occupant, or shall make suitable respective facilities arrangements for their disconnection 4 3 1 3 The CONTRACTOR acknowledges by the CITY or occupant The that some (or all) of the utility CONTRACTOR shall be responsible companies with facilities shown on for all damages to any such pipes, the drawings may not be members conduits or cables, and shall restore of the USA System or Sunshine them to service promptly, as part of State One Call Services, and the Work, as soon as the Work has therefore, not automatically progressed past the point involved contacted by the above referenced Approximate locations of known telephone number The water, sanitary, drainage, natural CONTRACTOR will be responsible gas, power, telephone and cable TV for making themselves aware of installations along the route of new utility company facilities not reported pipelines or in the vicinity of new by the USA System or Sunshine Work are shown, but are to be State One Call Services, and shall venfied in the field by the be liable for any and all damages CONTRACTOR prior to performing stemming from repair or delay costs the Work The CONTRACTOR shall or any other expenses resulting from uncover these pipes, ducts, cables, the unanticipated discovery of etc carefully by hand prior to underground utilities The installing their work Any CONTRACTOR shall be responsible discrepancies or differences found for notifying all of the utilities at least shall be immediately brought to the forty -eight (48) hours in advance of attention of the CONSULTANT in the commencement of Work at any order that necessary changes may site to allow the utilities to examine be made to permit installation of the the construction site and mark the Work location of the utilities' respective facilities The CONTRACTOR shall 4 3 2 Not Indicated: If an Underground Facility is also be responsible for venfying that uncovered or revealed at or contiguous to the each utility has responsibly Site which was not shown, nor located by the responded to such notification facilities owner and which CONTRACTOR could 4 3 1 4 CONTRACTOR shall have full not reasonably have been expected to be aware Boynton Beach Utilities — Central Seacrest Phase 1 GC - 9 of, CONTRACTOR shall promptly, after such inaccuracy or difference No such becoming aware of thereof and before change shall occur if the differing site performing any Work affected thereby (except in conditions could reasonably have been an emergency as permitted by paragraph 6 10), discovered by CONTRACTOR prior to identify the owner of such Underground Facility commencement of Work, or a portion of the and give wntten notice thereof to that owner, the Work, through the subsurface explorations CITY and CONSULTANT The CONSULTANT described in Sections 4 2 and 4 3 If the shall promptly review the Underground Facility to CITY and CONTRACTOR are unable to determine the extent to which the Contract agree as to the amount or length thereof, a Documents should be modified to reflect and claim may be made therefor as provided in document the consequences of the existence of Article 11 (Change of Contract Pnce) and the Underground Facility The Contract Article 12 (Change of Contract Time) Documents shall be amended or supplemented to the extent necessary During such time, 4 4 5 The CONTRACTOR's failure to give notice CONTRACTOR shall be responsible for the of diffenng Site conditions within twenty-four safety and protection of such Underground (24) hours or no later than seven (7) days of Faabty as provided in paragraph 613 their discovery and before they are disturbed, shall constitute a waiver of all 4 4 DIFFERING SITE CONDITIONS claims in connection therewith, whether direct or consequential in nature 4 41 The CONTRACTOR shall notify the CONSULTANT in writing, of the following 4 5 REFERENCE POINTS unforeseen conditions, hereinafter called differing Site conditions, within twenty-four (24) 4 5 1 The CITY shall provide, if available, engineering hours upon their discovery (but in no event later surveys to establish reference pants for than seven (7) days after their discovery) and construction, which in CONSULTANT's judgment before they are disturbed are necessary to enable CONTRACTOR to 4 41 1 Subsurface or latent physical proceed with the Work conditions at the Site of Work differing materially from those 4 5 2 CONTRACTOR shall be responsible for laying indicated, described, or delineated in out the Work (unless otherwise specified in the the Contract Documents, including General Requirements), shall protect and those reports discussed in preserve the established reference points and paragraph 4 2 and 4 3 (Physical shall make no changes or relocations without the Conditions, Underground Facilities), pnor written approval of the CITY The and CONTRACTOR shall report to the CONSULTANT whenever any reference point is 4 4 1 2 Any unknown physical conditions at lost or destroyed or requires relocation because the Site of the Work of an unusual of necessary changes in grades or locations, and nature differing materially from those shall be responsible for the accurate ordinarily encountered and generally replacement or relocation of such reference recognized as inherent in work of the points by professionally qualified personnel character provided for in the Contract Documents including those ARTICLE 5 — BONDS AND INSURANCE reports and documents discussed in paragraph 4 2 and 4 3 511 CONTRACTOR shall upon delivery of the 4 4 2 CONSULTANT shall promptly review the executed Contract or receipt of Award letter from pertinent conditions, determine the necessity the CITY, furnish Performance and Payment of obtaining additional explorations or tests Bonds, each in an amount at least ONE with respect thereto, and advise the CITY in HUNDRED PRECENT (100%) of the Contract writing (with a copy to the CONTRACTOR) Price as security for the faithful performance and of CONSULTANTs findings and payment of all CONTRACTOR's obligations conclusions under the Contract Documents Said bonds must be provided to the CITY within ten (10) 4 4 3 If CONSULTANT concludes that because of business days of the Award Letter or delivery of newly discovered conditions a change in the a Purchase Order or contract to the Contract Documents is required, a Change CONTRACTOR to execute and return to the Order shall be issued as provided in Article CITY, or the CITY, at its sole discretion and 10 (Changes in Work) to reflect and option may terminate the contract These bonds document the consequences of the shall remain in effect at least until one (1) year difference after the date when final payment becomes due, except as otherwise provided by Law or 4 4 4 In each such case, an increase or decrease Regulation or by the Contract Documents in the Contract Price or an extension or CONTRACTOR shall also furnish such other shortening of the Contract Time, or any Bonds as are required by the Special Conditions combination thereof, shall be allowable to Each Bond shall be furnished in an amount the extent that they are attributable to any equal to ONE HUNDRED PERCENT (100 %) of Boynton Beach Utilities — Central Seacrest Phase 1 GC - 10 the amount of the Contract award The form and 5 1 7 If the Surety on any Bond furnished by conditions of the Bond and the Surety shall be as CONTRACTOR is declared bankrupt or specified and supplied by the CITY in the Bid becomes insolvent, or its nght to do business is Documents terminated in the state of Florida or it ceases to meet the requirements of paragraph 5 1 3 and 5 1 2 The Surety shall be a nationally recognized 51 4, CONTRACTOR shall within five (5) days Surety Company, acceptable to the CITY, listed thereafter substitute another Bond and Surety, on the current list of "Companies Holding both of which must be in conformance with Certificates of Authonty as Acceptable Sureties paragraph 51 3 and 51 Under no on Federal Bonds and Acceptable Reinsunng circumstances shall the successful Companies" as published in Circular 570 CONTRACTOR begin Work until they have (amended) by the Audit Staff, Bureau of supplied to the CITY Performance and Govemment Financial Operations vs Treasury Payment Bonds and Affidavit for Bond using Department, and meet other requirements of the CITY's form, and the CITY has approved Section 287 0935 Flonda Statutes the Bond. For projects exceeding five hundred 5 1 8 The Bonds must be recorded in the Legal thousand dollars ($500,000), all bonds shall Records Department of Palm Beach County, be placed with sureties with Best Ratings as Florida. Proof of recordation must be stated below: submitted to Procurement Services Division. The Bond number must be stated on the first The name, address, and telephone number of page of the Bond. the surety and its agent must be listed on the bond 5 2 INSURANCE 5 1 3 For contracts up to $499,999 99, the surety shall 5 21 The CONTRACTOR agrees to, in the have twice the minimum surplus and capital performance of Work and services under this required by the Flonda Insurance Code at the Agreement, comply with all federal, state, and time the Bid is issued for the Work, otherwise the local laws and regulations now in effect, or surety shall have the minimum ratings hereinafter enacted during the term of this Agreement that are applicable to the CONTRACT AMOUNT BEST KEY CONTRACTOR, its employees, agents, or Sub - RATING Contractors, if any, with respect to the Work and Under $500,000 Class IX A or services descnbed herein The CONTRACTOR better shall obtain at CONTRACTOR's expense all $500,000 to Class XI A or necessary insurance in such form and amount as $2,499,999 99 better required by the CITY's Risk Management Over $2,500,000 Class XIV A or Department before beginning work under this better Agreement The CONTRACTOR shall maintain such insurance in full force and effect during the 5 1 4 The Bond shall specifically incorporate and life of this Agreement The CONTRACTOR shall acknowledge the Surety's responsibility for provide to the CITY's Risk Management liquidated damages Department, all insurance certificates required under this section pnor to beginning any work 5 1 5 Bonds shall be executed and issued by a under this Agreement The CONTRACTOR registered agent, licensed and having an office in shall indemnify and save the CITY harmless from the State of Florida representing such corporate any damage resulting to it for failure to either sureties CONTRACTOR or any Sub - Contractor to obtain or maintain such insurance 5 1 6 If the CONTRACTOR is a partnership, the Bond shall be signed by each of the individuals who The following are required types and minimum are partners, if a corporation, the Bond shall be limits of insurance coverage, which the signed in the correct corporate name by duly CONTRACTOR agrees to maintain dunng the authorized officer, agent, or attorney -in -fact term of this Contract, unless otherwise stated There shall be an appropriate number of executed counterparts of the bond Occurrence Aggregate corresponding to the number of counterparts in Line of Business /Coverage $1,000,000 $2,000,000 the Contract Each executed bond shall be Commercial General Liability, accompanied by a) appropnate including: acknowledgement of the respective parties, b) Premises/Operabons appropnate duly certified copy of Power -of- Contractual Liability Attorney or other certification of authority where Personal Injury Bond is executed by agent, officer or other Explosion, Collapse, representative of CONTRACTOR or Surety, c) Underground Hazard duly certified extract from by -laws or resolutions Products /Completed of Surety under which Power -of- Attorney, or Operations other certificate of Authority of its agent, officer or Broad Form Property Damage representative was issued Cross Liability and Severability Boynton Beach Utilities — Central Seacrest Phase 1 GC - 11 of Interest Clause coverage included with the Worker's Compensation Insurance, the U S Longshoremen and Harbor Workers Act and /or Automobile Liability $1,000,000 $2,000,000 Jones Act (including owned, non - owned, and hired) 5 2 9 Should the CITY require the Bidder to carry Builder's Risk Insurance for the Project, it must Worker's Compensation & Employer's Liability • Statutory Limits: be in the amount equal to the full replacement $500,000 per each disease cost of the Project $500,000 per each accident and $500,000 each employee 5 210 Fulfillment by the Bidder of the insurance provisions does not limit the Bidder's liability to 5 2 2 The CITY reserves the right to require higher the amount of the policy limits limits depending upon the scope of work under this Agreement ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 5 2 3 Neither the CONTRACTOR nor any Sub - Contractor shall commence work under this 6 1 CONTRACTOR STATUS Contract until they have obtained all insurance required under this section and have supplied 61 1 The CONTRACTOR is an independent the CITY with evidence of such coverage in the contractor and is not an employee or agent of form of an insurance certificate and the CITY Nothing in this Contract shall be endorsement The CONTRACTOR shall ensure interpreted to establish any relationship other that all Sub - Contractors shall comply with the than that of an independent contractor, between above guidelines and shall maintain the the CITY and the CONTRACTOR, its necessary coverage throughout the term of this employees, agents, Sub - Contractors, or assigns, Agreement In the CITY's sole discretion, dunng or after the performance of this Contract CONTRACTOR's failure to timely secure all The CONTRACTOR shall take the whole required insurance shall void this Agreement and responsibility for the means, methods, the Bid Award and the CITY may select and techniques, sequences, and production of the contract with another reasonable Bidder Work 5 2 4 All insurance camers shall be rated at least A -VII 6 2 CONTRACTOR RISK per A.M Best's Key Rating Guide and be licensed to do business in Florida Policies shall 6 2 1 The CONTRACTOR shall bear all losses be "Occurrence" form Each camer shall give the resulting to CONTRACTOR, on account of the CITY sixty (60) days notice pnor to cancellation amount or character of the Work, or because of the nature of the ground beneath, in or on which 5 2 5 The CONTRACTOR's general liability insurance the Work is done is different from what was polices shalt be endorsed to add the CITY of assumed or expected, or because of bad Boynton Beach, its employees, representatives weather, or because of errors or omissions in and elected officials as an "additional insured" their or its bid on the Contract Pnce, or except as The CONTRACTOR's Worker's Compensation otherwise provided in the Contract Documents camer shall provide a Waiver of Subrogation to because of any other causes whatsoever the CITY The CONTRACTOR shall be Execution of this Contract by the CONTRACTOR responsible for the payment of all deductibles is a representation that the CONTRACTOR has and self - insured retentions visited the Site, has conducted sufficient investigation of the surface and sub -surface 5 2 6 The CITY may require that the CONTRACTOR conditions in order to submit its bid, has become purchase a contract or performance bond equal familiar with the local conditions under which the to the cost of the Project If the CONTRACTOR Work is to be performed, and correlated personal is to provide professional services under this observations with the requirements of the Agreement, the CONTRACTOR must provide Contract Documents the CITY with evidence of Professional Liability Insurance with, at a minimum, a limit of 6 2 2 The CONTRACTOR shall protect the entire $1,000,000 per occurrence and $2,000,000 in Work, all matenals under the Contract and the the aggregate "Claims -Made" forms are CITY's property (including machinery and acceptable for Professional Liability Insurance equipment) in, or on, or adjacent to the Site of the Work until final completion of Work, from 5 2 7 The CITY may require higher limits for action of the elements, acts of other contractors, Professional Liability Insurance depending on or except as otherwise provided in the Contract the size of the project In any event, the Bidder Documents, and from any other causes shall maintain such Professional Liability whatsoever, should any damage occur by Insurance in effect for three (3) years after the reason of any of the foregoing, the completion of the Project CONTRACTOR shall repair at their own expense to the satisfaction of the CITY or its Project 5 2 8 If any operations are to be undertaken or are Manager Neither the CITY, nor its officers, about navigable waters, the CITY will require employees, or agents assume any responsibility Boynton Beach Utilities — Central Seacrest Phase 1 GC -12 for collection of indemnities or damages from any the Site or adjacent thereto, and except as person or persons causing injury to the Work of otherwise indicated in the Contract Documents, the CONTRACTOR all Work at the Site shall be performed during regular working hours as defined in the Special 6 2 3 At its expense, the CONTRACTOR shall take all Conditions herein, and CONTRACTOR shall not necessary precautions (including without permit overtime work or the performance of Work limitation) the furnishing of guards, fences, on Saturday, Sunday, or any legal holiday warning signs, walks, flags, cables and lights for observed by the CITY, without the CITY's Project the safety of and the prevention of injury, loss Manager's wntten consent and damage to persons and property The term "persons" includes without limitations, members 6 4 2 Materials and Equipment The CONTRACTOR of the public, the CITY and its employees and shall furnish all materials, equipment, labor, agents, the Project Manager and his/her transportation, construction equipment and employees, CONTRACTOR's employees, machinery, tools, appliances, fuel, power, light, CONTRACTOR "s Sub - Contractors and Sub- heat, telephone, water and sanitary facilities and Contractors respective employees, who are on or all other facilities and incidentals necessary for about or adjacent to the premises where said the execution, testing, initial operation and Work is to be performed CONTRACTOR shall completion of the Work All material stored on comply with all applicable provisions of safety the job site shall remain the responsibility of the laws, rules, ordinances, regulations and orders of CONTRACTOR until incorporated in the Work duly constituted federal, state, and local The CITY shall not reimburse the authonties and building codes CONTRACTOR for materials lost, stolen, or damaged while stored on the job site 6 2 4 The CONTRACTOR assumes all risk of loss, damage and destruction to all of its materials, 6 4 3 Condition of Matenals All materials and tools, appliances and property of every equipment shall be new When special makes or description and that of its Sub - Contractors and grades of matenal which are normally packaged Sub - Contractor's respective employees or by the supplier or manufacturer are specified or agents, and injury to or death of the approved, such matenals shall be delivered to CONTRACTOR, its employees, Sub - Contractors the Site in their original packages or container or Sub - Contractor's respective employees or with seals unbroken and labels intact agents, including legal fees, court costs or other legal expenses, arising out of or in connection 6 4 4 Installation/Assembly All materials and with the performance of this Contract equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in 6 3 SUPERVISION AND SUPERINTENDENCE accordance with the instructions of the applicable manufacturer, fabncator or processors, except as 6 3 1 The CONTRACTOR shall supervise and direct otherwise provided in the Contract Documents the Work It shall be solely responsible for the means, methods, techniques, sequences and 6 4 5 Matenals, Equipment, Products and procedures of construction The CONTRACTOR Substitutions CONTRACTOR shall venfy that shall employ and maintain at the Worksite(s), a materials, equipment, and products incorporated qualified supervisor or superintendent who shall in the Work are fit for their intended purpose have been designated in writing by the before being purchased by the CONTRACTOR CONTRACTOR as its CONTRACTOR's However, the CONTRACTOR shall submit to the representative at the Site The supervisor shall CONSULTANT and the CITY's Project Manager have full authonty to act on behalf of the a list of proposed matenals, equipment or CONTRACTOR and all communications given to products, together with such samples considered the supervisor shall be as binding as if given to substitutes as may be necessary to determine the CONTRACTOR The supervisor shall be their acceptability and obtain approval, pursuant present on the Site at all times as required to to Section 32, Instruction to Bidders if prior to perform adequate supervision and coordination award, or after award, within ten (10) calendar of the Work (Copies of written communications days after the CONTRACTOR should have been given to the superintendent shall be mailed to aware of the need for substitution, unless the CONTRACTOR's home office) otherwise stipulated in the Special Conditions CONTRACTOR shall notify the CITY in writing of No request for payment for "or equal" equipment the name, title and contact information for the shall be approved until this list has been received designated supervisor /superintendent and approved by the CONSULTANT The CITY may require the CONTRACTOR to furnish at 6 4 LABOR, MATERIALS AND EQUIPMENT CONTRACTOR's expense, a special performance guarantee or other surety with 6 4 1 The CONTRACTOR shall provide competent, respect to any substitute suitably qualified personnel to survey and lay out 6 4 51 Whenever a material, article, or the Work and perform construction as required piece of equipment is identified on by the Contract Documents They shall at all the Drawings or Specifications by times maintain good discipline and order at the reference to brand name or Site Except in connection with the safety or catalogue number, it shall be protection of persons or the Work or property at understood that this is referenced for Boynton Beach Utilities — Central Seacrest Phase 1 GC -13 the purpose of defining the substitution These costs shall performance or other salient include transportation, to operating requirements, and that other installation at factones, etc products of equal capacities, quality 6455 No substitute shall be ordered or and function may be considered installed without the wntten approval The CONTRACTOR may request of the CONSULTANT with the the substitution of a material, article, CITY's Project Manager's or piece of equipment of equal concurrence substance and function for those 6456 Delay caused by obtaining referred to in the Contract approvals for substitute materials or Documents by reference to brand installations shall be attributable to name or catalogue number and if, CONTRACTOR and shall not be the opinion of the CONSULTANT considered justifiable grounds for an and CITY, such material, article, or extension of construction time piece of equipment is of equal 6457 Should any work or materials, substance and function to that equipment or products not conform specified, the CONSULTANT with with requirements of the Drawings concurrence of the CITY's Project and Specifications or become Manager may approve its damaged during the progress of the substitution and use by the Work, such Work or materials shall CONTRACTOR be removed and replaced, together 6452 The application shall state that the with any work disarranged by such evaluation and acceptance of the alterations, at any time before proposed substitute shall not completion and acceptance of the prejudice CONTRACTOR's Project All such work shall be done achievement of Substantial at the expense of the Completion on time, whether or not CONTRACTOR acceptance of the substitute for use 6458 No materials or supplies for the in the Work shall require a change in Work shall be purchased by the any of the Contract Documents (or in CONTRACTOR or by any Sub - the provisions of any other direct Contractor subject to any chattel contract with the CITY for Work on mortgage or under conditional sale the Project) to adapt the design to or other agreement by which an the proposed substitute and whether interest is retained by the Seller The or not incorporation or use of the CONTRACTOR warrants that it substitute in connection with the have clear title to all materials and Work is subject to payment of any supplies used by them in the Work license fee or royalty All variations 6459 If a specific means, method, of the proposed substitute from that technique, sequence or procedure of specified shall be identified in the construction is indicated in or application and available required by the Contract Documents, maintenance, repair, and CONTRACTOR may furnish or replacement service shall be utilize a substitute means, method, indicated sequence, technique or procedure of 6453 The application shall also contain construction, if applicable, to the itemized estimate of all costs and CITY and CONSULTANT, if cost savings that shall result directly CONTRACTOR submits sufficient or indirectly from acceptance of such information to allow CITY and substitute, including costs or CONSULTANT to determine that the redesign and claims of other substitute proposed is equivalent to contractors affected by that indicated or required by the CONSULTANT in evaluating the Contract Documents The proposed substitute procedure for review by the CITY CONSULTANT may require and CONSULTANT shall be similar CONTRACTOR to furnish at to that provided in paragraph 6451 CONTRACTOR's expense, (Materials, Equipment, Products and additional data about the proposed Substitutions, par 2) as applied by substitute CONSULTANT and as may be 6454 Incidental changes or extra supplemented in the Special component parts required to Conditions accommodate the substitute shall be 64510 Any two (2) or more pieces of made by the CONTRACTOR without matenal or equipment of the same an increase in the Contract Price or kind, type or classification, and being Contract Time The CONTRACTOR used for identical types of service, shall reimburse the CITY for charges shall be made by the same of the CONSULTANT and manufacturer CONSULTANT'S consultants for evaluating each proposed Boynton Beach Utilities — Central Seacrest Phase 1 GC - 14 6 5 CONCERNING SUBCONTRACTORS to the applicable terms and conditions of the Contract Documents for the benefit of the CITY 6 5 1 The CONTRACTOR shall not employ any sub- contractor, other persons or organization 6 5 5 Agreement Any and all Work performed for the (whether initially or as a substitute) against CONTRACTOR by a sub - contractor shall be whom the CITY or the CONSULTANT may have pursuant to an appropriate agreement between reasonable objection, nor shall the the CONTRACTOR and the sub - contractor CONTRACTOR be required to employ any sub- contractor against whom it has reasonable 6 5 6 Responsibility The CONTRACTOR shall be objection The CONTRACTOR shall not make responsible for the coordination of the trades, any substitution for any sub - contractor who has sub - contractors and matenalmen engaged upon been accepted by the CITY's Project Manager in work of the Project and the CONSULTANT, unless the CONSULTANT determines that there is good 6 5 7 The CONTRACTOR shall cause appropnate cause for doing so If after bid opening and prior provisions to be inserted in all subcontracts to the award of the Contract, the CITY objects to relative to the Work, to bid sub - contractors to the certain suppliers or sub - contractors, the CITY CONTRACTOR by the terms of these General may permit CONTRACTOR to submit an Conditions and other Contract Documents acceptable substitute so long as there is no insofar as applicable to the Work of sub - change in the Contract Price or Contract Time If contractors, and to give the CONTRACTOR the the Contract Price or Contract Time is increased same power as regards terminating any sub - or extended, the CITY may return the Bid Bond contract that the CITY may exercise over the and award the Contract to the next qualified, CONTRACTOR under any provisions of the competent Bidder If after the award of the Contract Documents Contract, the CITY objects to certain suppliers or sub - contractors, the CITY shall permit 6 5 8 The CITY or CONSULTANT shall not undertake CONTRACTOR to make an appropnate and to settle any differences between the acceptable substitution which is also acceptable CONTRACTOR and his sub - contractors or to the CITY No acceptance by the CITY or the between sub - contractors CONSULTANT of any such sub - contractor, supplier, or other person or organization shall 6 5 9 If in the opinion of the CITY's Project Manager or constitute a waiver of any nght of the CITY or CONSULTANT, any subcontractor on the Project CONSULTANT to reject defective Work proves to be incompetent or otherwise unsatisfactory, such Sub - Contractor shalt be 6 5 2 Responsibility The CONTRACTOR shall be replaced if and when directed in writing fully responsible for all acts and omissions of its Sub - Contractors and of persons and 6 5 10 CONTRACTOR shall also organizations directly or indirectly employed by 6 510 1 Observe work of each subcontractor the CONTRACTOR and of persons and to monitor compliance with organizations for whose acts any of Schedule CONTRACTOR or Sub - Contractor may be liable 6 5 10 2 Verify that labor and equipment are to the same extent that they are responsible for adequate for the Work and the the acts and omissions of persons directly Schedule employed by CONTRACTOR Nothing in the 6 510 3 Verify that product procurement Contract Documents shall create any contractual schedules are adequate relationship between CITY or CONSULTANT 6 5 10 4 Venfy that product deliveries are and any Sub - Contractor or other person or adequate to maintain schedule organization having a direct contract with 6 5 10 5 Report non - compliance to CONTRACTOR, nor shall it create any obligation CONSULTANT with on the part of CITY or CONSULTANT to pay or recommendation for changes to see to the payment of any moneys due any sub - contractor or other person or organization, 6 6 PATENTS, FEES AND ROYALTIES except as may otherwise be required by law CITY or CONSULTANT may furnish to any sub- 6 61 The CONTRACTOR shall pay all license fees contractor or other person or organization, to the and royalties and assume all cost incident to the extent practicable, evidence of amounts paid to use of any invention, design, process or device CONTRACTOR on account on specific Work which is the subject of patent nghts or copynghts done in accordance with the Schedule of Values held by others They shall indemnify and hold harmless the CITY and CONSULTANT and 6 5 3 Division of Work The divisions and sections of anyone directly or indirectly employed by either the Specifications and the identifications of any of them from and against all claims, damages, Drawings shall not control the CONTRACTOR in losses and expenses (including attorney's fees) dividing the Work among sub - contractors or arising out of any infringement of such rights delineating the Work to be performed by any during or after completion of the Work, and shall specific trade defend all such claims in connection with any alleged infnngement of such nghts 6 5 4 Terms and Conditions The CONTRACTOR agrees to bind specifically every sub - contractor 6 6 2 Patent rights The CONTRACTOR shall be Boynton Beach Utilities — Central Seacrest Phase 1 GC -15 responsible for determining the application of protect shall be withheld by the CITY until patent rights and royalties on matenals, approval of all documents specified herein is appliances, articles or systems prior to bidding made by the CITY's Project Manager However, they shall not be responsible for such determination on systems which do not involve 6 9 2 The awarded CONTRACTOR shall maintain purchase by them of materials, appliances and during the term of the Contract all books, reports, articles and records in accordance with generally accepted accounting practices and standards for 6 7 PERMITS, LAWS AND REGULATIONS records directly related to this Contract The form of all records and reports shall be subject to 6 7 1 Permits The CONTRACTOR shall secure and the approval of the CITY's auditor. The awarded pay for all construction permits and licenses and CONTRACTOR agrees to make available to the shall pay all governmental charges and CITY's auditor, dunng normal business hours, all inspection fees necessary for the prosecution of books of account, reports, and records relating to the Work, which are applicable at the time of its this Contract for the duration of the Contract and Bid The CITY shall assist the CONTRACTOR, retain them for a minimum period of three (3) when necessary, in obtaining such permits and years licenses The CITY shall be invoiced at actual cost without markup 6 9 3 The awarded CONTRACTOR shall be aware that the Palm Beach County, Office of Inspector 6 7 2 The CONTRACTOR shall also pay all public General investigators shall have the power utility charges The CONTRACTOR shall be without limitation to audit, investigate, monitor, responsible for obtaining dewatenng permits as inspect and review the operations, actmties, required CONTRACTOR shall be responsible performance and procurement process of the for complying with the South Florida Water CONTRACTOR, its Sub - Contractors and lower Management District (SFWMD), Flonda her subcontractors and its officers, agents and Department of Environmental Regulations, employees relating to the Contract United States Environmental Protection Agency and any other regulatory agency requirements 6 9 4 If the CONTRACTOR submits a claim to the including financial responsibility (fines, etc) CITY for additional compensation, the CITY shall have the right, as a condition to considenng the 6 7 3 Laws and Regulations The CONTRACTOR claim, and as a basis for evaluation of the claim, shall give all notices and comply with all laws, and until the claim has been settled to audit the ordinances, rules and regulations applicable to CONTRACTOR's books to the extent they are the Work If the CONTRACTOR observes that relevant This right shall include the right to the Specifications or Drawings are at vanance examine books, records, documents, and other therewith, they shall give the CONSULTANT evidence and accounting procedures and prompt written notice thereof, and any necessary practices, sufficient to discover and venfy all changes shall be adjusted by an appropnate direct and indirect costs of whatever nature modification If the CONTRACTOR performs claimed to have been incurred or anticipated to any Work knowing it to be contrary to such laws, be incurred and for which claim has been ordinances, rules and regulations, and without submitted The right to audit shall include the such notice to the CONSULTANT, they shall right to inspect the CONTRACTOR's plants, or bear all costs arising therefrom, however, is shall such parts thereof, as may be or have been not be their pnmary responsibility to make certain engaged in the performance of the Work The that the Drawings and Specifications are in CONTRACTOR further agrees that the nght to accordance with such laws, ordinances, rules audit encompasses all subcontracts and is and regulations binding upon all Sub - Contractors The rights to examine and inspect herein provided for shall be 6 8 TAXES exercisable through such representatives as the CITY deems desirable dunng the 6 81 Cost of all sales and other taxes for which the CONTRACTOR's normal business hours at the CONTRACTOR is liable under the Contract shall office of the CONTRACTOR Upon request by be included in the Contract Price stated by the the CITY, CONTRACTOR shall provide the CONTRACTOR accounting records and documents, and other financial data and shall submit true copies of 6 9 RECORD DOCUMENTS/RIGHT TO AUDIT requested records to the CITY 6 91 The CONTRACTOR shall keep in a safe place 6 10 SAFETY, PROTECTION AND EMERGENCIES one record copy of all Specifications, Drawings, Addenda, Modifications, and Shop Drawings at 6 101 CONTRACTOR shall be responsible for the site in good order and annotated to show all initiating, maintaining and supervising all safety changes made during the construction process precautions and programs in connection with the Such documents shall be available to the Work CONTRACTOR shall take all necessary CONSULTANT and shall be delivered to the precautions for the safety of, and shall provide CONSULTANT for the CITY upon completion of the necessary protection to prevent damage, the Project Such documents shall be used for injury or loss to this purpose only Final acceptance of the 61011 All employees on the Work and Boynton Beach Utilities — Central Seacrest Phase 1 GC -16 other persons who may be affected causing loss of time from Work, arising out of an thereby, and in the course of employment on Work under 6 10 1 2 All the Work and all matenals or the Contract The CONTRACTOR shall equipment to be incorporated promptly furnish the reports concerning these therein, whether in storage on or off matters to the appropriate Local Public Agency the Site, and within forty -eight (48) hours of the event or as 6 10 1 3 Other property at the Site or per specific timeframe specified by such Local adjacent thereto, including trees, Public Agency shrubs, lawns, walks, pavements, roadways, structures and utilities not 6 10 8 SAFETY REPRESENTATIVE CONTRACTOR designated for removal, relocation or shall designate a responsible representative at replacement in the course of the Site whose duty shall be prevention of construction accidents This person shall be CONTRACTOR's supenntendent unless 6 10 2 CONTRACTOR shall comply with all applicable otherwise designated in writing by laws, ordinances, rules and regulations of any CONTRACTOR to the CITY public body having junsdiction for the safety of persons or property or to protect them from 610 9 HAZARD COMMUNICATION PROGRAMS damage, injury or loss on or off the Work and CONTRACTOR shall be responsible for shall erect and maintain all necessary coordinating any exchange of material safety safeguards for such safety and protection data sheets or other hazard communication information required to be made available to or 6 10 3 CONTRACTOR shall notify owner of adjacent exchanged between or among employees at the property and of Underground Facilities and utility Site in accordance with Laws and Regulations owners when prosecution of the Work may affect them, and shall cooperate with them in the 6 10 10 SUPERINTENDENT The CONTRACTOR shall protection, removal, relocation and replacement designate a responsible member of their of their property organization at the Site whose duty shall be prevention of accidents This person shall be the 6 10 4 All damage, injury or loss to any property CONTRACTOR's supenntendent unless referred t o in paragraph 6 101 2 or 6 10 1 3 otherwise designated in wnbng by the caused directly or indirectly, in whole or in part, CONTRACTOR to the CITY's Project Manager by CONTRACTOR, any Sub - Contractor, Supplier or any other person or organization 6 10 11 EMERGENCIES In emergencies affecting the directly or indirectly employed by any such entity safety of the persons or the Work or property of to perform or furnish any of the Work for anyone the Site or adjacent thereto, the CONTRACTOR, for whose acts may be liable, shall be remedied without special inspection or authorization from by CONTRACTOR CONTRACTOR shall not be the CONSULTANT or the CITY's Project liable for acts or omissions attributable to the Manager is obligated to act, at its discretion, to CITY or CONSULTANT prevent damage, injury or loss 6 10 5 CONTRACTOR's duties and responsibilities for 610 12 CONTRACTOR shall give CITY's Project the safety and protection of the Work shall Manager and CONSULTANT prompt written continue until such time as all the Work is notice if CONTRACTOR believes that any completed and CONSULTANT has issued a significant changes in the Work or variations from notice to the CITY and CONTRACTOR rn the Contract Documents have been caused accordance with paragraph 14 6 (Substantial thereby If CONSULTANT determines that a Completion) that the Work is acceptable or until change in the Contract Documents is required any and all final "punch list" items are completed, because of the action taken in response to an whichever is later emergency, a Change Order shall be issued to document the consequences of the changes or 610 6 The safety provisions of applicable laws and vanations building and construction codes shall be observed and the CONTRACTOR shall take or 6 10 13 Dunng adverse weather, and against the cause to be taken such additional safety and possibility thereof, the CONTRACTOR shall take health measures as the Local Public Agency all necessary precautions to ensure that the involved may determine to be reasonably Work shall be done in a good and workmanlike necessary Machinery, equipment and all condition and is satisfactory in all respects hazards shall be guarded in accordance with the When required, protection shall be provided by safety provisions of the "Manual of Accident the use of tarpaulins, wood and other acceptable Prevention in Construction" as published by the means The CONTRACTOR shall be Associated General Contractors of America, Inc responsible for all changes caused by adverse to the extent that such provisions are not in weather, including unusually high winds and conflict with applicable laws water levels and they shall take such precautions and procure such additional insurance as they 6 10 7 The CONTRACTOR shall maintain an accurate deem prudent The CONSULTANT may record of all cases of death, occupational suspend construction operations at any time disease, or injury requiring medical attention or when in their judgment, the conditions are Boynton Beach Utilities — Central Seacrest Phase 1 GC -17 unsuitable or the proper precautions are not project being taken, whatever the weather or water level conditions may be, in any season After review, produce copies and distribute per Submittal Procedures article above and for 6 10 14 If the CONTRACTOR believes that additional Record Documents purposes described in work done by them in an emergency which arose Section 6 37 Closeout Submittals Submit to from causes beyond their control entitles them to CONSULTANT for purpose of checking an increase in the Contract Price or an extension conformance with information given and design of the Contract Time, they may make a claim concept and on to the CITY's Project Manager therefor as provided in Article 11 (Change in Contract Price) and Article 12, (Change in 6 11 2 SAMPLES The CONTRACTOR shall also Contract Time) submit to the CONSULTANT for review, with such promptness as to cause no delay in Work, 6 10 15 NATIONAL EMERGENCY: In the event the all samples required by the Contract Documents CITY is prevented from proceeding with any or All samples must have been checked by and all of the Work as stated in the Contract due to a stamped with the approval of the declaration of war, or national emergency by the CONTRACTOR, identified dead) as to material, United States government, whereas the manufacturer, any pertinent catalogue numbers construction of the type contracted for herein is and the use for which intended specifically prohibited by statute or government edict, or due to the stoppage of construction CONTRACTOR shall submit to CONSULTANT caused by any governmental agency, state, for purpose of checking conformance with CITY, town, or county regulations, orders, information given and design concept expressed restrictions, or due to circumstances beyond the in the documents CITY's control, then the CITY herein reserves the nght to either suspend the Work to be done After review, CONSULTANT shall submit color for an indefinite period of time or to cancel this board to CITY's Project Manager per Submittal Contract outright by giving notice by registered Procedures Samples shall also conform to the mail of such intention to the CONTRACTOR following, herein In the event of any conditions above 611 2 1 Sample finishes and colors shall be mentioned occumng after the Work herein has from full range or manufacturers' already commenced, then the CITY shall be standard and colors, textures, and liable for only the cancellation or suspension patterns for CONSULTANT's without the addition of prospective profits or selection and preparation of color other change whatsoever board for CITY's approval 6 112 2 After review and approval by the 611 SHOP DRAWINGS AND SAMPLES CITY, provide duplicates and distnbute per Submittal Procedures 6 11 1 Shop Drawings After checking and verifying all 6 11 2 3 Submit samples to illustrate field measurements, the CONTRACTOR shall functional and aesthetic submit to the CONSULTANT and the CITY's characteristic of the product, with Project Manager for review in accordance with integral parts and attachment the accepted schedule of Shop Drawing devices Coordinate sample submissions, (see paragraph 2 9) copies (or at submittals for interfacing work the CONSULTANT's option, one reproducible 611 2 4 Include identification on each copy) of all Shop Drawings, which shall have sample with full project information been checked by and stamped with the approval 6 11 2 5 Submit number of samples specified of the CONTRACTOR The data shown on the in specifications, one of which Shop Drawings shall be complete with respect to CONSULTANT shall retain dimensions, design criteria, matenals of Reviewed samples may be used in construction and the like to enable the Work, if indicated CONSULTANT to review the information as required 6 11 3 DEVIATIONS At the time of each submission, the CONTRACTOR shall, in wnbng, call the Shop Drawings shall include but not be limited to CONSULTANT's attention to any deviations that the following information the Shop Drawings or sample may have from the 611 1 1 Fabncabon and Installation requirements of the Contract Documents Drawings and details 6 1 1 1 2 Template placement diagrams 6 114 CONFORMANCE REVIEW The CONSULTANT 61113 Manufacturer's installation shall review within fifteen (15) days or as instructions extended by CITY, Shop Drawings and samples, 6 11 14 Product patterns and colors but their review shall be only for conformance 6 11 1 5 Coordination Drawings with the design concept of the Project and for 611 1 6 Schedules compliance with the Information given in the 6 11 1 7 Product mix formula Contract Documents The review of a separate 6 11 1 8 Product design or engineering item as such shall not indicate review of the calculations assembly in which the item functions The 61119 Other information as required by CONTRACTOR shall make any corrections Boynton Beach Utilities — Central Seacrest Phase 1 GC - 18 required by the CONSULTANT at the under this Contract, so that no further cleaning CONTRACTOR's expense and shall return the by the CITY is necessary pnor to their required number of corrected copies of Shop occupancy, shall restore all property, both public Drawings and resubmit new samples until the and pnvate, which has been disturbed or review is satisfactory to the CONSULTANT The damaged dunng the prosecution of the Work, CONTRACTOR shall direct specific attention in and shall leave the whole in a neat and writing or on resubmitted Shop Drawings to presentable condition revisions other than the corrections called for by the CONSULTANT on previous submissions 6 12 2 BUILDING CLEAN -UP Clean -up operations The CONTRACTOR's stamp of approval on any shall consistently be camed on by the Shop Drawings or sample shall constitute a CONTRACTOR at all Mmes to keep the premises representation to the CITY and the free from accumulabon of waste matenals and CONSULTANT that the CONTRACTOR has rubbish Upon completion of the Work, they shall either determined and venfied all quantities, remove all rubbish, tools, scaffolding, surplus dimensions, field construction criteria, matenals, matenals, etc, from the building and shall leave catalogue numbers and similar data or they their work "broom dean" or the like, unless assume full responsibility for doing so, and that specified elsewhere in the Contract The they have reviewed or coordinated each Shop CONTRACTOR shall do the following special Drawing or sample with the requirements of the cleaning for all trades upon completion of the Work and the Contract Documents Shop Work Drawings submitted without the 6 12 2 1 Remove putty stains and paint from CONTRACTOR's stamp or specific wntten and wash and polish all glass Do indication shall be returned without action Shop not scratch or otherwise damage Drawings and submittal data shall be reviewed glass two times, thereafter all further review time shall 612 2 2 Remove all marks, stains, be charged to the CONTRACTOR fingerpnnts and other soil and dirt from painted, stained and decorated 611 5 APPROVAL No work requiring a Shop Drawing work or sample submission shall be commenced until 612 2 3 Remove all temporary protections the submission has been reviewed and approved and clean and polish floors by the CONSULTANT A copy of each Shop 612 2 4 Clean and polish all hardware for all Drawing and each approved sample shall be trades, this shall include removal of kept in good order by the CONTRACTOR at the all stains, dust, dirt, paint, etc site and shall be available to the CONSULTANT 6 12 2 5 General In case of dispute, the CITY may remove the rubbish and 6 11 6 SPECIFIC DEVIATIONS The CONSULTANT's charge the cost to the review of Shop Drawings or samples shall not CONTRACTOR relieve the CONTRACTOR from their responsibility for any deviations from the 6 13 PUBLIC CONVENIENCE AND SAFETY requirements of the Contract Documents unless the CONTRACTOR has in writing, called the 613 1 Convenience The CONTRACTOR shall, at all CONSULTANT's attention to such deviation at times, conduct the Work in such a manner as to the time of submission and the CONSULTANT insure the least practicable obstruction to public has given written approval to the specific travel The convenience of the general public deviation, nor shall any review by the and of the residents along and adjacent to the CONSULTANT relieve the CONTRACTOR from area of the Work shall be provided for in a responsibility for errors or omission in the Shop satisfactory manner, consistent with the Drawings operation and local conditions 611 7 Where a Shop Drawing or sample is required by 613 2 Safety "Street Closed" signs shall be placed the Specifications, any related Work performed immediately adjacent to the Work, in a prior to CONSULTANT's review and acceptance conspicuous position, at such locations as traffic of the pertinent submission shall be at the sole demands At any time that streets are required expense and responsibility of the to be closed, CONTRACTOR shall obtain CONTRACTOR approval to close the street from the appropnate regulatory agencies having junsdiction The 6 12 SITE CLEAN UP CONTRACTOR shall notify law enforcement agencies, fire departments, and parties operating 6 12 1 SITE The CONTRACTOR shall clean up emergency vehicles before the street is closed behind the Work as much as is reasonably and also as soon as area is opened Approval possible as the Work progresses Upon from the CITY shall be coordinated through the completion of the Work, and before acceptance Department of Public Works/Engineering, of and final payment for the Project by the CITY, including notification of the news media and the CONTRACTOR shall remove all their surplus affected property owners Access to fire and discarded, and excavated materials, and hydrants and other fire extinguishing equipment rubbish from the roadways, sidewalks, parking shall be provided and maintained at all times areas, lawns and all adjacent property, shall Traffic paths shall be maintained for local traffic clean all portion of Work Involved in any building Boynton Beach Utilities — Central Seacrest Phase 1 GC - 19 6 14 SANITARY PROVISIONS 615 4 The CITY reserves the right to select its own legal counsel to conduct any defense in any such 6 14 1 The CONTRACTOR shall furnish necessary proceedings and all costs and fees associated toilet conveniences, secluded from public therewith shall be the responsibility of the observation, for use of all personnel on the Work, CONTRACTOR under this indemnification whether or not in their employ They shall be agreement kept in a dean and sanitary condition and shall comply with the requirements and regulations of 6 15 5 It is the specific intent of the parties hereto that the public authonbes having jurisdiction They the foregoing Indemnification complies with F S shall commit no public nuisance Temporary § 725 06 (Chapter 725) It is further the specific sanitary facilities shall be removed upon intent and agreement of the parties that all of the completion of the Work and the premises shall Contract Documents on this Project are hereby be left dean amended to including the foregoing Indemnification and the "Specific Consideration" 6 15 INDEMNIFICATION therefor 6 15 1 CONTRACTOR agrees to protect, defend, 615 6 Nothing contained herein is intended nor shall be indemnify, and hold harmless the CITY, its construed to waive the CITY's nghts and employees, representatives, and elected officials immunities under the common law or Florida from any and all claims and liabilities Including all Statutes § 768 28, as amended from time to attorneys fees and court costs, including time appeals for which the CITY, its employees, representatives, and elected officials can or may 6 16 CLAIMS be held liable as a result of injury (including death) to persons or damage to property 6 16 1 In any and all claims against the CITY or the occurring by reason of any negligence, CONSULTANT or any of its agents or recklessness, or intentional wrongful misconduct employees, by any employee of the of the CONTRACTOR, its employees, or agents, CONTRACTOR, any Sub - Contractor, anyone ansing out of or connected with this Agreement directly or indirectly employed for whose acts The CONTRACTOR shall not be required to may be liable, the indemnification obligation indemnify the CITY or its agents, employees, under paragraph 615 (Indemnification) shall not representatives, or elected officials when an be limited in any way by any limitation on the occurrence results solely from the wrongful acts amount or type of damages, compensation or or omissions of the CITY, or its agents, benefits payable by or for the CONTRACTOR or employees or representatives any Sub - Contractor under workers' compensation acts, disability benefit acts or other 6 15 2 The CONTRACTOR, without exemption, shall employee benefit acts indemnify and hold harmless, the CITY, its employees, representatives and elected officials 616 2 Obligation The obligations of the from liability of any nature or kind, including cost CONTRACTOR under paragraph 613 shall not and expenses for or on account of any copyright, extend to the liability of the CONSULTANT's service marked, trademarked patented or negligent acts, errors or omissions or their unpatented invention, process, or any other employees or agents intellectual property right or item manufactured by the CONTRACTOR Further, if such a claim is 617 RESPONSIBILITY FOR CONNECTING TO EXISTING made, or is pending, the CONTRACTOR may, at WORK its option or expense, procure for the CITY the nght to use, replace, or modify the item to render 6 17 1 It shall be the express responsibility of the it non - infringing If none of the alternatives are CONTRACTOR to connect their Work to each reasonably available, the CITY agrees to return part of the existing work or work previously the article on request to the CONTRACTOR and installed as required by the Drawings and receive reimbursement from the CONTRACTOR Specifications to provide a complete installation for such If the CONTRACTOR used any design, device or materials covered by letters, patent or 6 18 WORK IN STREET, HIGHWAY AND OTHER RIGHTS-OF- copyright it is mutually agreed and understood, WAY without exception, that the Bid prices shall include all royalties or cost arising from the use 6 18 1 Excavation, grading, fill, storm drainage, paving of such design, device or matenals in any way and other construction or installations in rights-of- involved in the Work This article shall survive way of streets, highways, pubic carnet lines, the termination of any contract with the CITY of utility lines (either aerial, surface or subsurface) Boynton Beach etc shall be done in accordance with requirements of these Specifications and 6 15 3 The parties agree that Twenty -five Dollars authorities having jurisdiction The ($25 00) of the total compensation paid to the CONTRACTOR shall be responsible for CONTRACTOR for performance of this obtaining all permits necessary for the Work Agreement shall represent the specific Upon completion of the Work, CONTRACTOR consideration for the CONTRACTOR's shall present to CONSULTANT certificates, in indemnification of the CITY triplicate from the proper authorities stating that Boynton Beach Utilities — Central Seacrest Phase 1 GC - 20 the Work has been done in accordance with their equipment requirements 6 20 2 CONTRACTOR shall assume full responsibility 6 18 2 The CITY shall cooperate with the for any damage to any such land or area, or to CONTRACTOR in obtaining action from any the CITY or occupant thereof or of any land or utilities or public authorities involved in the above areas contiguous thereto, resulting from the requirements performance of the Work Should any claim be made against the CITY or CONSULTANT by any 6 19 COOPERATION WITH GOVERNMENTAL DEPARTMENTS, such owner or occupant because of the PUBLIC UTILITIES, ETC performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party 6 19 1 The CONTRACTOR shall be responsible for by Contract or otherwise resolve the claim making all necessary arrangements with CONTRACTOR shall to the fullest extent governmental departments, public utilities, public permitted by laws and regulations, indemnify and Tamers, service companies and corporations hold the CITY harmless from and against all owning or controlling roadways, railways, water, claims, damages, losses and expenses sewer, gas, electrical, cable television, (including, but not limited to fees of engineers, telephone, and telegraph facilities such as architects, attorneys and other professionals and pavements, tracks, piping, wires, cables, court costs) ansmg directly, indirectly or conduits, poles, guys, etc , including incidental consequentially out of any action, legal or structures connected therewith, that are equitable, brought by any such other party encountered in the Work in order that such items against the CITY or CONSULTANT to the extent may be properly shored, supported and based on a claim ansing out of CONTRACTOR's protected, or the CONTRACTOR may relocate performance of the Work them with utility owner's approval 6 20 3 Dunng the progress of the Work, 6 19 2 NOTICES The CONTRACTOR shall give all CONTRACTOR shall keep the premises free proper notices, shall comply with requirements of from accumulations of waste materials, rubbish such parties in the performance of their Work, and other debns resulting from the Work At the shall permit entrance of such parties on the completion of the Work, CONTRACTOR shall Project in order that they may perform their remove all waste materials, rubbish and debris necessary work, and shall pay all charges and from and about the premises as well as all tools, fees made by such parties for this Work appliances, construction equipment and machinery, and surplus materials, and shall 6 19 3 GOVERNMENT AGENCY CAUSED DELAYS leave the Site clean and ready for occupancy by The CONTRACTOR's attention is called to the the CITY CONTRACTOR shall restore to fact that there may be delays on the Project due ongmal condition all property not designated for to work to be done by governmental alteration by the Contract Documents departments, public utilities, and others in repairing or moving poles, conduits, etc The 6 20 4 CONTRACTOR shall not overload or permit any CONTRACTOR shall cooperate with the above part of any structure to be loaded with such parties in every way possible, so that the weight as shall endanger its safety, nor shall it construction can be completed in the least subject any part of the Work to stresses or possible time pressures that shall endanger it 6 19 4 CODES, LAWS, ORDINANCES AND 6 20 5 CONTRACTOR shall enforce the CITY's Project REGULATIONS The CONTRACTOR shall have Manager's instructions in connection with signs, made themselves familiar with all codes, laws, advertisements, fires and smoking ordinances and regulations which in any manner affect those engaged in the Work, or matenals 6 20 6 CONTRACTOR shall arrange and cooperate and equipment used in the Work, or in any way with CITY in routing the parking of automobiles affect the conduct of the Work, and no plea of of its employees, sub - contractors and other misunderstanding shall be considered on personnel, and in routing material delivery trucks account of their ignorance thereof and other vehicles to the Project Site 6 20 USE OF PREMISES 6 21 PROTECTION OF EXISTING PROPERTY IMPROVEMENTS 6 201 CONTRACTOR shall confine construction equipment, the storage of materials and 6 21 1 Any existing surface and subsurface equipment and the operations of workers to the improvements, such as pavements, curbs, project site and land and areas identified in, and sidewalks, pipes or utilities, footings, or permitted by the Contract Documents and other structures (including portions thereof), trees and land and areas permitted by laws, ordinances, shrubbery, not indicated on the Drawings or and regulations, nghts -of -way, permits, noted in the Specifications as being removed or easements, and directions of the CITY's Project altered shall be protected from damage during Manager or Representative, and shall not construction of the Project Any such reasonably encumber the premises with improvements damaged dunng construction of construction equipment or other materials or the Project, whether or not such improvements Boynton Beach Utilities — Central Seacrest Phase 1 GC - 21 appear on the Drawings, shall be restored to a maintenance or operation by condition equal or better, to the onginal state at persons other than CONTRACTOR, the time of award of Contract Such restoration sub-contractors or suppliers, or or repair shall be at the sole expense of the 6 25 1 2 Normal wear and tear under normal CONTRACTOR, and no claim for an increase in usage the Contract Price under paragraph 6 21 or under Article 10 shall be allowed 6 25 2 CONTRACTOR's obligation to perform and complete the Work in accordance with the 6 22 TEMPORARY HEAT Contract Documents shall be absolute None of the following shall constitute an acceptance of 6 22 1 The CONTRACTOR shall provide heat, fuel and Work that is not in accordance with the Contract services as necessary to protect all work and Documents or a release of CONTRACTOR's matenals, within all habitable areas of permanent obligation to perform the Work in accordance building construction against injury from with the Contract Documents dampness and cold, until final acceptance of all 6 25 21 Observations by CONSULTANT work and matenals for the Project, unless 6 25 2 2 Recommendation of any progress or building is fully occupied by the CITY pnor to final payment by CONSULTANT such acceptance In which case the CITY shall 6 25 2 3 The issuance of a certificate of assume all expenses of heating from date of full Substantial Completion or any occupancy Unless otherwise specifically payment by CITY or CONTRACTOR permitted by Special Conditions, the permanent under the Contract Documents heating system shall not be used to provide 6 25 2 4 Use or occupancy of the Work or temporary heat CONTRACTOR's proposed any part thereof by CITY methods of heating shall be submitted for 6 25 2 5 Any acceptance by CITY or any approval failure to do so, and 6 25 2 6 Any review and approval of a Shop 6 23 SCHEDULE Drawing or Sample submittal or the issuance of a notice of acceptability 6 23 1 CONTRACTOR shall submit to CONSULTANT by CONSULTANT pursuant to for review and comment (to the extent indicated paragraph 14 10 in paragraph 2 6 Finalizing Schedule) proposed adjustments in the progress schedule to reflect 6 26 DELETION /OVERSIGHT/MISSTATEMENT the impact thereon of new developments, these shall conform generally to the progress schedule 6 26 1 Any deletion, oversight or misstatement of the then in effect and additionally shall comply with Specifications shall not release the Bidder from any provisions of the General Requirements the responsibility of completing the Project within applicable thereto All approved changes shall the agreed upon timeframe be memonalized as change orders 6 26 2 The cost of incidental work descnbed in these 6 24 CONTINUING THE WORK Contract requirements, for which there are no specific Contract items shall be considered as 6 241 CONTRACTOR shall carry on the Work and part of the general cost of doing the Work and adhere to the progress schedule during all shall be included in the prices for the various disputes or disagreements with the CITY No Contract items No additional payment will be Work shall be delayed or postponed pending made therefore resolution of any disputes or disagreements, except as permitted by Article 15 (Suspension 6 27 EXCEPTIONS TO SPECIFICATIONS and Termination of Work) or as CONTRACTOR and the CITY may otherwise agree in writing 6 271 Any exceptions to the Specifications and/or drawings must be brought to the attention of the 6 25 CONTRACTOR'S GENERAL WARRANTY AND CITY's Procurement Services Division in wnting GUARANTEE pnor to the expiration of the Bid question period Failure to list any exceptions with the 6 25 1 CONTRACTOR warrants and guarantees to Procurement Services Division in writing pnor to CITY and CONSULTANT that all work shall be in the end of the Bid question period means that accordance with the Contract Documents and the Bidder is complying 100°% with the shall not be defective That CONTRACTOR Specifications All matenals may be inspected by guarantees to repair, replace or otherwise make the CITY upon delivery for compliance with said good to the satisfaction of the CITY any defect in Specifications Deviations from the workmanship or matenal appearing in the Work, Specifications shall be cause for the Bid to be and further guarantees the successful rejected as non -responsive unless the deviation performance of the Work for the service was approved prior to the submittal of bids intended 6 27 2 Any deletion, oversight or misstatement of these CONTRACTOR's warranty and guarantee Specifications shall not release the Bidder from hereunder excludes defects or damage caused full responsibility for unsatisfactory workmanship by and /or matenals, together with all appurtenances 6 25 1 1 Abuse, modification, or improper necessary for unrestricted operation, as Boynton Beach Utilities — Central Seacrest Phase 1 GC - 22 determined by the CITY in its sole discretion 6 32 1 If the CONTRACTOR, delivers any toxic substance items as defined in the Code of 6 28 SILENCE OF SPECIFICATIONS Federal Regulations Chapter 29, it shall furnish to the CITY's Procurement Services Division, a 6 28 1 The apparent silence of any Specification as to Matenal Safety Data Sheet (MSDS) The any details, or the omission from the Matenal Safety Data Sheet shall be provided to Specifications of a detailed descnption the CITY with initial shipment and shall be concerning any point shall be regarded as revised on a timely basis as appropnate The meaning that only the best commercial practices MSDS must include the following information are to prevail and that matenals of the first quality 6 321 1 The chemical name and the and correct type, size and design are to be used common name of the toxic All workmanship is to be of first quality substance. 6 32 1 2 The hazards or other risks in the use 6 28 2 Work not specified in the Specifications, but of the toxic substance to include involved in carrying out their intent or in the 6 321 2 1 The potential for fire, complete and proper execution of the Work, is explosion, corrosion and required and shall be performed by the reactivity CONTRACTOR as though it were specifically 6 321 2 2 The known acute and delineated or descnbed chronic health effects of risks from exposure, 6 29 QUALITY including the medical conditions which are 6 29 1 Items delivered as a result of award from this Bid generally recognized as shall be free of defects Any item(s) not meeting being aggravated by this specification shall be replaced by the exposure to the toxic awarded Bidder /CONTRACTOR at no additional substance, and charge to the CITY 6 32 1 2 3 The pnmary routes of entry and symptoms of 6 30 CONDITIONS OF MATERIALS overexposure 6 30 1 All matenals and products supplied by the 6 321 3 The proper precautions, handling CONTRACTOR in conjunction with this Bid shall practices, necessary personal be new, warranted for merchantability, fit for a protective equipment, and other particular purpose, free from defects and safety precautions in the use of or consistent with industry standards The products exposure to the toxic substances shall be delivered to the CITY in excellent including appropnate emergency condition In the event that any of the products treatment in case of overexposure supplied to the CITY are found to be defective or do not conform to the Specifications, the CITY 6 321 4 The emergency procedure for spills, reserves the right to return the product to the fire, disposal and first aid Bidder at no cost to the CITY 6 32 1 5 A description in lay terms of the 6 30 2 The successful CONTRACTOR shall furnish all known specific potential health nsks guarantees and warranties to the CITY's Project posed by the toxic substance Manager or designee pnor to final acceptance intended to alert any person reading and payment The warranty penod shall this information commence upon final acceptance of the product 6 32 1 6 The year and month, if available, 6 31 DISPOSAL that the information was compiled and the name, address and 6 31 1 Before the CONTRACTOR disposes of any emergency telephone number of the existing improvements or equipment which is to manufacturer responsible for be removed as a portion of the Work, and for preparing the information Any which disposition is not specifically provided for questions regarding this requirement elsewhere in these Specifications, it shall contact should be directed to Department the CITY to determine if the removal items are to of Labor and Employment Security, be salvaged Items to be salvaged by the CITY Bureau of Industrial Safety and shall be neatly stockpiled or stored in a neat and Health, Toxic Waste Information acceptable manner at the construction site easily Center, 2551 Executive Center accessible to the CITY Equipment and Circle West, Tallahassee, FL matenals that shall not be salvaged by the CITY 32301 -5014, Telephone 1- 800 -367- shall become the property of the CONTRACTOR 4378 to be removed from the Site and disposed in an acceptable manner, pursuant to local, state and 6 33 OCCUPATIONAL, SAFETY AND HEALTH ASSOCIATION federal laws and regulations (OSHA) 6 32 OCCUPATIONAL HEALTH AND SAFETY 6 331 The CONTRACTOR warrants that the product/services supplied to the CITY shall Boynton Beach Utilities — Central Seacrest Phase 1 GC - 23 conform in all respects to the standards set forth authonhes in the Occupational Safety and Health Act 1970, as amended, and the failure to comply with this 6 37 2 3 The CONTRACTOR shall submit condition shall be considered as a breath of final application for payment to Contract CONSULTANT and CITY's Project Manager identifying total adjusted 6 34 CONDITIONS AND PACKAGING contract sum, previous payments and sum remaining due 6 34 1 CONTRACTOR understands and agrees that any item offered or shipped pursuant to this Bid 6 37 2 4 CITY may opt to occupy portions of shall be new (current production model at the completed facilities upon Substantial time of the Bid) All containers shall be suitable Completion of those portions of for storage or shipment, and all pnces shall Work include standard commercial packaging 6 37 3 FINAL CLEANING 6 35 UNDERWRITERS' LABORATORIES (UL) 6 37 31 The CONTRACTOR shall execute 6 35 1 Unless otherwise stipulated in the Bid, all final cleaning prior to final project manufactured items and fabricated assemblies assessment shall be UL listed or re- examination tested where 6 37 3 2 The CONTRACTOR shall clean such item has been established by UL for the interior and exterior glass and items offered and furnished surfaces exposed to view, remove temporary labels, stains and foreign 6 36 ASBESTOS substances, wax, dean and polish transparent and glossy surfaces, 6 36 1 CONTRACTOR shall not use any asbestos or vacuum carpet and soft surfaces asbestos -based fiber matenals in the Work 6 37 3 3 The CONTRACTOR shall clean performed under this Contract equipment and fixtures to sanitary condition with cleaning matenals per 6 36 2 If the CONTRACTOR dunng the course of the manufacturer's written Work observes the existence of asbestos in any recommendations structure, building or facility, the CONTRACTOR 6 37 3 4 The CONTRACTOR shall replace shall promptly notify the CITY and the filters of operating equipment CONSULTANT The CONTRACTOR shall not 6 37 3 5 The CONTRACTOR shall clean perform any Work pertinent to the asbestos debris from roofs, gutters, material poor to receipt of written notice with downspouts and drainage systems special instructions from the CITY through the 6 37 3 6 Clean Site, The CONTRACTOR CONSULTANT shall sweep paved areas, rake dean landscaped surfaces 6 37 CLOSE -OUT SUBMITTALS 6 37 3 7 The CONTRACTOR shall remove waste and surplus matenals, 6 37 1 SCOPE OF WORK rubbish, and construction facilities 6 37 1 1 Close -out procedures from Site 6 371 2 Final cleaning 6 37 3 8 The CONTRACTOR shall clean and 6 371 3 Adjusting sanitize water fountains (coolers) 6 371 4 Project record documents 6 37 3 9 The CONTRACTOR shall dean 6 37 15 As -built survey ledges, countertops, and shelves 6 37 16 Operation and maintenance data with all- purpose and non - abrasive 6 371 7 Spare parts and maintenance cleaners leaving no residue products 6 371 8 Warranties and bonds 6 37 4 ADJUSTING 6 3719 Maintenance service 6 37 41 The CONTRACTOR shall adjust 6 37 2 CLOSE -OUT PROCEDURES operating products and equipment to 6 37 2 1 The CONTRACTOR shall submit ensure smooth and unhindered written certification to the CITY and operations CONSULTANT that the Contract Documents were reviewed, Work 6 37 5 PROJECT RECORD DOCUMENTS inspected and that Work is complete in accordance with Contract 6 37 5 1 CONTRACTOR shall maintain in Documents and ready for CITY's accordance with the Special Project Manager and Conditions in a safe place at the CONSULTANT's review Site, one (1) record copy of all Drawings, Specifications, Addenda, 6 37 2 2 The CONTRACTOR shall provide Change Orders, Field Change submittals to CONSULTANT and Directives and written interpretations CITY's Project Manager that are and danfications (issued pursuant to required by local, state and federal para 9 4) in good order and Boynton Beach Utilities — Central Seacrest Phase 1 GC - 24 annotated to show all changes made manufacturer of the onginal during construction The record component documents together will all approved samples and counterpart of all 6 37 9 4 CITY shall approve in writing approved Shop Drawings will be transfers or reassignments of available to the CONSULTANT for maintenance service tasks reference at all times Upon completion of the Work, these record 6 37 10 ASBESTOS CERTIFICATION documents, samples, and Shop Drawings will be delivered to 6 37 10 1 The CONTRACTOR shall provide a CONSULTANT for the CITY notanzed letter to CITY certifying that no asbestos containing building 6 37 6 OPERATION AND MAINTENANCE DATA matenals were used as a building matenal in the Project, pursuant to 6 37 6 1 The CONTRACTOR shall submit Flonda Statutes § 255 40 documentation as noted in individual product specifications and as noted 6 3711 PRODUCTS herein 6 37 11 1 APPROVED PRODUCTS The 6 37 7 SPARE PARTS AND MAINTENANCE CONTRACTOR shall use only PRODUCTS cleaning and maintenance products approved for use pursuant to local, 6 37 7 1 The CONTRACTOR shall provide state and federal laws and spare parts, maintenance and extra regulations products in quantities specified in the Specifications to the CITY and 6 38 TEMPORARY BARRIERS AND ENCLOSURES obtain receipt prior to final payment 6 38 1 SCOPE OF WORK 6 37 8 WARRANTIES 6 381 1 The CONTRACTOR shall provide 6 37 8 1 The CONTRACTOR shall submit temporary barners and enclosures to documentation as noted in individual provide construction work areas product specifications and as noted separate from Owner's on herein and Provide duplicate business operations notanzed copies to the CITY 6 37 8 2 The CONTRACTOR shall execute 6 381 2 The CONTRACTOR shall protect and assemble transferrable warranty new work, existing facilities and documents from sub - contractors, grounds from damage, theft, suppliers and manufacturers vandalism, and unauthorized entry 6 37 8 3 The CONTRACTOR shall provide such warranty documents with a 6 38 1 3 The CONTRACTOR shall provide a Table of Contents and assemble in chain link fencing surrounding and D -size, 3 -nng white binders with separating areas under construction, typed title sheet of contents inside including areas for CONTRACTOR's durable plastic front cover mobilization and parking separate 6 37 8 4 The CONTRACTOR shall submit from existing CITY facilities and on- above- referenced warranties to the going business activities CITY pnor to Final Application for Payment 6 381 4 The CONTRACTOR shall provide demising walls and other barriers as 6 37 9 MAINTENANCE SERVICE required to separate building area under construction that permits safe 6 37 9 1 The CONTRACTOR shall furnish and unobstructed exiting of partially service and maintenance of Owner occupied buildings components indicated in specification sections for one -year 6 381 5 The CONTRACTOR shall provide from date of Substantial Completion safety of construction workers and CITY staff and visitors located in 6 37 9 2 The CONTRACTOR shall examine, areas of CITY's facilities not under clean, adjust, and lubricate system renovation or construction components as required for reliable operation 6 381 6 The CONTRACTOR shall control dust, erosion and sediment, noise, 6 37 9 3 The CONTRACTOR shall include pollution, rodent and environmental systematic examination, adjustment, control and lubrication of components repairing or replacing parts as 6 38 2 ENTRY CONTROL required with parts produced by the Boynton Beach Utilities — Central Seacrest Phase 1 GC - 25 6 38 21 The CONTRACOR shall restrict 6 38 4 TEMPORARY FENCING entrance of persons and vehicles onto Project site and existing 6 38 41 Areas under construction including facilities in accordance with Special areas for CONTRACTOR's Conditions — 01540 and 01541 mobilization and parking shall be Security Procedures separated from CITY facilities to allow for ongoing activities 6 38 2 2 Prior to Project commencement, CONTRACTOR's on -site personnel 6 38 4 2 The CONTRACTOR shall provide shall meet with CITY's Project chain link fencing along construction Manager to delineate areas for zone boundaries CONTRACTOR's operations to include storage, office trailers, 6 38 4 3 CONTRACTOR shall submit a parking, and lay -down areas detailed temporary fencing plan to the CITY and CONSULTANT for 6 38 2 3 Interruption of pre - approved entry review and approval The plan shall controls shall be coordinated with comply with all applicable regulatory the CITY's Project Manager pnor to code requirements including the proposed interruption latest edition of the Flonda Building Code 6 38 2 4 The CONTRACTOR shall allow entrance only to the Project site to 6 38 4 4 The CONTRACTOR shall provide authorized persons with proper access gates required by code for identification CITY's and CONTRACTOR's access to occupied portion of project 6 38 2 5 CONTRACTOR/CM shall post "No site and for construction access Trespassing" and "Hard Hat Area" signs along Prqect penmeter and at 6 39 ENVIRONMENTAL CONTROLS construction access points "No Trespassing" sign shall include The CONTRACTOR shall statutory language that area is construction site and that 6 39 1 Protect existing building and adjacent property trespassing and theft are felonies from dust produced by construction operations and violators will be prosecuted Use encapsulating or wetting devices to control "No Trespassing" sign shall include moisture content of traffic and construction name of CONTRACTOR(CM "No areas Trespassing" signs shall not be larger than 24" (600mm) by 24" 6 39 2 Control surface drainage to prevent off -site (600mm) "Hard Hat Area" sign shall discharge or pollutants and prevent erosion and not be larger than 12" (300mm) by sedimentation 12" (600mm) 6 39 3 Provide berms, dikes or drains to divert water 6 38 3 DEMISING WALLS flow away from existing structures into storm water retention areas 6 38 31 Where the location of construction is contiguous to or within existing CITY 6 39 4 Provide methods necessary to prevent mud and premises, the CONTRACTOR shall debris from entenng storm water system provide demising walls to physically separate new or renovation work 6 39 5 Provide methods necessary to prevent excessive from existing on-going CITY noise on Site CONTRACTOR shall comply with operations OSHA and CITY's noise requirements 6 38 3 2 Demising walls shall be contiguous 6 39 6 Provide methods necessary to prevent pests and plywood with vapor barrier and wood insects from damaging the Work framing to prevent unauthonzed entrance, dust or debris from 6 39 7 Provide methods necessary to prevent entering occupied portion of the contamination of soil, water, and atmosphere area from discharge of noxious, toxic substances or pollutants from construction operations 6 38 3 4 Where construction is overhead, the CONTRACTOR shall provide safe 6 39 8 SUBMITTALS and secure method of access through or adjacent to work with 6 39 8 1 Comply with Section 210 system of scaffolding, plywood or "Submittal Procedures " wood planking overhead to prevent falling debris or matenals from 6 39 8 2 Submit site plan and floor plans interrupting safe passage through indicating locations and material construction area construction of proposed Boynton Beach Utilities — Central Seacrest Phase 1 GC - 26 protective structures 6 40 4 2 Identification badges shall be current at time of Project and shall be re- 6 39 9 TEMPORARY FENCING venfied and re- issued annually if Project extends past onginal badge 6 39 9 1 Provide a six (6) foot high, minimum expiration date ten (10) gage minimum or galvanized steel fabric 6 40 5 SUBMITTALS 6 39 9 2 Fencing shall have six (6) foot high 6 40 5 1 The CONTRACTOR shall comply visual fabnc cover to block visual with Section 210 "Submittal access to construction activities Procedures" 6 39 9 3 Provide 5/8" C/D plywood sheets, 6 40 5 2 The CONTRACTOR shall provide a pressure treated or other means of list of personnel proposed to be weather protection, with 2 x 4 wood utilized framing at edges and 24" maximum vertical spacing 6 40 5 3 The CONTRACTOR shall submit a list of personnel proposed to be 6 3910 TEMPORARY WALLS substituted for persons already identified to be utilized on the 6 39 101 Provide demising Wall 5/8" C/D Project plywood sheets, 2 x 4 wood framing at 24" maximum spacing, and 10 mil 6 40 5 4 The CONTRACTOR shall provide a black polyethylene vapor bamer secunty plan to CITY indicating how covering with sealed joints construction site is to be secured to include normal and emergency 6 39 10 2 Provide overhead Protection Metal egress and ingress scaffolding with %" B/C plywood or 2" x 12" wood planking 6 41 PRODUCT SUBSTITUTION PROCEDURES 6 39 11 EXECUTION /INSTALLATION AND REMOVAL 6 41 1 The CONTRACTOR shall follow the administrative and procedural requirements 6 39 11 1 Install temporary fencing pnor to listed below in Section 6 41 2 for consideration start of vertical construction and of request for substitution during the design and removed upon completion of work construction phases 6 39 11 2 Install demising walls pnor to start of 6 41 2 CONTRACTOR'S SUBMITTAL PROCEDURES renovations or building additions and removed work 6 41 21 Transmit each substitution request on company letterhead 6 39 11 3 Protect or remove walls dunng storm events where winds are anticipated 6 41 2 2 During bidding phase, substitution over seventy-four (74) miles per requests shall be directed to the hour CITY's Procurement Services Division 6 40 SECURITY PROCEDURES 6 41 2 3 Dunng the construction phase, 6 40 1 The CONTRACTOR shall protect new work, substitution requests shall be existing facilities and grounds from damage, directed to the CONSULTANT theft, vandalism, and unauthonzed entry 6 41 2 4 Substitution requests shall identify 6 40 2 The CONTRACTOR shall initiate security Project, CONTRACTOR/CM and program in coordination with Owner's existing CONSULTANT during the bidding security system at time of Project, mobilizing to phase plus Sub - Contractor or ensure safety of employees or persons at the supplier during construction phase, unaffected areas indicating Specification Section and Paragraph Number of specified 6 40 3 The CONTRACTOR shall maintain a security matenal and pertinent drawing and program throughout construction period until detail numbers, as appropnate Owner's Project acceptance Include complete information as required in the Substitution Form 6 40 4 PERSONNEL IDENTIFICATION Incomplete information will result in automatic rejection of the 6 40 4 1 CONTRACTOR/CM on -site staff, substitution request sub - contractors and vendors on Site shall wear identification badges at all 6 41 2 5 Apply CONTRACTOR's stamp, times signed or initialed certifying that review, approval, verification of Boynton Beach Utilities — Central Seacrest Phase 1 GC - 27 products required, field dimensions, 6 41 5 2 Verify utility requirements and adjacent construction work, and charactenstics of operating coordination of information are in equipment are compatible with accordance with the requirements of building utilities the Work and Contract Documents 6 41 5 3 Coordinate work of various sections 6 41 2 6 Schedule submittals to expedite the having interdependent Project, and deliver to responsibilities for installing, CONSULTANT or connecting to, and placing in CONTRACTOR/CM at business service, such equipment address Coordinate submission of related items 6 41 5 4 Coordinate space requirements, supports and installation of 6 41 2 7 For each submittal for review, allow mechanical and electrical work that fifteen (15) working days including is indicated diagrammatically on delivery time to and from the Drawings CONSULTANT or CONTRACTOR/CM 6 41 5 5 Follow routing shown for pipes, ducts and conduits as closely as 6 41 2 8 Identify variations from Contract practicable, place runs parallel with Documents and product or system line of building Utilize spaces limitations, which maybe detrimental efficiently to maximize accessibility to successful performance of the for other installations for completed work maintenance, and for repairs 6 412 9 Provide space for 6 41 5 6 Withm finished areas, except as CONTRACTOR/CM and otherwise indicated, conceal pipes, CONSULTANT review stamps ducts, and wrong within the construction Coordinate locations 6 41 2 10 When revised for resubmission, of fixtures and outlets with finish identify all changes made since elements previous submission 6 41 5 7 Coordinate completion and dean up 6 41211 Distribute copies of review work of separate sections in submittals as appropriate Instruct preparation for Substantial parties to promptly report any Completion and for portions of work inability to comply with requirements designated for CITY's partial occupancy 6 41 2 12 Submittals not requested will not be recognized or processed 6 41 5 8 After CITY occupancy of premises, coordinate access to Site for 6 41 3 SUBSTITUTION REQUESTS correction of defective work and work not in accordance with the Requests for substitutions shall be made no later Contract Documents, to minimize than ten (10) calendar days prior to Bid date disruption of CITY's activities Requests received afterwards may not be considered 6 41 5 9 Change orders for extra work required by CONTRACTOR/CM due 6 414 SCOPE OF WORK to poor coordination with sub trades will not be considered by the CITY The CONTRACTOR shall follow the administrative and procedural requirements set 6 42 FIELD ENGINEERING forth in Section 6 41 5 to assure quality of construction before and during construction CONTRACTOR shall employ Land Surveyor registered in State of Flonda approved by CITY Section 6 41 5 states the CONTRACTOR's general requirements for mockups and field 6 42 1 CONTRACTOR shall locate and protect survey samples, constructed, applied or assembled at control and reference points the Site for review for use as a quality standard 6 42 2 CONTRACTOR shall control datum for survey 6 41 5 COORDINATION AND PROJECT CONDITIONS established by CITY provided survey 6 41 5 1 Coordinate scheduling, submittals, 6 42 3 CONTRACTOR shall verify setbacks and and work to ensure efficient and easements, confirm drawing dimensions and orderly sequence of installation of elevations interdependent construction 6 42 4 CONTRACTOR shall provide field engineering elements, with provisions for services and establish elevations, lines and accommodating items installed later levels, utilizing recognized engineering survey Boynton Beach Utilities — Central Seacrest Phase 1 GC - 28 practices failure to report shall constitute an acceptance of the other contractors work as fit and proper for 6 42 5 CONTRACTOR shall submit copy of site drawing integration with CONTRACTOR's work except and certificate signed by the Land Surveyor that for latent defects and deficiencies in the other the elevations and locations of the Work are in contractor's work conformance with the Contract Documents 7 2 COORDINATION ARTICLE 7 - OTHER WORK 7 21 If the CITY contracts with others for the performance of other work on the Project at the 7 1 RELATED WORK AT SITE Site, the person or organization who shall have authority and responsibility for coordination of the 7 1 1 The CITY may perform other work related to the activities among the vanous prime contractors Project at the Site pursuant to other direct shall be identified in the Special Conditions and contracts therefor which shall contain General the specific matters to be covered by such Conditions similar to these If the fact that such authonty and responsibility shall be itemized, and other work is to be performed was not noted in the extent of such authonty and responsibilities the Contract Documents, written notice thereof shall be provided in the Special Conditions shall be given to CONTRACTOR prior to starting Unless otherwise provided in the Special any such Other Work, and if CONTRACTOR Conditions, neither the CITY nor the believes that such performance shall involve CONSULTANT shall have any authonty or additional time and the parties are unable to responsibility in respect of such coordination agree as to the extent thereof, CONTRACTOR may make a claim therefore as provided in Article 11 (Change in Contract Pnce) and Article ARTICLE 8 - THE CITY'S RESPONSIBILITIES 12 (Changes in Contract Time) If the performance of additional work by other contractor or the CITY is noted in the Contract 8 1 COMMUNICATIONS TO CONTRACTOR Documents, no additional adjustment of time or compensation shall be considered 81 1 CITY shall issue all communications to CONTRACTOR, and provide a copy to 7 1 2 CONTRACTOR shall afford the CITY and other CONSULTANT contractors who are party to such a direct contract (or the CITY, if the CITY is performing 8 2 FURNISH DATA the additional work with the CITY's employees) proper and safe access to the Site and a 8 2 1 CITY shall promptly furnish the data required of reasonable opportunity for the introduction and the CITY under the Contract Documents storage of matenals and equipment and the execution of such work, and shall properly 8 3 PAYMENTS connect and coordinate the work with the CONTRACTOR's CONTRACTOR shall do all 8 3 1 CITY shall make payments to CONTRACTOR cutting, fitting and patching of the Work that may promptly when they are due as provided in be required to make its several parts come Section 14 5 (Review of Application for Progress together properly and integrate with such other Payment) and Section 1410 (Final Payment and work CONTRACTOR shall not endanger any Acceptance) of the General Conditions work of other contractors by cutting, excavating or otherwise altering other contractor's work and 8 4 LANDS, EASEMENTS REPORTS AND TESTS shall only cut or alter other contractor's work with the written consent of the CITY and 8 41 The CITY's duties in respect to providing lands CONSULTANT and the other contractors whose and easements and providing engineering work shall be affected The duties and surveys, if available and to establish reference responsibilities of CONTRACTOR under this points are set forth in paragraphs 411 paragraph are for the benefit of the CITY and (Availability of Land) and 4 5 1 (Reference other contractors to the extent that there are Points) of the General Conditions comparable provisions for the benefit of CONTRACTOR in such direct contracts between 8 4 2 The CITY shall identify and make available to the CITY and other contractors CONTRACTOR copies of reports of physical conditions at the Site and Drawings of existing 7 1 3 If any part of CONTRACTOR's work depends for structures that have been utilized in preparing proper execution for results upon the work of any the Contract Documents as set forth in such other contractor, other than Paragraph 4 2 (Report of Physical Conditions) CONTRACTOR's own SubContractor, CONTRACTOR shall inspect and promptly 8 5 CHANGE ORDERS report to CONSULTANT in writing, any delays, defects or deficiencies in such other contractor's 8 5 1 The CITY shall execute Change Orders as work that render it unavailable or unsuitable for provided in Article 10 (Changes in the Work) of such proper execution and results of the General Conditions CONTRACTOR's work CONTRACTOR's Boynton Beach Utilities - Central Seacrest Phase 1 GC - 29 86 SUSPENSION OF WORK 91,41 Submittals 9142 Reports and Records 861 The CITY's may stop Work, suspend Work or 9143 Recommendations terminate the services of CONTRACTOR 9144 Coordination of drawings pursuant to Paragraph 135 (CITY May Stop 91 45 Schedules Work), Paragraph 151 (CITY May Suspend 9146 Resolution of conflicts Work) , Paragraph 152 (CITY May Terminate for Cause) and Paragraph 15 3 (CITY May 9 1 5 CONSULTANT shall also Terminate Without Cause) 9151 Interpret Contract specifications and Drawings 87 ESTIMATED DOLLAR VALUE 9152 Transmit written interpretations to CONTRACTOR, and to other 871 No guarantee of the dollar amount of this Bid is concerned parties, implied or given Final amount will be based on 9153 Assist in obtaining permits and actual usage /quantities approvals 88 QUANTITIES 9154 Verify that CONTRACTOR and SubContractors have obtained 881 Quantifies shown are estimates only No inspections for Work and for guarantee or warranty is given or implied by the temporary facilities, and CITY as to the total amount that may or may not 9155 Assist CITY to control the use of be purchased from any resulting contract The Site CITY reserves the right to decrease or increase quantities or add or delete any item from the 92 VISITS TO SITE contract if rt is determined that it best serves the interests of the CITY Orders shall be placed as 921 After wntten Notice to Proceed with the Work, needed by individual locations dunng the the CONSULTANT shall make visits to the Site contract period The CONTRACTOR agrees at intervals appropriate to the venous stages of that the price(s) offered shall be maintained construction or as per CONSULTANT's contract irrespective of the quantity actually purchased with CITY to observe the progress and quality of the executed Work and to determine in general, 89 ADDITIONAL TERMS AND CONDITIONS if the Work is proceeding in accordance with the Contract Documents On the basis of its on -site 891 No additional terms and conditions included with observations, as an experienced and qualified the Bid response shall be evaluated or design professional, CONSULTANT shall keep considered, have any force or effect, and are the CITY informed of the progress of the Work inapplicable to this Bid It is understood and and endeavor to guard the CITY against defects agreed that the conditions in these Bid and deficiencies in the Work of the Documents are the only conditions applicable to CONTRACTOR this Bid and the CONTRACTOR's authorized signature on the Bid Form attests to this 93 PROJECT REPRESENTATION ARTICLE 9 — CONSULTANT'S STATUS DURING CONSTRUCTION: 931 The CITY of Boynton Beach or its authorized agents, inspectors or representatives shall act within the scope of duties entrusted to them by 91 CITY'S REPRESENTATIVE the CITY 911 The CONSULTANT (if specifically designated), 94 CLARIFICATIONS AND INTERPRETATIONS or a specifically designated employee of the CITY, shall act as the CITY's Representative 941 The CONSULTANT or CITY's Representative during the construction penod shall issue with reasonable promptness such written danfications or interpretations of the 912 The CONSULTANT's or CITY's Representative's requirements of the Contract Documents (in the decision with the consent of the CITY's Project form of Drawings or otherwise) as the CITY may Manager in matters relating to aesthetics shall be determine necessary, which shall be consistent final, if pursuant to the terms of the Contract with the Contract Documents If CONTRACTOR Documents believes that a written danfication of interpretation justifies an increase in the Contract 913 CONSULTANT or CITY's Representative shall Price or an extension of the Contract Time and work with the CITY to the parties are unable to agree to the amount or 9131 Establish on -site lines of authonty extent thereof, CONTRACTOR may make a and communications, and claim therefore as provided in Article 11(Change 9132 Schedule and conduct pre- in Contract Price) and Article 12 (Change in construction meeting and progress Contract Time) of the General Conditions meetings 95 MEASUREMENTS 914 CONSULTANT or CITY's Representative shall also work with the CITY to establish procedures 951 MEASUREMENTS All Work completed under for the Contract shall be measured by the Boynton Beach Utilities — Central Seacrest Phase 1 GC - 30 CONSULTANT's or CITY's Representative or relating to the acceptability of the Work or the Project Representative according to the United interpretation of the requirements of the Contract States Standard Measures All linear surface Documents pertaining to the performance and measurements shall be made honzontally or furnishing of the Work and claims under Articles vertically as required by the item measured 11 (Change in Contract Pnce) and Article 12 (Change in Contract Time) in respect to changes 9 6 REJECTING DEFECTIVE WORK in the Contract Price or Contract Time shall be referred initially to CONSULTANT with the 9 6 1 The CONSULTANT, CITY's Representative or consent of the CITY's Project Manager, the Project Representative shall have authonty to CONSULTANT shall render a decision on the disapprove or reject Work which is "defective" claim or disputed matter in wnting within a (which term is hereinafter used to describe Work reasonable time Written notice of each such that is unsatisfactory, faulty or defective, or does claim, dispute and other matter shall be delivered not conform to the requirements of the Contract by the claimant to the CITY's Project Manager Documents or does not meet the requirements of and CONSULTANT and the other party(ies) to any inspection, test or approval referred to in the the Contract promptly (but in no event later than Contract Documents, or has been damaged prior ten (10) days) after the start of the occurrence or to final inspection) The CONSULTANT, CITY's event giving rise thereto, and written supporting Representative or Project Representative shall data shall be submitted to the CITY's Project also have authonty to require special inspection Manager and CONSULTANT within ten (10) or testing of the Work as may be individually or days after such occurrence, unless severally deemed necessary, whether or not the CONSULTANT with the consent of the CITY's Work is fabncated, installed or completed Project Manager allows an additional penod of time to ascertain more accurate data in support 9 7 SHOP DRAWINGS, CHANGE ORDERS AND PAYMENTS of such claim, dispute or other matter 9 7 1 The CONSULTANT's responsibility for Shop 9 9 2 The CITY's Project Manager and CONSULTANT Drawings and samples shall be pursuant to shall submit any response to the claimant within Sections 6 11 (Shop Drawings and Samples) of ten (10) days after receipt of the claimant's last the General Conditions submittal (unless the CITY's Project Manager and CONSULTANT allow additional time) 9 7 2 The CONSULTANT's responsibilities as to CONSULTANT with the consent of the CITY's Change Orders shall be pursuant to Article 10, Project Manager shall render a formal decision in (Changes in Work), Article 11 (Change in writing by thirty (30) days after receipt of the Contract Pnce) and Article 12 (Change in opposing party's submittal, if any, in accordance Contract Time) of the General Conditions with this paragraph The CITY's Project Manager's wntten decision, on such claim, 9 7 3 The CONSULTANT's responsibilities in respect dispute, or other matter shall be final and binding to Applications for Payment, etc shall be upon CONTRACTOR unless pursuant to Article 14 (Payment to Contractor i) an appeal from and Completion) of the General Conditions CITY /CONSULTANT's decision is taken within the time limits and in 9 8 DETERMINATIONS FOR UNIT PRICES accordance with the procedures set forth pursuant to Article 16 (Dispute 9 8 1 The CITY's Project Manager and CONSULTANT Resolution), or shall determine the actual quantities and n) a wntten notice of intention to appeal classifications of Unit Price Work performed by from the CITY's Project Manager CONTRACTOR The CITY's Project Manager and CONSULTANT's wntten and CONSULTANT shall review with decision is delivered by CONTRACTOR, CONSULTANT's preliminary CONTRACTOR to the CITY's determinations on such matters before rendering Project Manager and a written decision by recommendation of an CONSULTANT within ten (10) days Application for Payment or otherwise The after the date of such decision and a CITY's Project Manager's wntten decisions shall formal proceeding is instituted by the be final and binding upon the CITY and appealing party in forum of CONTRACTOR unless, within ten (10) days after competent junsdiction to exercise the date of any such decision, the such rights or remedies as the CONTRACTOR delivers to the CITY and to appealing party may have with CONSULTANT wntten notice of intention to respect to such claim, dispute or appeal from such a decision other matter in accordance with applicable laws and regulations 9 9 DECISIONS ON DISPUTES within thirty (30) days of the date of such decision, unless otherwise 9 9 1 The CITY's Project Manager with the input of the agreed in wnting by CITY and CONSULTANT shall be the initial interpreter of CONTRACTOR the requirements of the Contract Documents and evaluator of the acceptability of the Work under 9 9 3 The rendenng of a decision by the CITY's Project the Contract Claims, disputes and other matters Manager pursuant to Paragraphs 9 8 1, Boynton Beach Utilities — Central Seacrest Phase 1 GC - 31 (Determinations of Unit Pnces), 9 9 1 and 9 9 2 911 3 CONSULTANT shall not be responsible for (Dispute Resolution) with respect to any such CONTRACTOR's means, methods, techniques, claim, dispute or other matter (except any which sequences or procedures of construction, or the have been waived by the making or acceptance safety precautions and programs incident of final payment as provided in Paragraph 1411 thereto, and CONSULTANT shall not be (Waiver of Claims) shall be a condition precedent responsible to CONTRACTOR or to any exercise by CONTRACTOR of such rights CONTRACTOR's failure to perform or furnish the or remedies as either may otherwise have under Work pursuant to the Contract Documents the Contract Documents or by laws or regulations in respect of any such claim, dispute 9 114 CONSULTANT shall not be responsible for the or other matter pursuant to Article 16 acts or omissions of CONTRACTOR or of any SubContractor, any Supplier, or of any other 910 INSPECTION AND TESTING person or organization performing or furnishing any of the Work 9 10 1 CONSULTANT shall inspect Work to assure performance pursuant to the requirements of ARTICLE 10 — CHANGES IN THE WORK Contract Documents as follows 91011 Administer special testing and inspections of suspect Work 10 1 AUTHORIZED CHANGES IN THE WORK 9 10 1 2 Reject Work which does not comply with requirements of Contract 1011 Without invalidating the Contract and without Documents notice to any surety, the CITY may at any time order additions, deletions or revisions in the 9 10 2 Coordinate Testing Laboratory Services Work, these changes shall be authonzed by a 910 2 1 Verity that required laboratory Field Order or Change Order Upon receipt of personnel and present any such order or document, CONTRACTOR 9 10 2 2 Verify that tests are made in shall promptly proceed with the Work involved accordance with specified that shall be performed under the applicable standards conditions of the Contract Documents, except as 9 10 2 3 Review test reports for compliance otherwise specifically provided with specified cntena 910 2 4 Recommend and administer any 101 2 If the CITY and CONTRACTOR are unable to required re- testing agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or 911 LIMITATIONS ON CONSULTANT shortening of the Contract Time that should be allowed as a result of a Change Order, a claim 911 1 Neither CONSULTANT's authority to act under may be made therefor as provided in Article 11 this Article 9 or elsewhere in the Contract (Change in Contract Pnce) and Article 12 Documents nor any decision made by (Change in Contract Time) of the General CONSULTANT either to exercise or not exercise Conditions such authority shall give nse to any duty or responsibility of CONSULTANT to 10 2 UNAUTHORIZED CHANGES IN THE WORK CONTRACTOR, any SubContractor, any Supplier or any other person or organization 10 21 CONTRACTOR shall not be entitled to an performing any of the Work, or to any surety increase in the Contract Price or an extension of the Contract Time with respect to any Work 9 11 2 Whenever in the Contract Documents the term performed that is not required by the Contract "as ordered ", "as directed ", "as required ", "as Documents as amended, modified and allowed °, "as approved ", or terms of like effect or supplemented as provided in Section 3 2 import are used, or the adjectives "reasonable ", (References to Standards) except in the case of "suitable ", "acceptable ", "proper", or an emergency as provided in Paragraph 6 1011 "satisfactory", or adjectives of the like effect or (Emergencies) or except in the case of import are used to descnbe a requirement, uncovenng Work as provided in Paragraph direction, review or judgment of the 13 4 2 (Uncovering Work) CONSULTANT as to the Work, it is intended that such requirement, direction, review or judgment 10 3 EXECUTION OF CHANGE ORDERS shall be solely to evaluate the Work for compliance with the Contract Documents (unless 10 3 1 The CITY and CONTRACTOR shall execute there is a specific statement indicating appropnate Change Orders (or Written otherwise) The use of any such term or Amendments) covering adjective shall not be effective to assign to 10 31 1 Changes in Work, which are ordered CONSULTANT any duty or authonty to supervise by the CITY, pursuant to Paragraph or direct the furnishing or performance of the 10 1 1 (Changes In the Work) or are Work or any duty or authority to undertake required because of acceptance of responsibility contrary to the provisions of defective Work under Paragraph Paragraphs 911 3 or 9 11 4 of the General 13 9, or are agreed by the parties Conditions 10 3 1 2 Changes in the Contract Price or Contract Time which the parties Boynton Beach Utilities — Central Seacrest Phase 1 GC - 32 agree to claimed covers all known amounts (direct, 10 3 1 3 Changes in Contract Price or indirect and consequential) to which the claimant Contract Time which embody the is entitled as a resuft of the occurrence of such substance of any written decision event All claims for adjustment in the Contract rendered by CONSULTANT Price shall be determined by CITY and pursuant to Paragraph 9 9 1 CONSULTANT in accordance with Paragraph (Decisions on Disputes), provided 9 8 1, if the CITY and CONTRACTOR cannot that, in lieu of executing any such otherwise agree on the amount involved Any Change Order, an appeal may be claim for an adjustment in the Contract Price taken from any such decision in shall not be waived if not submitted in accordance with the provisions of accordance with this Paragraph 11 1 2 the Contract Documents and applicable laws and regulations, but 11 1 3 The value of any Work covered by a Change dunng any such appeal, Order or of any claim for an increase or decrease CONTRACTOR shall carry on the in the Contract Pnce shall be determined in one Work and adhere to the progress of the following ways schedule as provided in Paragraph 11 1 31 Where the Work involved is covered 6 24 1 by unit pnces contained in the Contract Documents by application 10 3 2 Surety It is distinctly agreed and understood of unit prices to the quantities of the that any changes made in the Contract items involved (subject to provisions Documents for this Work (whether such changes of Section 11 5 (Unit Price Work) increase or decrease the amount thereof) or any inclusive) change in the manner or time of payments or 11 1 3 2 By mutual acceptance of a lump time of performance made by the CITY to the sum (which shall include an CONTRACTOR shall in no way annul, release or allowance for overhead and profit in affect the liability and surety on the Bonds given accordance with Paragraph by the CONTRACTOR If notice of any change 11 3 1.2a (Contractor's Fee) affecting the general scope of the Work or the 11 1 3 3 On the basis of the Cost of the Work provisions of the Contract Documents (including, (determined as provided in Section but not limited to Contract Price or Contract 11 2, inclusive) plus a Time) is required by the provisions of any Bond CONTRACTOR's fee for overhead to be given to a Surety, the giving of any such and profit) determined as provided in notice shall be the CONTRACTOR's Section 113, Contractor's Fee, responsibility, and the amount of each applicable inclusive Bond shall be adjusted accordingly 11 2 COST OF THE WORK 10 3 3 Notwithstanding, anything to the contrary contained within the Contract Documents, all 11 2 1 General The term Cost of the Work means the change orders involving additional cost or sum of all costs necessary incurred and paid by extensions of time, shall be governed pursuant to CONTRACTOR in the proper performance of the the ordinances of the CITY Work Except as otherwise may be agreed to in writing by the CITY, such costs shall be in ARTICLE 11 — CHANGE OF CONTRACT PRICE amounts no higher than those prevailing in the locality of the Project and must be approved by the CITY and CONSULTANT before any 11 1 GENERAL payment Such costs shall include only the following items listed below in Paragraphs 11 2 2 11 1 1 The Contract Pnce constitutes the total thru 11 2 6 and shall not include any of the costs compensation (subject to authorized itemized in Paragraph 11 2 7 (Exclusions to Cost adjustments) payable to CONTRACTOR for of the Work) performing the Work All duties, responsibilities and obligations assigned to or undertaken by 11 2 2 Labor The term Cost of the Work includes CONTRACTOR shall be at its expense without payroll costs for employees in the direct employ change in the Contract Pnce of CONTRACTOR in the performance of the Work under schedules of job classifications 11 1 2 The Contract Pnce may only be changed by a including the expenses of performing work after Change Order Any claim for an increase or regular hours on Saturday, Sunday and legal decrease in the Contract Price shall be based on holidays, agreed upon by the CITY and written notice delivered by the party making the CONTRACTOR Payroll costs for employees not claim to the other party and to CONSULTANT employed full time on the Work shall be promptly (not later than ten (10) days) after the apportioned on the basis of their time spent on occurrence of the event giving rise to the claim the Work Payroll costs shall include, but not and stating the general nature of the claim limited to, salanes and wages plus the cost of Notice of the amount of the claim with supporting fringe benefits which shall include social secunty data shall be delivered within thirty (30) days contributions, unemployment, excise and payroll after such occurrence and shall be accompanied taxes, workers' or workmen's compensation, by claimant's written statement that the amount health and retirement benefits, sick leave, Boynton Beach Utilities — Central Seacrest Phase 1 GC - 33 vacation and holiday pay applicable thereto c Cost of premiums for additional bonds and Employees under this paragraph shall include insurance required because of changes in supenntendents and foremen on site the WORK 11 2 3 Materials and Equipment: The term Cost of 11 2 7 Exclusions to Cost of the Work: The term Cost Work includes cost of all matenals and of the Work shall not include any of the following equipment furnished and incorporated in the 112 7 1 Payroll costs and other Work, Including costs of transportation and compensation of CONTRACTOR's storage thereof, and Supplier's field services officers, executives, pnnapals (of required in connection therewith All cash partnership and sole proprietorships) discounts shall accrue to CONTRACTOR unless general managers, engineers, the CITY deposits funds with CONTRACTOR architects, estimators, attorneys, with which to make payments, in which ease, the auditors, accountants, purchasing cash discounts shall accrue to the CITY All and contracting agents, expeditors, trade discounts, rebates and refunds, and all timekeepers, clerks and other returns from sale of surplus materials and personnel employed by equipment shall accrue to the CITY, and CONTRACTOR whether at the site CONTRACTOR shall make provisions so that In CONTRACTOR "s pnnapal or they may be obtained branch office for general administration of the Work and not 11 2 4 Subcontractor: The term Cost of the Work specifically included in the agreed includes payments made by CONTRACTOR to upon schedule of job classifications the SubContractors for Work performed by referred to in Paragraph 11 2 2 SubContractors, The CONTRACTOR shall (Labor) or specifically covered by obtain competitive bids from subcontractors Paragraph 112 5 (Costs of Special acceptable to CONTRACTOR and shall deliver Consultants) — all of which are to be such bids to the CITY who shall then determine considered administrative costs with the advice of the CONSULTANT, which bids covered by the CONTRACTOR's fee shall be accepted If a subcontract provides that pursuant to Paragraph 11 3 of the the subcontractor is to be paid on the basis of General Conditions Cost of Work plus a fee, the subcontractor's Cost 11 2 7 2 Expenses of any of of the Work shall be determined in the same CONTRACTOR's offices, including manner as CONTRACTOR's Cost of Work All pnnapal and branch offices, other subcontracts shall be sut4ed to all provisions of than CONTRACTOR's office at the the Contract Documents Site 11 2 7 3 Any part of CONTRACTOR's 11 2 5 Costs of Special Consultants: The term Cost capital expenses including interest of the Work Includes special consultants on CONTRACTOR's capital employed for services specifically related to the employed for the Work and charges Work Including but not limited to engineers, against CONTRACTOR for architects, testing laboratories, surveyors, delinquent payments attorneys and accountants 112 7 4 Cost of premiums for all Bonds and for all insurance whether or not 11 2 6 Supplemental Costs: The term Cost of the CONTRACTOR is required by the Work includes the following Contract Documents to purchase a Costs, including transportation and and maintain the same (except for maintenance, of all matenals, supplies, the cost of premiums covered by equipment, machinery, appliances, office subparagraph 11 2 6 (c) above and temporary faalibes at the site and 11 2 7 5 Costs due to the negligence or tools not owned by the workers that are Intentional acts of the consumed in the performance of Work, CONTRACTOR, any subcontractor, and costs less than market value of such supplier or anyone whose acts Items used but not consumed which CONTRACTOR or subcontractor remain the property of the may be liable, including but not CONTRACTOR limited to, the correction of defective b Rentals of all construction equipment and Work, disposal of materials or machinery and the parts thereof, whether equipment wrongly supplied and rented from CONTRACTOR or others in making good any damage to ac crdance with rental agreements property approved by the CITY with the advice of 11 2 7 6 Costs associated with fringe CONSULTANT, and the costs of benefits that are greater than actual transportation, loading, unloading, costs, I e where worker hours Installation, dismantling and removal exceed a typical 8 -hour day and 40- thereof — in accordance with terms of such hour workweek rental agreements The rental of any such 11 2 7 7 Other overhead or general expense equipment, machinery or parts shall cease costs of any kind and the costs of when the use thereof is no longer any item not specifically and necessary for the Work expressly included in Section 112 Boynton Beach Utilities — Central Seacrest Phase 1 GC - 34 (Cost of the Work) suppliers and for such sums within the limit of the allowances as acceptable to the CITY, 11 3 CONTRACTOR'S FEE CONTRACTOR agrees that 11 4 1 1 The allowances include the cost 11 31 The CONTRACTOR's fee for overhead and to CONTRACTOR (less any profits shall be determined as follows applicable trade discounts) of 11 3 1 1 A mutually acceptable fixed fee, matenals and equipment required or if none can be agreed upon, by the allowances to be delivered 11 31 A fee based on the following at the Site, and all applicable percentages of the vanous taxes and portions of the Cost of the Work 1141 2 CONTRACTOR's costs for a For costs incurred under unloading and handling on the Paragraphs 11 2 2 (Labor) and Site, including labor, installation 11 2 3 (Materials and Equipment) costs, overhead, profit and other the CONTRACTOR's fee shall be expenses contemplated for the five (5 %) percent allowances have been included b For costs incurred under in the Contract Pnce and not in Paragraph 11 2 4 the allowances No demand for (Subcontractors), the additional payment on account of CONTRACTOR's fee shall be any thereof shall be valid five (5 %) percent, and if a 11413 Prior to final payment, an subcontract is on the basis of appropnate Change Order shall Cost of the Work plus a fee, the be issued as recommended by maximum allowable to CONSULTANT to retied actual CONTRACTOR on account of amounts due CONTRACTOR on overhead and profit of all account of Work covered by subcontractors shall be five (5 %) allowances and the Contract percent Pnce shall be correspondingly c No fee shall be payable adjusted on the basis of costs itemized under Paragraphs 11 2 5 (Cost of 11 5 UNIT PRICE WORK Consultants), 11 2 6 (Supplemental Costs) and 11 2 7 11 5 1 Where the Contract Documents proede that all (Exclusions) or part of the Work is to be Unit Pnce Work, d The amount of credit to initially the Contract Pnce shall be deemed to be allowed by CONTRACTOR to include for all Unit Price Work, an amount equal the CITY for any such change to the sum of the established unit pnces for each which results in a net decrease in separately identified item of Unit Pnce Work, cost shall be the amount of the times the estimated quantity of each item as actual net decrease plus a indicated in the Contract The estimated deduction in CONTRACTOR's quantities of items of Unit Pnce Work are not fee by an account equal to ten guaranteed and are solely for the purpose of (10 %) percent of the net comparison of Bids and determining an initial decrease, and Contract Pnce Determinations of the actual e When both additions quantities and classifications of Unit Pnce Work and credits are involved in any performed by CONTRACTOR shall be made by one change, the adjustment in CONSULTANT and CITY in accordance with CONTRACTOR's fee shall be Paragraph 9 8 - Determination of Unit Pnces computed on the basis of net change in accordance with 11 5 2 Each unit pnce shall be deemed to include an Paragraphs 11 31 2(a) through amount considered by CONTRACTOR to be 11 31 2(d) inclusive adequate to cover CONTRACTOR's overhead and profit for each separately identified item 11 3 2 Whenever the cost of any work is to be determined pursuant to Paragraph 11 2 1 11 5 3 Where the quantity of any item of Unit Price (General) or Paragraph 112 7 (Exclusions), Work performed by CONTRACTOR differs CONTRACTOR shall submit in writing to the matenally and significantly from the estimated CITY and CONSULTANT and in form acceptable quantity of such item indicated in the Contract to CONSULTANT, an itemized breakdown and there is no corresponding adjustment with together with supporting data respect to any other item of work, and if CONTRACTOR believes that CONTRACTOR 114 ALLOWANCES has incurred additional expense as a result thereof, CONTRACTOR may make a claim 11 41 It is understood that CONTRACTOR has pursuant to applicable provisions of these included in the Contract Pnce all allowances General Conditions for an increase in the named in the Contract Documents and shall Contract Price, if the parties are unable to agree cause the Work so covered in the Contract as to the amount of any such increase documents to be done by such subcontractors or Boynton Beach Utilities — Central Seacrest Phase 1 GC - 35 11 5 4 Where the quantity of any item of Unit Price change in the Work affected by the Work performed by CONTRACTOR differs delay or change in the Work matenally and significantly from the estimated 12 1 1 4 Identification and demonstration that quantity of such item indicated in the Contract the delay or change in the Work and there is no corresponding adjustment with impacts the construction schedule respect to any other item of work and if the CITY 121 1 5 Identification of the source of delay believes that CONTRACTOR has incurred or change in the Work reduced expense as a result thereof, CITY may 121 1 6 Anticipation on impact extent of the make a daim for a decrease in the Contract delay or change in the Work Price in accordance with Article 1 1 — Change in 12 1 17 Recommended action to minimize Contract Pnce if the parties are unable to agree delay as to the amount of any decrease 121 2 Requests for extension of time shall be fully 11 6 OMITTED WORK documented and shall include copies of daily logs, letters, shipping orders, delivery tickets, and 11 6 1 The CITY may at any time, by wntten order, other supporting information In case of without Notice to the Sureties, require omission continuing cause of delay, only one (1) claim is of such contract Work as it may find necessary or necessary Normal working weeks are based on desirable An order for omission of Work shall be a five (5) day week All claims for adjustment of valid only by an executable Change Order All the Contract Time shall be determined by the Work so ordered must be omitted by the CITY with input from the CONSULTANT No CONTRACTOR The amount by which the claim for an adjustment in the Contract Time Contract Pnce shall be reduced shall be shall be valid if not submitted in accordance with determined as follows the requirements of this Article 12 the General 11 61 1 By such applicable unit pnces, or Conditions rates for work of a similar nature or character as set forth in the 121 3 If CONTRACTOR is prevented from completing Contract, or any part of the Work within the Contract Times 11 6 1 2 By the appropriate lump sum (or Milestones) that, in the sole judgment of the price set forth in the Contrac or CITY whose decision shall be binding upon 11613 By the reasonable and fair CONTRACTOR is due to delay beyond the estimated cost of such omitted control of the CONTRACTOR, the Contract Work and profit percentage as Times (or Milestones) shall be extended in an determined by the amount equal to the time lost due to such delay if CONTRACTOR and the a claim is made therefore as provided in Article CONSULTANT, and approved by 12 of the General Conditions the CITY 121 4 Delays beyond the control of CONTRACTOR ARTICLE 12 — CHANGE OF CONTRACT TIME shall include acts or neglect by the CITY, acts or neglect by utility owners or other contractors performing other work as contemplated by Article 12 1 GENERAL 7 — Related Work at Site, fires, floods, epidemics, or acts of God 121 1 The Contract Time may only be changed by a Change Order Any claim for an extension or 12 1 5 The CONTRACTOR must mitigate any loss of shortening of Contract Time shall be based on time to include but not be limited to performing written notice delivered by the party making the ancillary Work as is applicable to the Project claim to the other party and to CONSULTANT promptly (but in no event later than seven (7) 12 1 6 Claims for delay due to inclement weather (i e days) after the occurrence of the event giving beyond the 10 -year mean average) shall be the nse to the daim and stating the general nature of made within ten (10) days of the inclement the claim Notice to the extent of the claim with weather occurrence supporting data shall be delivered within seven (7) days after such occurrence and shall be 12 1 7 Delays attributable to and within the control of a accompanied by the claimant's written statement SubContractor or supplier shall be deemed to be that the adjustment darned is the entire delays within the control of the CONTRACTOR adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence 12 1 8 If the CONTRACTOR is prevented from of such event Claims made beyond these time completing any part of the Work within the limits shall be null and void Reporting of the Contract Time (or Milestones) due to delay general nature of the claim shall include at a beyond the control of both CITY and minimum CONTRACTOR, an extension of the Contract 121 1 1 Nature of the delay or change in the Times (or Milestones) in an amount equal to the Work time lost due to such delay shall be 121 1 2 Dates of commencement/cessation CONTRACTOR's sole and exclusive remedy for of the delay or change in the Work such delay In no event shall CITY be liable to 12 1 1 3 Activities on the progress schedule CONTRACTOR, and SubContractor, any current as of the time of delay or supplier, any other person or organization, or to Boynton Beach Utilities — Central Seacrest Phase 1 GC - 36 any surety or employee or agent of any of them, $12,000,001 and $2,500 for damages arising out of or resulting from (i) over delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control For each day that expires after the time specified of both parties including but not limited to fires, in Paragraph 2 3 - Notice to Proceed, for floods, epidemics, abnormal weather conditions, Substantial Completion until the Work is acts of God or acts of neglect by utility owners or substantially complete other contractors performing work as contemplated by Article 7 - Related Work at Site 12 2 2 After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the 12 2 LIQUIDATED DAMAGES remaining Work within the Contract Time or any proper extension thereof granted by the CITY, 12 2 1 The CITY and CONTRACTOR recognize and CONTRACTOR shall pay CITY acknowledge that time is of the essence of this Contract and that the CITY shall suffer financial LIQUIDATED loss if the Work is not completed within the times BASE BID DAMAGES PER specified in Paragraph 2 3 - Notice to Proceed DAY plus any extensions thereof allowed in $1,000 to $20,000 $25 00 accordance with Article 12 - Change of Contract $20,001 to $75,000 $50 00 Time Each of the parties acknowledge that it $75,001 to $125 00 has attempted to quantify the damages which $150,000 would be suffered by CITY in the event of the $150,001 to $187 50 failure of CONTRACTOR to perform in a timely $350,000 manner, but neither one has been capable of $350,001 to $200 00 ascertaining such damages with any certainty $750,000 CITY and CONTRACTOR also recognize and $750,001 to $250 00 acknowledge the delays, expenses and $1,000,000 difficulties involved in providing proof of such $1,000,001 to $300 00 damages in a legal proceeding, the actual loss $2,000,000 suffered by the CITY if the Work is not completed $2,000,001 to $370 00 on time Accordingly, instead of requiring any $3,000,000 such proof, the CITY and CONTRACTOR agree $3,000,001 to $400 00 that as liquidated damages for delay (but not as $4,000,000 a penalty) CONTRACTOR shall pay the CITY $4,000,001 to $425 00 $5,000,000 BASE BID LIQUIDATED $5,000,001 to $450 00 DAMAGES PER DAY $6,000,000 $1,000 to $20,000 $100 $6,000,001 to $475 00 $20,001 to $75,000 $200 $7,000,000 $75,001 to $150,000 $500 $7,000,001 to $500 00 $150,001 to $750 $8,000,000 $350,000 $8,000,001 to $525 00 $350,001 to $800 $9,000,000 $750,000 $9,000,001 to $550 00 $750,001 to $1,000 $10,000,000 $1,000,000 $10,000,001 to $575 00 $1,000,001 to $11,000,000 $2,000,000 $1,200 $11,000,001 to $12,000,000 $600 00 $2,000,001 to $1,500 $3,000,000 $12,000,001 and $62500 $3,000,001 to over $4,000,000 $1,600 $4,000,001 to $1,700 For each day that expires after the time specified in $5,000,000 Paragraph 2 3 - Notice to Proceed $5,000,001 to $1,800 $6,000,000 12 2 3 This sum is not a penalty The CITY reserves the $6,000,001 to $1 900 nght to additionally recover direct fob site $7,000,000 expenses, including CONSULTANT's expenses $7,000,001 to $2,000 incurred during the period of any delay The $8,000,000 CONTRACTOR shall be liable for liquidated $8,000,001 to $2,100 damages even if the Contract is terminated by $9,000,000 the CITY for cause or if the CONTRACTOR $9,000,001 to $2 200 abandons the Work The liability of the $10,000,000 CONTRACTOR and its surety or sureties for $10,000,001 t $2 300 damages provided by this Article is joint and $11,000,000 several $11,000,001 to $2,400 $12,000,000 Boynton Beach Utilities - Central Seacrest Phase 1 GC - 37 ARTICLE 13 — TESTS AND INSPECTIONS, CORRECTION, REMOVAL must, if requested by CONSULTANT, be OR ACCEPTANCE OF DEFECTIVE WORK uncovered for observation Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given CONSULTANT timely 13 1 NOTICE OF DEFECTS written notice of CONTRACTOR's intention to cover the same and CONSULTANT has not 13 1 1 Prompt notice of all defects for which CITY or acted with reasonable promptness in response CONSULTANT have actual knowledge shall be to such notice given to CONTRACTOR All defective Work, whether or not completed, may be rejected, 13 3 5 Observations by CITY, CONSULTANT corrected or accepted as provided in Artide 13 — inspections or tests or approvals by others shall Tests and Inspections Correction, Removal or not relieve CONTRACTOR from Acceptance of Defective Work CONTRACTOR's obligation's to perform the Work in pursuant to the Contract 1312 Unremedied defects identified for correction Documents during the guarantee period but remaining after its expiration shall be considered as part of the 13 3 6 General For tests specified to be made by the obligations of the guarantee Defects in material, CONTRACTOR, the testing personnel shall workmanship or equipment which are remedied make the necessary inspections and tests, the as a result of obligations of the guarantee, shall testing work and testing report thereof shall be in subject the remedied portion of the Work to an such form as will facilitate checking to determine extended guarantee period of one (1) year after compliance with the Contract Documents Five the defect has been remedied The Surety shall (5) copies of the report shall be submitted and be bound with and for the CONTRACTOR in the authoritative certification thereof must be CONTRACTOR's observance of the guarantee furnished to the CONSULTANT as a prerequisite for the acceptance of any matenal or equipment 13 2 ACCESS TO WORK 13 3 7 If, in the making of any test of any material or 13 2 1 CONSULTANT's and CONSULTANT's equipment, it is ascertained by the representatives, other representatives of the CONSULTANT that the material or equipment CITY, testing agencies and governmental does not comply with the Contract Documents, agencies with junsdictional interests shall have the CONTRACTOR will be notified thereof and it access to the Work at reasonable times for their will be directed to refrain from delivenng such observation, inspecting and testing material or equipment, or to remove it promptly CONTRACTOR shall provide proper and safe from the Site or from the Work and replace it with conditions for such access acceptable material, without cost to the CITY 13 3 TESTS AND INSPECTIONS 13 3 8 Tests of electrical and mechanical equipment and appliances shall be conducted in 13 31 CONTRACTOR shall give CONSULTANT timely accordance with the recognized test codes notice of readiness of the Work for all required inspections, tests or approvals 13 3 9 Costs All inspection and testing or matenals furnished under this Contract will be provided by 13 3 2 If any federal, state or local laws and regulations the CONTRACTOR, unless otherwise expressly require any Work (or part thereof) to specifically specified be inspected, tested or approved, CONTRACTOR shall assume full responsibility 13 310 Materials and equipment submitted by the therefore pay all costs in connection therewith, CONTRACTOR as the equivalent of those and furnish CONSULTANT the required specifically named in the Contract may be tested certificates of inspection, testing or approval by the CITY for compliance The CONTRACTOR shall also be responsible for and CONTRACTOR shall reimburse the CITY for the pay all costs in connection with any inspection or expenditures incurred in making such tests of testing required in connection with the CITY's or matenals and equipment which are rejected for CONSULTANT's acceptance of supplier of non - compliance matenals or equipment proposed to be incorporated in the Work, or of matenals or 13 3 11 Certificate of Manufacture CONTRACTOR shall equipment submitted for approval prior to furnish CONSULTANT authoritative evidence in CONTRACTOR's purchase thereof for the form of Certificate of Manufacture that the incorporation in the Work materials to be used in the Work have been manufactured and tested in conformity with the 13 3 3 All inspections, tests or approvals other than Contract Documents those required by federal, state, or local laws or regulations shall be performed by organizations 13 312 These Certificates of Manufacture shall be acceptable to the CITY and CONSULTANT notarized and include copies of the results of physical tests and chemical analyses, where 13 3 4 If any work (including the work of others) that is necessary, that have been made directly on the to be inspected, tested or approved is covered product or on similar products of the without written concurrence of CONSULTANT, it manufacturer Boynton Beach Utilities — Central Seacrest Phase 1 GC - 38 13 3 13 Start-up Tests As soon as conditions permit, the 13 6 CORRECTION OR REMOVAL OF DEFECTIVE WORK CONTRACTOR shall furnish all labor, matenals and instruments and shall make start-up tests of 13 6 1 If required by CONSULTANT, CONTRACTOR equipment shall promptly, as directed, either correct all defective Work, whether or not fabncated, 13 3 14 If the start -up tests disclose any equipment installed or completed, or if the Work has been furnished under the Contract which does not rejected by CONSULTANT, remove it from the comply with the requirements of the Contract Site and replace with non - defective Work Documents, the CONTRACTOR shall, pnor to CONTRACTOR shall bear all direct, indirect, and demonstration tests, make all changes, consequential costs of such correction or adjustments and replacements required The removal (including but not limited to fees and CONTRACTOR shall assist in the start -up tests charges of engineers, architects, attorneys and as applicable other professionals) made necessary thereby 13 4 UNCOVERING WORK 13 6 2 If the CONTRACTOR refuses to comply, the CITY may do of the following 13 4 1 If any Work is covered contrary to the request of 13 6 2 1 The CITY shall correct any work so CONSULTANT, it must, if requested by performed by the CONTRACTOR CONSULTANT, be uncovered for and deduct the expenses for doing CONSULTANT's observation and replaced at so from the final payment due to the CONTRACTOR's expense CONTRACTOR, or 13 6 2 2 The CITY shall hold back final 13 4 2 If CONSULTANT requests that covered Work be payment due CONTRACTOR until observed by CONSULTANT or inspected or such time as the Work is completed tested by others, CONTRACTOR, at to the satisfaction of the CITY's CONSULTANT's request shall uncover, expose Project Manager and in compliance or otherwise make available for observation, with the CITY's specifications The inspection or testing as CONSULTANT may CITY's Project Manager shall have require, that portion of the Work in question, the discretion to determine if the furnishing all necessary labor, material and Work is satisfactory and in equipment If it is found that such Work is compliance with the specifications defective, CONTRACTOR shall bear all direct, indirect and consequential costs of such 13 6 3 The remedies contained herein are not exclusive uncovenng, exposure, observation, inspection and the CITY /OWNER reserves the right to and testing and of satisfactory reconstruction, pursue any and all other remedies it deems (including but not limited to fees and charges of applicable engineers, architects, attomeys and other professionals), and the CITY shall be entitled to 13 7 ONE -YEAR CORRECTION PERIOD an appropriate decrease in the Contract Pnce, and if the parties are unable to agree as to the 13 7 1 If within one (1) year after the date of amount thereof, may make a claim therefore as Acceptance of Work or such longer penod of provided in Article 11 If however, such Work is time as may be prescribed by federal, state or found to be defective, CONTRACTOR shall be local laws and regulations, or by the terms of any allowed an increase in Contract Price or an applicable special guarantee required by the extension of the Contract Time, or both, directly Contract Documents, or by any specific provision attnbutable to such uncovering, exposure, of the Contract Documents, any Work is found to observation, inspection, testing and be defective, CONTRACTOR shall promptly, reconstruction, and if the parties are unable to without cost to the CITY and in accordance with agree as to the amount or extent thereof, the CITY's written instructions, either correct CONTRACTOR may make a claim therefore as such defective Work, or if it has been rejected by provided in Article 11 — Change in Contract Price the CITY, remove it from the Site and replace it and Article 12 — Change in Contract Time in the with non - defective Work General Conditions 13 7 2 If CONTRACTOR does not promptly comply with 13 5 CITY MAY STOP THE WORK the terms of such instructions or incase of an emergency where delay would cause senous risk 13 5 1 If the Work is defective, or CONTRACTOR fails of loss or damage, the CITY may have the to supply sufficient skilled workers or suitable defective Work corrected or the rejected Work matenals or equipment, or fails to furnish or removed and replaced, and all direct, indirect perform the Work in such a way that the and consequential costs of such removal and completed Work shall conform to the Contract replacement (including but not limited to fees Documents, the CITY may order CONTRACTOR and charges of engineers, architects, attorneys to stop the Work, or any portion thereof, until the and other professionals) shall be paid by cause for such order has been eliminated, CONTRACTOR however, this right of the CITY to stop the Work shall not give nse to any duty on the part of the 13 7 3 In special circumstances where a particular item CITY to exercise this nght for the benefit of of equipment is placed in continuous service CONTRACTOR or any other party before Final Acceptance of all the Work, the Boynton Beach Utilities — Central Seacrest Phase 1 GC - 39 correction period for that item may start to run machinery at the Site and incorporate in the from an earlier date if so provided in the Work, all materials and equipment stored at the Specifications Site or for which the CITY has paid CONTRACTOR but which are stored elsewhere 13 7 4 Nothing herein shall be deemed a waiver of the CONTRACTOR shall allow the CITY, the statute of limitations as provided in Florida Law CONSULTANT, the CITY's Representative agents and employees, such access to the Site 13 7 5 Where defective Work (and damage to other as may be necessary to enable the CITY to Work resulting therefrom) has been corrected, exercise the rights and remedies under this removed or replaced under this Paragraph 13 7 Paragraph — One Year Correction Penod", the correction period hereunder with respect to such Work shall 13 9 3 All direct, indirect and consequential costs of the be extended for an additional penod of one (1) CITY in exercising such rights and remedies year after such correction or removal and under this Paragraph shall be charged against replacement has been satisfactorily completed CONTRACTOR by CITY, and a Change Order shall be issued incorporating the necessary 13 8 ACCEPTANCE OF DEFECTIVE WORK revisions in the Contract Documents with respect to the Work The CITY shall be entitled to an 13 8 1 Instead of requiring correction or removal and appropnate decrease in the Contract Pnce, and if replacement of defective Work, CITY (prior to the parties are unable to agree as to the amount CONSULTANT's recommendation of final thereof, the CITY may make a claim therefore as payment), if CONSULTANT prefers to accept provided in Article 11 — Change of Contract defective Work CITY may accept defective Work Price Such direct, indirect and inconsequential If CITY accepts defective Work pursuant to this costs shall include but not be limited to fees and Paragraph 13 8 CONTRACTOR shall pay all charges of engineers, architects, attorneys and claims, costs, losses and damages atfnbutable to other professionals, all court costs, and all costs CITY's evaluation of and determination to accept of repair and /or replacement of Work of others such defective Work (such costs to be approved destroyed or damaged by correction, removal or by CONSULTANT as to reasonableness and to replacement of CONTRACTOR's defective work include but not limited to fees and charges of CONTRACTOR shall also be responsible for engineers, architects, attorneys and other restonng any other sites affected by such repairs professionals) or remedial work at no cost to the CITY CONTRACTOR shall not be allowed an 13 8 2 If any such acceptance of defective work occurs extension of the Contract Time because of any pnor to CONSULTANT's recommendation of delay in performance of the Work attributable to final payment, a Change Order shall be issued the exercise by the CITY of the CITY's rights incorporating the necessary revisions in the pursuant to Paragraph 13 9 of the General Contract Documents with respect to the Work, Conditions and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION: are unable to agree as to the amount thereof, the CITY may make a claim therefor as provided in Article 11 — Change of Contract Price If 14 1 SCHEDULE OF VALUES acceptance occurs after such recommendation, CONTRACTOR shall pay an appropriate amount 141 1 The schedule of values established as provided to the CITY in Paragraph 2 9 — Finalizing Schedules, shall serve as the basis for progress payments and 13 9 CITY MAY CORRECT DEFECTIVE WORK shall be incorporated into a form of Application for Payment acceptable to CITY and 13 91 If CONTRACTOR fails within thirty (30) days CONSULTANT after written notice of CONSULTANT to proceed to correct defective Work, or remove and replace 14 2 UNIT PRICE BID SCHEDULE rejected Work as required by CONSULTANT in accordance with paragraph 13 7 1, or if 14 2 1 Progress payments on account of Unit Pnce CONTRACTOR fails to perform the Work in Work shall be based on the number of units accordance with the Contract Documents, or if completed CONTRACTOR fails to comply with any other provision of the Contract Documents, the CITY 14 2 2 The quantities for payment under this Contract may, after seven (7) days written notice to shall be determined by actual measurement of CONTRACTOR correct and remedy any such the completed items in place, ready for service deficiency and accepted by the CITY, in accordance with the applicable method of measurement therefore 13 9 2 To the extent necessary to complete corrective contained pursuant to these General Conditions and remedial action, the CITY may exclude CONTRACTOR from all or part of the Work, and 14 2 3 The CONTRACTOR shall receive and accept the suspend CONTRACTOR's services related compensation provided in the Bid and the thereto, take possession of CONTRACTOR's Contract documents as full payment for tools, appliances, construction equipment and furnishing all materials, labor, tools and Boynton Beach Utilities — Central Seacrest Phase 1 GC - 40 equipment for performing all operations 14 4 1 The CONTRACTOR warrants and guarantees necessary to complete the Work under the that title to all Work and equipment covered by Contract and also in full payment for all loss or an Application for Payment, whether damages ansing from the nature of the Work or incorporated in the Project or not, shall have from any discrepancy between the actual passed to the CITY pnor to the making of an quantities of Work and quantities herein Application for Payment, free and dear of all estimated by the CONSULTANT, or from the liens, claims, security interests and action of the elements or from any unforeseen encumbrances (hereafter in these General difficulties which may be encountered during the Conditions referred to as "Liens "), and that no prosecution of the Work until final acceptance by work or equipment covered by an Application for the CITY Payment shall have been acquired by the CONTRACTOR or by any other party performing 14 2 4 The prices stated in the Bid include all costs and the Work at the Site or furnishing equipment for expenses for taxes, labor, equipment, materials, the Project, subject to an agreement under which commissions, transportation charges and an interest therein or encumbrances thereon is expenses, patent fees and royalties, labor for retained by the seller of such products or handling matenals during inspection, together otherwise imposed by the CONTRACTOR or with any and all other costs and expenses for such other person performing and completing the Work as shown on the Drawings and specified herein The basis 14 5 REVIEW OF APPLICATIONS FOR PAYMENT of payment for an item at the unit pnce stated in the Bid shall be in accordance with the 14 51 CONSULTANT shall, within ten (10) days after description of that item receipt of each Application for Payment, either indicate in writing, a recommendation of payment 14 3 APPLICATION FOR PAYMENTS and present the Application to the CITY, or return the Application to CONTRACTOR 14 3 1 Unless otherwise prescribed by federal, state or indicating in wnbng CONSULTANT's reasons for local law, at the end of each calendar month, refusing to recommend payment In the latter the CONTRACTOR shall submit to the case, CONTRACTOR may make necessary CONSULTANT for review, an Application for corrections and resubmit the Application Thirty Payment (AFP) filled out and signed by the (30) days after receipt of the Application for CONTRACTOR, covering the Work completed Payment by the CITY with CONSULTANT's as of the date of the Application and recommendation, the amount recommended accomplished by such supporting documentation shall (subject to the provisions of the last pursuant to the Contract Documents sentence of paragraph 14 5 4) become due and when due shall be timely paid by the CITY to 14 3 2 The Net Payment Due to the CONTRACTOR CONTRACTOR shall be the above - mentioned subtotal from which shall be deducted from the amount of 14 5 2 CONSULTANT's recommendation of any retainage specified in the Contract, and the total payment requested in the Application for amount of all previous approved Applications for Payment shall not prohibit the CITY from Progress Payment submitted by withholding payment or prohibit the CITY from CONTRACTOR Retainage shall be calculated paying additional sums regarding other matters based upon the above - mentioned sub -total or issues between the parties 14 3 3 The CONTRACTOR shall list each Change 14 5 3 CONSULTANT's recommendation of final Order executed pnor to date of submission, at payment shall constitute a representation by the end of the continuation sheets and shall list CONSULTANT to the CITY that the conditions by Change Order Number, and description, as precedent to CONTRACTOR's being entitled to for an onginal component item of work final payment as set forth in Paragraph 14 10, Final Payment and Acceptance, have been 14 3 4 As provided for in the Application for Payment fulfilled. (AFP) form, the CONTRACTOR shall certify for each current pay request that all previous 14 5 4 CONSULTANT may refuse to recommend in progress payments received from the CITY, whole or any part of any payment if, in under this Contract have been applied by the CONSULTANT's opinion, it would be incorrect to CONTRACTOR to discharge in full all obligations make such representations to the CITY The of the CONTRACTOR in connection with Work CONSULTANT may also refuse to recommend covered by prior Application for Payment (AFP), any such payment, or, because of subsequently and all materials and equipment incorporated discovered evidence or the results of subsequent into the Work are free and clear of all liens, inspections or tests, nullify any such payment claims, secunty interest and encumbrances previously recommended, to such extent as may CONTRACTOR shall attach to each Application be necessary in CONSULTANT's opinion to for Payment (AFP) like obligation discharge protect the CITY from loss, including but not affidavits by all subcontractors limited to 14 5 41 The Work is defective or completed 14 4 CONTRACTOR'S WARRANTY OF TITLE Work has been damaged requinng correction or replacement Boynton Beach Utilities — Central Seacrest Phase 1 GC - 41 14 5 4 2 The Contract Price has been and recordation, the Certificate of Substantial reduced by a Written Amendment or Completion, signed by the CONSULTANT and Change Order CONTRACTOR, which shall affix the Date of 14 5 4 3 The CITY has been required to Substantial Completion correct defective Work or complete Work pursuant to Paragraph 13 9, or 14 6 3 The CITY shall have the nght to exclude 14 5 4 4 The CONSULTANT's actual CONTRACTOR from the Work after the date of knowledge of the occurrence of any Substantial Completion, but the CITY shall allow of the events enumerated in CONTRACTOR reasonable access to complete Paragraphs 15 2 1 through 15 2 1 9 or correct items on the "punch list", pursuant to inclusive (CITY May Terminate) Paragraph 1412 of the General Conditions 14 5 5 The CITY may refuse to make payment of the full 14 7 PARTIAL UTILIZATION amount recommended by the CONSULTANT because claims have been made against the 14 71 The CITY shall have the right to enter the CITY on account of CONTRACTOR's premises for the purpose of doing work not performance or furnishing of the Work, or there covered by the Contract Documents This are other items entitling the CITY to credit provision shall not be construed as relieving the against the amount recommended but the CITY CONTRACTOR of the sole responsibility for the must give CONTRACTOR wntten notice (with a care and protection of the Work, or the copy to CONSULTANT) stating the reasons for restoration of any damaged work except such as such action Reasons the CITY may refuse to may be caused by agent or employees of the make payment include but are not limited to CITY 14 5 6 The Work for which payment is requested cannot 14 7 2 Prior to Substantial Completion, the CITY, with be verified by the CITY the approval of the CONSULTANT and with wntten notice to the CONTRACTOR, may use 14 5 7 Claims or Liens have been filed against the CITY any completed or substantially completed portion relating to the Project or there is reasonable of the Work Such use shall not constitute an evidence indicating the probable filing thereof acceptance of such portions of the Work 14 5 8 Upon unsatisfactory obligation of the Work, 14 7 3 Use by the CITY of any finished part of the Work, including failure to clean up as required which has specifically been identified in the Contract Documents, or which the CITY, 14 5 9 Upon CONTRACTOR's persistent failure to CONSULTANT, and CONTRACTOR agree cooperate with other contractors on the Project constitutes a separately functioning and usable and persistent failure to carry out the Work in part of the Work that can be used by the CITY accordance with the Contract Documents without significant interference with CONTRACTOR's performance of the remainder 14 5 10 Upon liquidated damages payable by the of the Work, may be accomplished pnor to CONTRACTOR, or Substantial Completion of all Work subject to the following 14 511 Upon any other violation of, or failure of 14 7 31 The CITY at any time may request CONTRACTOR to comply with, the provisions of CONTRACTOR in wnting to permit the Contract Documents the CITY to use any such part of the Work which the CITY believes to be 14 6 SUBSTANTIAL COMPLETION ready for its intended use and substantially complete If 14 6 1 When the CONTRACTOR considers the entire CONTRACTOR agrees, Work ready for its intended use, the CONTRACTOR shall certify to the CONTRACTOR shall notify the CITY and the CITY and CONSULTANT that said CONSULTANT in writing that the Work is part of the Work is substantially substantially complete and request that the complete and request CONSULTANT prepare a Certificate of CONSULTANT to issue a Certificate Substantial Completion of Substantial Completion for that part of the Work CONTRACTOR at 14 6 2 The CITY, the CONSULTANT and the any time may notify the CITY and CONTRACTOR shall make an inspection of the CONSULTANT in writing that Work within fifteen (15) calendar days after CONTRACTOR considers any such notice from the CONTRACTOR that the Work is part of the Work ready for its substantially complete to determine the status of intended use and substantially completion If the CONSULTANT does not complete and request consider the Work substantially complete, the CONSULTANT to issue a Certificate CONSULTANT shall notify the CONTRACTOR of Substantial Completion for that in writing giving the reasons therefor If the part of the Work Within fifteen (15) CONSULTANT considers the Work to be days after either such request, the substantially complete, the CONSULTANT shall CITY, CONTRACTOR and prepare and deliver to the CITY for its execution CONSULTANT shall make an Boynton Beach Utilities — Central Seacrest Phase 1 GC - 42 inspection of that part of Work to CONTRACTOR and shall notify CONTRACTOR determine its status of completion If in wnting of all particulars in which this inspection CONSULTANT does not consider reveals that the Work is incomplete, defective, or that part of the Work to be not in accordance with the Contract Documents substantially complete, CONTRACTOR shall immediately take such CONSULTANT shall notify the CITY measures as necessary to remedy such and CONTRACTOR in wnting giving deficiencies the reasons therefore If CONSULTANT considers that part 14 9 FINAL APPLICATION FOR PAYMENT of the Work to be substantially complete, the provisions of 14 9 1 After CONTRACTOR has completed in wnting all Paragraphs 14 6 1 and 14 6 2 shall such corrections to the satisfaction of apply with respect to Certification of CONSULTANT and delivered all maintenance Substantial Completion of that part and operating instructions, schedules, of the Work and the division of guarantees, Bonds, certificates of inspection, responsibility in respect thereof and marked -up record documents (as provided in access thereto Paragraph 14 6, Substantial Completion) and 14 7 3 2 The CITY may at any time, request other documents- all as required by the Contract CONTRACTOR in writing to permit Documents, and after CONSULTANT has the CITY to take over operation of indicated in wnting that the Work is acceptable any such part of the Work although it and has been completed in conformance with is not substantially complete A copy the drawings and specifications and any of such request shall be sent to approved changes thereto, CONTRACTOR may CONSULTANT and within fifteen make application for final payment following the (15) days thereafter, the CITY, procedure for progress payments The final CONTRACTOR and CONSULTANT Application for Payment shall be accompanied shall make an inspection of that part by (i) all documentation called for in the Contract of the Work to determine its status of Documents, including but not limited to the completion and shall prepare a list of evidence of insurance required, (u) consent of items remaining to be completed or the surety, if any, to final payment, and (iii) corrected thereon before final complete and legally effective releases or payment If CONTRACTOR does waivers (satisfactory to CITY) of all Liens ansing not object in writing to the CITY and out of or filed in connection with the Work CONSULTANT that such part of the Work is not ready for separate 1410 FINAL PAYMENT AND ACCEPTANCE operation by the CITY, CONSULTANT shall finalize the list 14 10 1 Upon receipt of written notice from the of items to be completed or CONTRACTOR that the Work has been corrected and shall deliver such list completed in conformity with the Drawings and to the CITY and CONTRACTOR Specifications and any approved changes together with a wntten thereto, and receipt of the Final Application for recommendation as to the division of Payment with the Warranty of Title and responsibilities pending final accompanying documentation, the CITY's judgment between the CITY and CONSULTANT shall promptly examine the Work CONTRACTOR with respect to and making such tests as he/she may deem security, operation, safety, proper, and using all of the care and judgment maintenance, utilities, insurance, normally exercised in the examination of warranties and guarantees for that completed Work by a properly qualified and part of the Work which shall become expenenced professional Consultant, shall binding upon the CITY and satisfy themselves that the CONTRACTOR's CONTRACTOR at the time when statement appears to be correct and the the CITY takes over such operation CONTRACTOR's other obligations under the (unless CONTRACTOR shall have Contract Documents have been fulfilled The otherwise agreed in writing and so CONSULTANT shall then inform the CITY in informed CONSULTANT) Dunng writing that CONSULTANT have examined the such operation and pnor to Work and that it appears, to the best of the Substantial Completion of such part CONSULTANT's knowledge and belief, to of the Work, the CITY shall allow conform to the Contract Drawings, Specifications CONTRACTOR reasonable access and any approved Change Orders that the to complete or correct items on such CONTRACTOR's other obligations under the list and to complete other related Contract Documents have been fulfilled, and that Work CONSULTANT therefore recommend acceptance of the Work for ownership and Final 14 8 FINAL INSPECTION Payment to the CONTRACTOR However, it is 14 8 1 Upon written notice from the CONTRACTOR agreed by the CITY and the CONTRACTOR that that the entire Work or an agreed upon portion such statement by the CITY's CONSULTANT thereof is complete, CONSULTANT shall make a does not in any way relieve the CONTRACTOR final inspection with the CITY and from their responsibility to deliver a fully Boynton Beach Utilities — Central Seacrest Phase 1 GC - 43 completed job in a good and workmanlike Completion Walkthrough is to develop a condition, and does not render the preliminary punchlist ("Punchkst") of items to be CONSULTANT or the CITY liable for any faulty performed by the CONTRACTOR, based upon Work done or defective materials or equipment observations made jointly between the used by the CONTRACTOR CONTRACTOR, CONSULTANT and CITY during the Substantial Completion Walkthrough 14 10 2 The CONSULTANT shall then make a final Completion of the Work as defined by the estimate of the value of all Work done and shall Contract, again predicated upon the deduct all previous payments which have been CONTRACTOR's timely initiation of a request for made The CONSULTANT shall report such the Substantial Completion Walkthrough At its estimate to the CITY together with his/her option, CITY may conduct Substantial recommendation as to the acceptance of the Completion Walkthrough with its Field Inspector Work or his/her findings as to any defiaenaes and CONSULTANT therein After receipt and acceptance by the CITY of the properly executed Final Warranty of 1412 2 CONTRACTOR shall endeavor to address and Title and after approval of the CONSULTANT's complete as many items as possible noted on estimate and recommendation to the CITY, the the Punchlist either during the Substantial CITY shall make final payment to the Completion Walkthrough itself, or thereafter for a CONTRACTOR of the amount remaining after period of thirty (30) days from the date of the deducting all prior payments and all amounts to Substantial Completion Walkthrough be kept or retained under the provisions of the Contract Documents, or as may be lawfully 1412 3 No later than thirty (30) days following the retained, including but not limited to, Liquidated scheduled Substantial Completion Walkthrough, Damages, as applicable Title passes and CONTRACTOR shall again initiate and request a warranty begins at final acceptance second walkthrough of the Project with CITY The purpose of this second walkthrough is to 1410 3 All prior estimates are subject to correction in the identify which items remain to be performed from final estimate Thirty (30) days after approval by the Substantial Completion Walkthrough the CITY of the Application for Final Payment, Checklist and to supplement that list as the amount recommended by CONSULTANT necessary (based, for example, upon work which shall become due and shall be paid to the may have been damaged as a result of the CONTRACTOR CONTRACTOR's performance of completion of items contained on the Substantial Completion 1411 WAIVER OF CLAIMS Walkthrough Punchlist) and for the purpose of developing a joint Final Punchlist 1411 1 The making and acceptance of Final Payment shall constitute 1412 4 The intent of this section is for the CITY and the 1411 1 1 Waiver of all claims by CITY against CONTRACTOR to cooperate to develop a Final CONTRACTOR, except claims Punchlist to be completed no later than thirty (30) ansing from unsettled Liens from days from the date of reaching Substantial defective Work appeanng after final Completion of the construction services or as inspection, pursuant to Paragraph defined in the Contract Documents 14 8, Final Inspection, from failure to comply with the Contract Documents 14 12 5 In no event may the CONTRACTOR request or the terms of any special payment of final retainage under Flonda Statutes guarantees specified therein, or from § 218 735(7Xd) until the CONTRACTOR CONTRACTOR's continuing considers the Final Pundilist to be 100% obligations under the Contract complete, Documents or the Performance and Payment Bonds, and 1412 6 CONTRACTOR agrees to complete the Final 1411 1 2 Waiver of all claims by Punchlist items within thirty (30) days of the date CONTRACTOR against CITY other of its issuance by CITY than those previously made in writing and still unsettled at the time 14 12 7 CONTRACTOR acknowledges and agrees that of making an acceptance of Final no item contained on the Final Punchlist shall be Payment considered a warranty item until such time as the Final Punchlist is 100% complete 14 12 PUNCHLIST PROCEDURES 14 12 8 CONTRACTOR acknowledges and agrees that As per Flonda Statutes § 218 735(7)(a)(n), punchlist CITY may, at its option, during performance of procedures to render the Work complete, satisfactory and the Work and prior to Substantial Completion, acceptable are established as follows issue lists of identified non-conforming or 14 12 1 Within fifteen (15) days of Substantial corrective work for the CONTRACTOR to Completion of the construction services address The intent of any such CITY generated purchased as defined in the Contract, lists pnor to Substantial Completion is to attempt CONTRACTOR shall schedule a Substantial to streamline the Punchlist process upon Completion Walkthrough with CITY and achieving Substantial Completion, and to allow CONSULTANT The purpose of the Substantial for the CONTRACTOR to address needed areas Boynton Beach Utilities — Central Seacrest Phase 1 GC - 44 of corrective work as they may be observed by the total cost of the construction services as CITY during performance of the Work identified in the Contract, together with all costs associated with existing change orders and other 14 12 9 CONTRACTOR acknowledges and agrees that additions or modifications to the construction in calculating 150% of the amount which may be services provided for in the Contract withheld by CITY as to any Final Punchlist item for which a good faith basis exists as to it being 1413 4 After fifty (50 %) completion of the construction complete, as provided for by Florida Statutes § services purchased pursuant to the Contract, the 218 735(7)(d), CITY may include within such CONTRACTOR may elect to withhold retainage percentage calculation its total costs for for payments to its subcontractors at a rate completing such item of work, including its higher than five (5 %) percent The specific administrative costs as well as costs to address amount to be withheld must be determined on a other services needed or areas of work which case -by -case basis and must be based on the may be affected in order to achieve full CONTRACTOR's assessment of the completion of the Final Punchlist item Such subcontractor's past performance, the likelihood percentage shall in no event relate to the that such performance will continue, and the Schedule of Value associated with such work CONTRACTOR's ability to rely on other activity, but rather total costs are based upon the safeguards The CONTRACTOR shall notify value (i e cost) of completing such work activity the subcontractor, in writing, of its determination based upon market conditions at the time of to withhold more than five (5 %) of the progress Final Punchlist completion payment and the reasons for making that determination and the CONTRACTOR may not 14 13 REDUCTION OF RETAINAGE PROCEDURES request the release of such retained funds from the CITY 14 13 1 CONTRACTOR may request a reduction of retainage pursuant to Florida Statutes § 14 13 5 After fifty (50 %) percent completion of the 218 735(7)(d) The term "Fifty Percent construction services purchased pursuant to the Completion" as stated in Flonda Statutes § Contract, the CONTRACTOR may present to the 218 735(7)(8)(b) shall be defined as follows in CITY a payment request for up to one -half (1/2) lieu of any other definition of the retainage held by the CITY The CITY 1413 "Fifty Percent Completion" of the shall promptly make payment to the Work is defined as that point in time CONTRACTOR, unless the CITY has grounds, where 50% of the overall value of pursuant to paragraph (f), for withholding the Work items incorporated and which payment of retainage If the CITY makes shall remain in place subsequent to payment of retainage to the CONTRACTOR final completion of the Work have under the paragraph which is attributable to the been completed, based upon the labor, services or materials supplied by one or Schedule of Values contained in the more subcontractors or suppliers, the Contract As such, and by way of CONTRACTOR shall timely remit payment of example, the value of such retainage to those subcontractors and CONTRACTOR's mobilization, suppliers general conditions, supervision or like items which do not involve 1413 6 This section does not prohibit the CITY from permanent incorporation of Work, do withholding retainage at a rate less than ten not apply to the determination of (10 %) percent of each progress payment, from "Fifty Percent Completion" of the incrementally reducing the rate of retainage Work for purposes of establishing pursuant to a schedule provided for in the entitlement to a reduction of Contract, or from releasing at any point all or a retainage portion of any retainage withheld by the CITY 14 13 2 With regard to any contract for construction which is attributable to the labor, services, or services, the CITY may withhold from each matenals supplied by the CONTRACTOR or by progress payment made to the CONTRACTOR one or more subcontractors or suppliers If the an amount not exceeding ten (10 %) percent of CITY makes any payment of retainage to the the payment as retainage until fifty (50 %) CONTRACTOR which is attributable to the labor, completion of such services services, or materials supplies by one or more subcontractors or suppliers, the CONTRACTOR 14 13 3 After fifty (50 %) percent completion of the shall timely remit payment of such retainage to construction services, pursuant to the Contract, those subcontractors and suppliers the CITY must reduce to five (5 %) percent the amount of retainage withheld from each 14 13 7 This section does not require the CITY to pay or subsequent progress payment made to the release any amounts that are subject of a good CONTRACTOR For purposes of this faith dispute, the subject of a claim brought subsection, the term "Fifty (50 %) percent pursuant to Florida Statutes § 255 05 or completion" has the meaning set forth in the otherwise the subject of a claim or demand by Contract between local governmental entity and the CITY or CONTRACTOR the CONTRACTOR or, if not defined in the Contract, the point at which the local 14 13 8 The time limitations set forth in this section for governmental entity has expended fifty (50 %) of payment requests, apply to any payment request Boynton Beach Utilities — Central Seacrest Phase 1 GC - 45 for retainage made pursuant to this section equivalent or similar action by filing a petition or otherwise under any other 1413 9 Paragraphs 1413 2 through 14 13 6 do not federal or state law in effect at such apply to construction services purchased by the timing relating to CONTRACTOR's CITY which are paid for, in whole or in part, with bankruptcy or insolvency, federal funds and are subject to federal grantor 15 2 1 2 If a petition is filed against laws and regulations or requirements that are CONTRACTOR under any chapter contrary to any provision of the Local of the Bankruptcy Code (Title 11, Government Prompt Payment Act United States Code) as now or hereafter in effect at the time of 1413 10 This subsection does not apply to any filing, or if a petition is filed seeking construction services purchased by the CITY any such equivalent or similar relief if the total cost of the construction services against CONTRACTOR under any as identified in the contract is $200,000 or other federal or state law in effect at less. the time relating to CONTRACTOR's bankruptcy or insolvency, 14 13 11 All payments dues under this section and not 15 21 3 If CONTRACTOR makes a general made within the time penods specified by this assignment for the benefit of section shall bear interest at the rate of one (1 %) creditors, percent per month, or the rate specified by 15 21 4 If a trustee, receiver, custodian or contract, whichever is greater agent of CONTRACTOR is appointed under applicable law or ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION: under Contrac whose appointment or authority to take charge of property of CONTRACTOR is for the 15 1 CITY MAY SUSPEND /STOP WORK purpose of enforcing a Lien against such property or for the purpose of 15 1 1 THE CITY MAY SUSPEND WORK The CITY general administration of such may, at any time and without cause, suspend the property for the benefit of Work or any portion thereof for period of not CONTRACTOR's creditors, more than ninety (90) days by notice in wnting to 15 21 5 If CONTRACTOR admits in writing CONTRACTOR and CONSULTANT which shall an inability to pay the debts affix the date on which Work shall be resumed generally as they become due, CONTRACTOR shall resume the Work on the 15 2 1 6 If CONTRACTOR fails to perform date so affixed If CONTRACTOR claims an the Work in accordance with the increase in the Contract Price or an extension of Contract Documents (including but the Contract Time, or both, directly attributable to not hmited to, failure to supply any suspension, CONTRACTOR may make a sufficient skilled workers suitable dam as provided in Arbdes 11 (Change of materials or equipment or failure to Contract Price) and Article 12 (Change of adhere to the progress schedule Contract Time) of the General Conditions established under Paragraph 2 6 as revised from time to time), 15 1 2 THE CITY MAY STOP WORK The CITY or 15 21 7 If CONTRACTOR disregards any CITY's Representative may stop the Work or any federal, state or local laws and or portion thereof when it has been determined that regulations of any Local Public the CONTRACTOR is not complying with the Agency regulations that apply Drawings or Specifications or the intent thereof 15 21 8 If CONTRACTOR disregards the The Stop Work order may be verbal and the authority of CONSULTANT, or CONTRACTOR shall cease work immediately 15 2 1 9 If CONTRACTOR otherwise violates except for leaving the Work area in a safe and any provisions of the Contract acceptable condition A verbal Stop Work order Documents, shall be followed by a confirmation in writing 15 21 10 In the event of termination, the CITY The CONTRACTOR shall not be allowed an may take possession of the increase in the Contract Price or an extension of premises and all materials, tools, the Contract lime dunng the Stop Work period and appliances, thereon and finish A Start Work order may be verbal and shall be the Work by whatever method it may followed by a confirmation in wnbng deem expedient In such cases, the CONTRACTOR shall only be 15 2 CITY MAY TERMINATE FOR CAUSE entitled to receive payment for Work satisfactorily completed poor to the 15 2 1 Upon the occurrence of any one or more of the termination date, subject to any following events setoffs due the CITY in completing 15 2 1 1 If CONTRACTOR commences a the Project and for reimbursement voluntary case under any chapter of for damages incurred The CITY the Bankruptcy Code (Title 11, may take possession of and use any United States Code), as now or materials, plant, tools, equipment, hereafter in effect, or if and property of any kind furnished CONTRACTOR takes any by CONTRACTOR to complete the Boynton Beach Utilities — Central Seacrest Phase 1 GC - 46 Work In such case CONTRACTOR notice to the CONTRACTOR, and in such event, shall not be entitled to receive any the CITY shall pay the CONTRACTOR for that further payment until the Work is portion of the Contract Sum, less the aggregate finished If the expense incurred by of previous payments, allocable to the Work the CITY to finish the Work completed as of the Date of Termination, plus (including additional managenal and reasonable termination expenses The CITY administrative services, plus the also shall reimburse the CONTRACTOR for all CITY's direct, indirect and costs necessanly incurred for organizing and consequential losses), exceeds the carrying out the stoppage of Work paid directly to unpaid balance on the Contract, the the CONTRACTOR, not including overhead, CONTRACTOR or Surety shall pay general expenses or profit The CITY shall not the difference to the CITY promptly be responsible to reimburse the CONTRACTOR upon demand The expense for any continuing contractual commitments to incurred through the subcontractors or matenalmen or for penalties or CONTRACTOR's default, shall be damages for canceling such contractual certified by the CITY's Project commitments, (with the exception that the CITY Manager The CONTRACTOR shall shall reimburse the CONTRACTOR for major be responsible for both liquidated matenals or equipment purchased before damages attnbutable to delay and termination, if the CONTRACTOR can show for excess completion costs The proof of such purchases pnor to notice of liability of the CONTRACTOR and its termination) inasmuch as the CONTRACTOR surety or sureties for such damages shall make all subcontracts and other and costs is joint and several The commitments subject to this provision In the obligations of the CONTRACTOR event of termination by the CITY, the CITY may and their surety with respect to the require the CONTRACTOR promptly to assign to warranty and maintenance shall it, all or some subcontracts, construction, plants, remain in full force and effect for the matenals tools, equipment, appliances, rental portion of the Work completed by the agreements, and other commitments which the CONTRACTOR and shall not expire CITY, in its sole discretion, chooses to take by until the expiration of the prescnbed assignment, and in such event the time period measured from the final CONTRACTOR shall promptly execute and acceptance of the Project in its deliver to the CITY wntten assignments of the entirety These clauses shall survive same the termination of this CONTRACT If the CITY makes a determination 15 4 REMOVAL OF EQUIPMENT DUE TO TERMINATION pursuant to this Contract to hold the CONTRACTOR in default and 15 41 Removal of Equipment In the case of terminate the Contract for cause and termination of this Contract before completion, it is subsequently determined that for any cause whatever, the CONTRACTOR, if any such determination was notified to do so by the CITY or CITY's Project improper, unwarranted, or wrongful, Manager, shall promptly remove any part of all of then any such termination shall be this equipment and supplies from the property of deemed for all purposes as a the CITY Should the CONTRACTOR not termination without cause as remove such equipment and supplies, the CITY descnbed below The shall have the nght to remove them at the CONTRACTOR agrees that it shall expense of the CONTRACTOR Equipment and be entitled to no damages, supplies shall not be construed to include such allowances or expenses of any kind items for which the CONTRACTOR has been other than as provided in this paid in whole or in part Agreement in connection with such termination, any and all claims for 15 5 CONTRACTOR MAY STOP WORK OR TERMINATE consequential damages, loss of bonding capability, destruction of 15 5 1 If, through no act or fault of CONTRACTOR, the business, unabsorbed home office Work is suspended for a penod of more than overhead, lost profit and related ninety (90) days by the CITY, or under an order claims of court or other public authority, or CONSULTANT fails to act on any Application of 15 2 2 Where CONTRACTOR's services have been Payment within thirty (30) days after it is terminated by the CITY, the termination shall not submitted, or the CITY fails to pay any sum affect any nghts or remedies of the CITY against finally determined to be due within sixty (60) CONTRACTOR then existing or which may days to CONTRACTOR, CONTRACTOR may thereafter accrue Any retention or payment of upon CITY's and CONSULTANT'S receipt of monies due CONTRACTOR by the CITY shall seven (7) days wntten notice to the CITY and not release CONTRACTOR from liability CONSULTANT, terminate the Contract and the CITY shall pay the CONTRACTOR for that 15 3 CITY MAY TERMINATE WITHOUT CAUSE portion of the Contract Sum, less the aggregate 15 31 The CITY may terminate this Contract without of previous payments, allocable to the Work cause by giving seven (7) days pnor written completed as of the Date of Termination The Boynton Beach Utilities — Central Seacrest Phase 1 GC - 47 CITY shall not be responsible to reimburse the extent allowed by law, the mediation process CONTRACTOR for any continuing contractual shall be confidential and the results of the commitments for canceling such contractual mediation or any testimony or argument commitments inasmuch as the CONTRACTOR introduced at the mediation shall not be shall make all subcontracts and other admissible as evidence in any subsequent commitments subject to this provision The CITY proceeding concerning the disputed issue may require the CONTRACTOR to promptly assign CITY all or some subcontracts, ARTICLE 17 — MISCELLANEOUS: construction, plant, matenals, tools, equipment, appliances, rental agreements, and any other commitments which the CITY, in its sole 17 1 GIVING NOTICE discretion, chooses to take by assignment, and in such event, the CONTRACTOR shall promptly 171 1 All notices, requests, consents and other execute and deliver to the CITY wntten communications required or permitted under this assignments of the same In addition and in lieu Contract shall be in wnbng and shall be (as of terminating the Contract, if CONSULTANT elected by the person giving such notice) hand has failed to act on an Application for Payment or delivered by messenger or couner service, or the CITY has failed to make any payment as mailed by registered or certified mail (postage aforesaid, CONTRACTOR may upon seven (7) prepaid) return receipt requested, addressed to days wntten notice to the CITY and CONSULTANT, stop the Work until payment of To CITY all amount becomes due The provisions of this User Department paragraph shall not relieve the CONTRACTOR 100 E Boynton Beach Boulevard of the obligations under Paragraph 6 24 — Boynton Beach, Flonda 33425 Continuing the Work, to carry on the Work in accordance with the progress schedule and WITH A COPY TO without delay dunng disputes and disagreements Director of Financial Services with the CITY or CONSULTANT Procurement Services Division 100 E Boynton Beach Boulevard ARTICLE 16 - DISPUTE RESOLUTION Boynton Beach, Flonda 33425 CONTRACTOR 16 1 GOOD FAITH EFFORT Individual or to a member of the firm or to an officer of the corporation for whom it is intended 161 1 Any disputes relating to interpretation of the terms of this Contract or a question or fact ansing 17 2 COMPUTATION OF TIME under this Contract, shall be resolved through good faith efforts upon the part of the 17 21 When any penod of time is referred to in the CONTRACTOR and the CITY or CITY's Project Contract Documents by days, it shall be Manager At all times, the CONTRACTOR shall computed to exclude the first and include the last carry on the Work and maintain its progress day of such period If the last day of any such schedule in accordance with the requirements of penod falls on a Saturday or Sunday or on a the Contract and the determination of the CITY federal or state legal holiday, such day shall be or its representatives, pending a final resolution omitted from the computation of the dispute, including, if necessary, any determination by a Court of competent 17 3 NOTICE OF CLAIM jurisdiction Any dispute which is not resolved by mutual agreement of CONTRACTOR and 17 3 1 Should CITY or CONTRACTOR suffer injury or CITY's or CITY's Project Manager shall be damage to person or property because of any decided by the CITY MANAGER or CITY error, omission or act of the other party or of any MANAGER's designee who shall reduce the of the other party's employees or agents or decision to writing The decision of the CITY others for whose acts the other party is legally MANAGER or CITY MANAGER's designee shall liable, claim shall be made in wnbng to the other be final and conclusive unless determined by a party within seven (7) calendar days of the first court of competent junsdiction to be fraudulent, observance of such injury or damage The capricious, arbitrary, so grossly erroneous as to provisions of this Paragraph 17 3 shall not be necessanly imply bad faith, or not be supported construed as a substitute for a waiver of the by substantial evidence provisions of any applicable statute of limitations or repose or an actual waiver of the provisions 16 2 MEDIATION 16 21 Prior to initialing any litigation concerning this 17 4 CULMULATIVE REMEDIES Contract, the CITY reserves the nght to submit the disputed issue or issues to a mediator for 17 41 The duties and obligations imposed by these non - binding mediation The parties shall agree General Conditions and the rights and remedies on a mediator chosen from a list of certified available hereunder to the parties hereto, and, in mediators available from the Clerk of Court for particular but without limitation, the warranties, Palm Beach County The fee of the mediator guarantees and obligations imposed upon shall be shared equally by the parties To the CONTRACTOR by Sections 6 — Contractor's Boynton Beach Utilities — Central Seacrest Phase 1 GC - 48 Responsibilities, Section 13 — Test and Representative to be disorderly, intoxicated, Inspections, Correction, Removal or Acceptance insubordinate, or incompetent, shall upon the of Defective Work, Section 14 — Payments to order of the CITY, be discharged at once and will Contractor and Completion, and Section 15 — no longer be employed in any part of the Work Suspension of Work and Termination, and all of Any interference with, or abuse or threatening the nghts and remedies available to the CITY conduct toward the CITY, CONSULTANT, or and CONSULTANT thereunder, are in addition their inspectors by the CONTRACTOR or its to and are not to be construed in any way as a employees or agents, shall be authonty for the limitation of, any rights and remedies available to CITY to annul the Contract and re-let the Project any or all duties and obligations which are No intoxicating substance shall be allowed at otherwise imposed or available by federal, state the Project Site and local laws or regulations, by special warranty or guarantee or by any other provisions of this 17 8 NON- DISCRIMINATION paragraph shall be as effective as if repeated specifically in the Contract Documents, and the 17 8 1 The CONTRACTOR shall not discriminate provisions of this paragraph shall be as effective against employees or applicants for employment as if stated specifically in the Contract because of race, creed, color, religion, sex, age, Documents in connection with each particular handicapped status, disabilities, or national duty obligation, right and remedy All ongin Such action shall include but not be representations warranties and guarantees limited to the following employment, upgrading, made in the Contract Documents shall survive demotion or transfer, recruitment advertising, final payment and termination of completion of layoff or termination, rates of pay or other form of the Contract compensation, and selection for training including apprenticeship The CONTRACTOR 17 5 ACCIDENT AND PREVENTION agrees to post in conspicuous places, available to employees and applicants for employment, 17 5 1 The safety provisions of applicable laws and notices setting forth the provisions of this non - building and construction codes shall be discnmination clause These provisions apply to observed and the CONTRACTOR shall take or all subcontractors and CONTRACTOR is cause to be taken such additional safety and responsible for the subcontractor compliance health measures as the Local Public Agency involved may determine to be reasonably 17 9 DRUG -FEE WORKPLACE necessary Machinery, equipment and all hazards shall be guarded in accordance with the 17 9 1 The CITY requires all prospective safety provisions of the "Manual of Accident CONTRACTORS to maintain a Drug -Free Prevention in Construction" as published by the Workplace and have their Drug -Free Workplace Associated General Contractors of America, Inc policy posted in their offices and available for to the extent that such provisions are not in inspection by the CITY conflict with applicable laws The CONTRACTOR shall maintain an accurate 17 10 PUBLIC ENTITY CRIMES record of all cases of death, occupational diseases, or injury requinng medical attention or 17 101 Pursuant to Florida Statutes § 287 133, as causing loss of time from Work, arising out of amended, a person or affiliate who has been and in the course of employment on Work under placed on the convicted vendor list following a the Contract The CONTRACTOR shall conviction for a public entity crime may not promptly furnish the local public agency with submit a Bid on a contract to provide any goods reports concerning these matters or services to a public entity, may not submit a Bid on a contract with a public entity for the 17 6 FLORIDA PRODUCTS AND LABOR construction or repair of a public building or public work, may not submit Bids on leases of 17 6 1 The CONTRACTOR shall comply with Flonda real property to a public entity, may not be Statutes § 255 04, which requires that on public awarded to perform work as a contractor, building contracts, Flonda products and labor supplier, subcontractor, or consultant under a shall be used whenever pnce and quality are contract with any public entity in excess of the equal threshold amount provided in Florida Statutes § 287 017 for CATEGORY TWO or higher for a 17 7 EMPLOYEES period of thirty -six (36) months from the date of being placed on the convicted vendor list 17 7 1 All labor descnbed in these specifications or indicated on the Drawings and the Work 1711 ASSIGNMENT specified or indicated shall be executed in a thoroughly substantial and workmanlike manner 17 11 1 This Contract nor any monies due hereunder, or by mechanics skilled in the applicable trades any part thereof, shall not be assigned or transferred by CONTRACTOR without wntten 17 7 2 Any person employed on the Project who fails, consent of the party sought to be bound The refuses, or neglects to obey the instructions of CITY shall not be liable to any assignee or the CONTRACTOR in anything relating to this transferee of the Contract or any monies due Project, or who appears to the CITY or CITY's hereunder without the previous written consent Boynton Beach Utilities — Central Seacrest Phase 1 GC - 49 of the CITY, to the assignment or transfer The 17 16 2 "Firearm" means any weapon (including a starter CITY shall not release or discharge gun or antique firearm) which is designed to, or CONTRACTOR from any obligation hereunder may readily be converted to expel a projectile by The CITY shall not approve an assignment or the action of an explosive, the frame of receiver transfer unless the Surety on the Contract of any such weapon, any destructive device, or Performance and Payment Bonds has informed any machine gun the CITY in writing that it consents to the assignment or transfer 1716 3 No person who has a firearm in their vehicle may park their vehicle on CITY premises 17 12 VENUE 17 16 4 If any employee of CONTRACTOR or Sub- 17 12 1 This Contract shall be interpreted as a whole unit Contractor is found to have brought a firearm on and section headings are for convenience only CITY property, such employee must be All interpretations shall be governed by the laws terminated from the Project by the of the State of Florida with venue lying in Palm CONTRACTOR or Sub - Contractor If the Sub - Beach County, Florida Contractor fails to terminate such employee, the Sub - Contractor's agreement with the 1713 FUNDING OUT CONTRACTOR for the CITY project shall be terminated If the CONTRACTOR fails to 1713 1 It is necessary that fiscal funding out provisions terminate such employee or fails to terminate the be included in all Bids in which the terms are for agreement with the Sub - Contractor who fails to periods longer than one year Therefore, the terminate such employee, the CONTRACTOR's following funding out provisions are an integral agreement with the CITY shall be terminated part of this Invitation to Bid and CONTRACTOR agrees that 1717 PRODUCT RECALL 1713 2 The CITY dunng the contract period may 17 171 In the event the CONTRACTOR receives notice terminate or discontinue the items covered in this that a product delivered by the CONTRACTOR Bid for lack of appropriated funds upon the same to the CITY has been recalled, seized, or terms and conditions embargoed, and /or has been determined misbranded, adulterated, or found to be unfit for 17 13 3 Such prior wntten notice shall state that the lack human consumption by a packer, processor, of appropnated funds is the reason for subcontractor, retailer, manufacturer, or by any termination state or federal regulatory agency, the CONTRACTOR shall notify the CITY's 17 14 CITY's PURCHASING CARD Procurement Services Division within two (2) business days of receiving such notice The 17 14 1 The CITY has authorized use of a Purchasing CITY's acceptance or failure to reject the Card to expedite small dollar purchases for affected product as non - conforming shall not in materials, supplies and other items needed for any way impact, negate, or diminish the daily operations CONTRACTOR's duty to notify the CITY, CONSULTANT and CITY's Procurement 17 14 2 The CITY reserves the right to use the Services Division that the affected product has Purchasing Cards as an optional payment been recalled, seized or embargoed, and /or has method to pay invoices for the project Work been determined to be misbranded, adulterated, submitted by the CONTRACTOR or found to be unfit for human consumption The form and content of such notice to the CITY shall 1715 DEBARMENT include the name and description of the affected product, the approximate date the affected 17 151 The CITY shall have the authonty to debar a product was delivered to the CITY, the bid person /corporation /contractor for cause for number, and relevant information relating to the consideration of award of future contacts The proper handhng of the affected product and /or debarment shall be for a period commensurate proper disposition of the affected product by the with the seriousness of the causes, generally CITY, if necessary to protect the health, welfare, not to exceed three (3) years When the and safety of CITY employees, and any health offense is willful or blatant, a longer term of hazards known to the CONTRACTOR which debarment may be imposed, up to an indefinite may be caused or created by the affected period product 1716 REQUIREMENTS FOR PERSONNEL ENTERING CITY 17 17 2 The CONTRACTOR shall, at the option of the PROPERTY CITY's Procurement Services Division, either reimburse the purchase once or provide an 17 16 1 Possession of firearms shall not be tolerated in equivalent replacement product at no additional or near CITY buildings Nor shall violation of cost to the CITY The CONTRACTOR shall be Federal, State and local laws and polices responsible for removal and /or replacement of regarding Drug -Free Workplace be tolerated the affected product within the time specified by Violators shall be subject to immediate the CITY, without causing significant termination inconvenience to the CITY Boynton Beach Utilities — Central Seacrest Phase 1 GC - 50 17 17 3 At the option of the CITY, the CONTRACTOR 17 21 1 Referenced Standards Any reference to may be required to reimburse storage, disposal published specifications or standards of any and /or handling fees to be calculated from time organization or association shall comply with the of delivery and acceptance to actual removal or requirements of the specifications or standards disposal The CONTRACTOR shall bear all which is current on the date of Advertisement of costs associated with the removal and proper Bids In case of a conflict between the disposal of the affected product The failure to referenced specifications or standards, the one reimburse the purchase pnce and storage and /or having the more stringent requirement shall handling fees or to removal and /or replace the govern affected product with an equivalent replacement within the time specified by the CITY, without 17 21 2 In case of conflict between the referenced causing significant inconvenience to the CITY specifications or standards and the Contract shall be considered a default of the Contract Documents, the Contract Documents shall govern 17 18 RIGHTS TO BID DOCUMENTS 17 21 3 ABBREVIATIONS 17 18 1 All copies and contents of any proposal, attachment, and explanation thereof submitted in M Aluminum Association response to this Invitation to Bid (except AAA American Arbitration Association copyright material), shall become the property of AABC Associated Air Balance Council the CITY of Boynton Beach The CITY reserves AAMA Architectural Aluminum Manufacturer's the right to use, at its discretion, and in any Assoc manner it deems appropriate, any concept, idea, AASHO The Amencan Association of State technique or suggestion contained therein All Highway Officials copyright and mdustnal/commeraal propnetary, ABA Amencan Bar Association confidential and/or pnvileged information such as ABMA Amencan Boiler Manufacturer's financial records, must be dearly identified, as Association such confidentiality is protected until award of ABPA Acoustical and Board Products contract, in accordance with Florida Statutes, Association Chapter 119 Such matenal shall be returned to ACI Amencan Concrete Institute the Bidders pnor to award of contract so as to ACPA American Concrete Pipe Association preserve the proprietary and confidential nature AEIC Association of Edison Illuminating of its contents Companies AF BMA Anti- Friction Bearing Manufacturer's 1719 SEVERAB1L1TY Assoc AGA American Gas Association 17 19 1 Indulgence by the CITY on any non - compliance AGC Associated General Contractors of by the CONTRACTOR does not constitute a Amenca waiver of any rights under this Invitation to Bid If AGMA American Gear Manufacturer's any term or provision of this Bid or resulting Association Contract, or the application thereof to any person AHA American Hardboard Association or circumstances shall to any extent be held Al The Asphalt Institute invalid or unenforceable, the remainder of this AIA American Institute of Architects Bid or Contract, or the application of such terms AIA American Insurance Association or provisions to persons or circumstances other AIEE American Institute of Electrical Engineers than those as to which it is held invalid or (Now IEEE) unenforceable, shall not be affected, and every AIMA Acoustical and Insulating Materials other term provision of this Bid/Contract shall be Association deemed valid and enforceable to the extent AISC American Institute of Steel Construction permitted by law AISI American Iron and Steel Institute AITC American Institute of Timber Construction 17 20 VERIFICATION OF EMPLOYMENT STATUS AMCA Air Moving and Condition Association ANSI American National Standard Institute 17 20 1 The CITY shall not intentionally award publicly- APA American Plywood Association funded contracts to any contractor who API American Petroleum Institute knowingly employs unauthorized immigrant APWA Amencan Public Works Association workers, constituting a violation of the AREA American Railway Engineering employment provisions contained in U S C Association Section 1324a(e) (Section274A9e) of the ARI American Refrigeration Institution Immigration and Nationality Act (INA) The CITY ASA American Standards Association (Now shall consider the employment by any contractor ANSI) of unauthorized aliens a violation by the recipient ASAHC American Society of Architectural of the employment provisions contained in Hardware Consultants Section 274A(e) of the INA shall be grounds for ASCE American Society of Civil Engineers unilateral cancellation of this Agreement by the ASHRAE Amencan Society of Heating, CITY Refngeration and Air Conditioning Engineers 17 21 ABBREVIATIONS AND SYMBOLS ASME American Society of Mechanical Boynton Beach Utilities — Central Seacrest Phase 1 GC - 51 Engineers NEMA National Electrical Manufacturer's ASSCBC American Standard Safety Code for Association Building Construction NFPA National Fire Protection Association ASSHTO American Association of State Highway NLA National Lime Association Transportation Officials NPC National Plumbing Code ASTM American Society for Testing and NPT National Pipe Threads Matenals NSC National Safety Council AWG American Wire Gauge NSF National Sanitation Foundation AWI Architectural Woodwork Institute OD Outside Diameter AWPA American Wood Preserver's Association OSHA U S Department of Labor, Occupational AWPB Amencan Wood Preserver's Bureau Safety and Health Administration AWS Amencan Welding Society PCA Portland Cement Association AWWA American Water Works Association PCI Pre - stressed Concrete Institute BHMA Builders Hardware Manufacturer's PS United States Products Standards Association PSI Pounds per Square Inch BIA Brick Institute of America (Formerly, SCPI) PSIA Pounds per Square Inch Atmosphere CDA Copper Development Association PSIG Pounds per Square Inch Gauge CFS Cubic Feet Per Second SAE Society of Automotive Engineers CMAA Crane Manufacturers Association of SDI Steel Decks Institute America SFWMD South Flonda Water Management District CRSI Concrete Reinforcement Steel Institute SIGMA Sealed Insulating Glass Manufacturer's CS Commercial Standard Association DHI Door and Hardware Institute SJI Steel Joists Institute DIPRA Ductile Iron Pipe Association SMACNA Sheet Metal and Air Conditioning DOT Spec Standard Specification for Road and Contractor's National Association Bridge Construction, Flonda Department SSI Scaffolding and Shoring Institute of Transportation SSPC Steel Structures Painting Council E/A Engineer and /or Architect SSPC Structural Steel Painting Council EDA Economic Development Association STA Station (100 feet) EEI Edison Electnc Institute TAS Technical Aid Series EPA Environmental Protection Agency TCA The Council America FCI Fluid Control Institute TDH Total Dynamic Head FEC Florida East -Coast Railway TH Total Head FDER Flonda Department of Environmental UBC Uniform Building Code Regulation UL Underwriter's Laboratories, Inc FDOT Florida Department of Transportation USACE United States Army Corps of Engineers Fed Spec Federal Specification USASI United States of American Standards FPL Florida Power and Light Institute FPS Feet Per Second FS Federal Standards 17 214 GENERAL ABBREVIATIONS AND ACRONYMS GA Gypsum Association GPM Gallons Per Minute ACR Attenuation -to- Crosstalk Ration HMI Hoist Manufacturer's Institute ADA Americans with Disabilities Act HP Horsepower AFF Above finished floor HSBII Hartford Steam Boiler Inspection and ANSI American National Standards Institute Insurance Co ASTM American Society for Testing and Materials (ASTM ID Inside Diameter International) IEEE Institute of Electrical and Electronic AWG American Wire Gauge Engineers BD Building distributor (replacing main -cross connect and IFI Industrial Fasteners Institute MDF as "building service" (room identifiers) IPCEA Insulated Power Cable Engineers BICSI® Building Industry Consulting Service International, Inc Association BTU British Thermal Unit IPS Iron Pipe Size CATV Community Antenna Television (Cable Television) LWDD Lake Worth Drainage District CD Campus distributor (replacing main -cross connect and MF Factory Mutual System MDF as "campus -wide service" room identifiers) Also, MGD Million Gallons Per Day compact disk for storage of audio or video information MHI Materials Handling Institute dB Decibel MIL Military Specifications EMT Electrical metallic tubing MMA Monorail Manufacturer's Association ENT Electrical non - metallic tubing NBFU National Board of Fire Underwriters EDPM Ethylene - polypropylene -diene membrane NBHA National Builders' Hardware Association EF Entrance facility NBS National Bureau of Standards EIA Electronic Industries Alliance NCSA National Crushed Stone Association ELFEXT Equal Level Far End Crosswalk NCSPA National Corrugated Steel Pipe EMC Electromagnetic Compatibility Association EMI Electromagnetic Inference NEC National Electrical Code ER Equipment Room, Replacing "TR" NECA National Electrical Contractors' FMC Flexible metallic conduit Association FCC Federal Communications Commission Boynton Beach Utilities — Central Seacrest Phase 1 GC - 52 FD Floor Distributor (replacing network room, intermediate and honzontal cross- connect, and telecommunications as "building service" room identifiers) Also, Floor Drain as part of building plumbing system FDDI Fiber Distnbution Data Interface FEXT Far -End Crosstalk FOTP Fiber Optic Test Procedure Freq Frequency GE Ground equalizer (replacing TBBIBC) Gnd Ground HB Handbox, also hose bibb for water supply part of plumbing system HC Honzontal Cross-Connect (replaced by floor distnbutor "FD ") HH Handhole HVAC Heating, Ventilation, and Air - Conditioning Hz Hertz IC Intermediate Cross- Connect (replaced by "BD" or "FD" IEEE Institute of Electrical and Electronics Engineers IMC Intermediate metal conduit ISO International Organization for Standardization ISP Inside Cable Plant LFMC Liquidtight flexible metal conduit LFNC Ligwdbght flexible non - metallic conduit Mbps Megabits per second MC Main Cross-Connect (replaced by campus distributor "CD ") MDF Main Distributor Frame (replaced by "CD" or "BD ") MER Main Equipment Room MH Maintenance Hole MHz Megahertz NBR Acrylonitnle-butadiene rubber NEC National Electric Safety Code, C2 -1997 NFPA National Fire Protection Association NDPES National Pollutant Discharge Elimination Systems NR Network Room OSHA Occupational Safety and Health Administration OCP Outside Cable Plant OTDR Optical Time Domain Reflectometer PR Pair RCDD® Registered Communications Distribution Designer RFI Radio Frequency Interference RH Relative Humidity RNC Rigid nonmetallic conduit SM Single Mode TBB Telecommunication Bonding Backbone TBBIBC Telecommunication Bonding Backbone Interconnecting Bonding Conductor (replaced by ground equalizer "GE ") TE Telephone Equipment (Wall Mounted Equipment Rack) TGB Telecommunications Grounding Buss Bar TIA Telecommunications Industry Association TMGB Telecommunications Main Grounding Buss Bar TR Telecommunications Room (being replaced with "ER ") UL Underwnters Laboratory UPS Uninterruptible Power Supply WAO Work Area Outlet 17 21 5 UNITS OF MEASURE Weights and Measures shall be identified by Weights and Measures Division, NIST , U S Department of Commerce, 100 Bureau Dnve, Stop 2600, Gaithersburg, MD 20899 -26 END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 GC - 53 SPECIAL CONDITIONS - TABLE OF CONTENTS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS SC01000 General Requirements SC01010 Summary of Project SC01025 Measurement and Payment SC01027 Applications for Payments SC01041 Project Coordination SC01050 Field Engineering SC01065 Permits and Fees SC01070 Abbreviations and Symbols SC01091 Reference Specifications SC01100 Special Project Procedures SC01110 Environmental Protection Procedures SC01153 Change Order Procedures SC01200 Project Meetings SC01310 Progress Schedules SC01340 Shop Drawings, Work Drawings, and Samples SC01370 Schedule of Values SC01380 Construction Photographs SC01390 Video and Photographic Site Survey SC01400 Quality Requirements SC01410 Testing Laboratory Services SC01500 Temporary Facilities SC01505 Mobilization SC01525 Construction Aids SC01530 Barriers SC01540 Security and Safety Procedures for Infrastructure Projects SC01541 Security and Safety Procedures for Water Treatment Plant Projects SC01568 Temporary Erosion and Sedimentation Control SC01570 Maintenance of Traffic SC01580 Project Identification and Signs SC01600 Material and Equipment SC01630 Substitutions and Product Options SC01650 Start Up SC01700 Contract Closeout SC01705 Record Drawings Requirements SC01710 Cleaning SC01720 Project Record Documents SC01730 Operating and Maintenance Data SC01740 Warranties and Bonds SC01800 Miscellaneous Work and Clean up END OF SECTION ( Y SECTION 01000 - GENERAL REQUIREMENTS PART 1 - GENERAL (3) parts General, Products and Execution The General part of a Specification contains 101 DESCRIPTION General Requirements which govern the work Products and Execution Parts modify A Scope of Work The work to be done and supplement the General Requirements consists of the furnishing of all labor, by detailed requirements for the work and materials and equipment, and the shall always govern whenever there appears performance of all work included in this to be a conflict Contract The summary of the Work is presented in Section SC01010 Summary of B Intent Project 1 Work not specified in the Specifications, but B Work Included involved in carrying out their intent or in the complete and proper execution of the work, 1 The Contractor shall furnish all labor, is required and shall be performed by the superintendence, materials, plant Contractor as though it were specifically power, light, heat, fuel, water, tools, delineated or described appliances, equipment, supplies, and means of construction necessary for 2 The silence of the Specifications as to any proper performance and completion of detail, or the omission from them of a the work The Contractor shall perform detailed description concerning any work to and complete the work in the manner be done and matenals to be furnished, shall best calculated to promote rapid be regarded as meaning that only the best construction consistent with safety of life general practice is to prevail and that only and property and to the satisfaction of material and workmanship of the best quality the Consultant, and in stnct accordance is to be used, the interpretation of these with the Contract Documents The Specifications shall be made upon that basis Contractor shall clean up the work and maintain it during and after construction, 1 03 MATERIALS AND EQUIPMENT until accepted, and shall do all work and pay all costs incidental thereto. The A Manufacturer CONTRACTOR shall repair or restore all structures and property that may be 1 All transactions with the manufacturers or damaged or disturbed during subcontractors shall be through the performance of the work Contractor 2 The cost of incidental work described in 2 Any two (2) or more pieces of matenal or these Contract Requirements, for which equipment of the same kind, type or there are no specific Contract Items, classification, and being used for identical shall be considered as part of the types of service, shall be made by the same general cost of doing the work and shall manufacturer be included in the prices for the various Contract Items No additional payment B Delivery will be made aforementioned incidental work 1 The Contractor shall deliver materials in ample quantities to insure the most speedy 3 The Contractor shall provide and and uninterrupted progress of the work so as maintain such modern plant, tools, and to complete the work within the allotted time equipment as may be necessary, in the opinion of the Consultant, to perform in 2. The Contractor shall also coordinate a satisfactory and acceptable manner delivenes in order to avoid delay in, or all the work required by this Contract impediment of, the progress of the work of Only equipment of established any related Contractor reputation and proven efficiency shall be used The Contractor shall be solely 1 04 INSPECTION AND TESTING responsible for the adequacy of its workmanship, materials, and A General equipment 1 For tests specified to be made by the 1 02 CONTRACT DOCUMENTS Contractor, the testing personnel shall make the necessary inspections and A The Technical Specifications consist of three tests and the reports thereof shall be in Boynton Beach Utilities — Central Seacrest Phase 1 SC01000 -1 GENERAL REQUIREMENTS such form as will facilitate checking to instruments and shall make start-up tests of determine compliance with the Contract equipment Documents Five (5) copies of the reports shall be submitted and 2 If the start-up tests disclose any equipment authoritative certification thereof must furnished under this Contract which does not be furnished to the Consultant as a comply with the requirements of the Contract prerequisite for the acceptance of any Documents, the Contractor shall, prior to material or equipment demonstration tests, make all changes, adjustments and replacements required The 2 If, in the making of any test of any furnishing Contractor shall assist in the start- material or equipment, it is ascertained up tests as applicable by the Consultant that the matenal or equipment does not comply with the 1 05 CARE AND PROTECTION OF PROPERTY Contract Documents, the Contractor will be notified thereof and he will be The Contractor shall be responsible for the directed to refrain from delivering said preservation of all public and private property, and matenal or equipment, or to remove it shall use every precaution necessary to prevent promptly from the site or from the work damage thereto If any direct or indirect damage and replace it with acceptable material, is done to public or private property by or on without cost to the CITY account of any act, omission, neglect, or misconduct in the execution of the work on the 3 Tests of electrical and mechanical part of the Contractor, such property shall be equipment and appliances shall be restored by the contractor, at his expense, to a conducted in accordance with the condition similar or equal to that existing before recognized federal, state and local law the damage was done, or he shall make good the test codes and manufacturer damage in other manner acceptable to the recommendation Consultant B Costs 1 06 MEASUREMENT AND PAYMENT 1 All inspection and testing of matenals Payments will be made on completion of each furnished under this Contract will be provided phase of the Work and acceptance by the CITY by the Contractor, unless otherwise expressly shall be made pursuant to this Contract specified 2 Materials and equipment submitted by the PART 2 - PRODUCTS (NOT USED) Contractor as the equivalent to those specifically named in the Contract may be PART 3 - EXECUTION (NOT USED) tested by the CITY for compliance The Contractor shall reimburse the CITY for the expenditures incurred in making such tests of END OF SECTION materials and equipment which are rejected for non - compliance C Certificate of Manufacture 1 Contractor shall furnish Consultant authoritative evidence in the form of Certificate of Manufacture that the materials to be used in the work have been manufactured and tested in conformity with the Contract Documents upon Project completion 2 These certificates shall be notarized and shall include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer D Start-up Tests 1 As soon as conditions permit, the Contractor shall furnish all labor, materials, and Boynton Beach Utilities — Central Seacrest Phase 1 SC01000 -2 GENERAL REQUIREMENTS SECTION 01010 - SUMMARY OF PROJECT PART 1 - GENERAL Payment Procedures 1 01 WORK COVERED BY CONTRACT 1 04 CONTRACTOR'S USE OF SITE/PREMISES DOCUMENTS /REQUIREMENTS INCLUDED A Contractor shall limit their use of the A The work under this project consists of water premises for Work and storage, to the areas main replacement, stormwater system designated upgrades including new exfiltration trench, pavement overlay and miscellaneous B Coordinate use of premise under direction of upgrades to driveway aprons and sidewalks CITY and /or Consultant The CITY of Boynton Beach is seeking the services of a qualified Contractor to perform C Assume full responsibility for the protection the work described by these Contract and safekeeping of Products under this Documents Contract, stored on the site B Omission of a specific item or component of D Move any stored Products, under a system obviously necessary for the proper Contractor's control, which interfere with functioning of the equipment or system shall operations of the CITY, other contractors or not relieve the Contractor of the responsibility the general public of furnishing the item as part of the work at no additional expense to the Owner 1 05 SAFETY AND OSHA COMPLIANCE C Except as specifically noted elsewhere, A The Contractor shall comply in all respects Contractor(s) shall provide and pay for all with all Federal, State and Local safety and labor, matenals, equipment, tools, health regulations Copies of the Federal construction equipment and machinery, regulations may be obtained from the U S transportation, water, heat, utilities, and Department of Labor, Occupation Safety and temporary facilities necessary for the proper Health Administration (OSHA), Washington, execution and completion of work DC 20210 or their regional offices D Concurrent with the installation of the water B The Contractor shall comply in all respects main, drainage or sanitary sewer with the applicable Workman's improvements and when shown on the Compensation Laws project construction drawings, the work includes swale development and PART 2 — PRODUCTS improvements on both sides of the streets in the project area Work includes re- grading, 2 1 All matenals are to be MADE IN THE UNITED driveway apron reconstruction and all surface STATES OF AMERICA Allowable exceptions are restoration ductile iron fittings supplied by Amencan Cast Iron Pipe Company from Brazil, Sigma Corporation from E Restoration shall immediately follow the China, and Star -Pipe Products from the United acceptance of required system testing and be States and China, and Electronic Marking System performed as required by Section 02960 (EMS) full -range makers by 3M from Mexico RESTORATION OF SURFACE IMPROVEMENTS 2 2 SALVAGED MATERIALS 1 02 RELATED REQUIREMENTS In the absence of special provisions to the Contract, salvaged matenals, equipment or A Measurement and Payment Procedures supplies that occur are the property of the CITY Section SC01025 and shall be cleaned, stored and delivered to the CITY as directed by the CITY's Project Manager B Construction Facilities and Temporary Controls Section SC01500 2 3 CERTIFIED CHEMICALS C Restoration of Surface Improvements The Contractor shall use U S Department of Section 02960 Agriculture certified chemicals only during performance of all work under this contract All 1 03 CONTRACTS chemicals used during project construction or furnished for project whether herbicide, pesticide, A Construct the Work in accordance with disinfectant, polymer, reactant or other Section SC01025 Measurement and Boynton Beach Utilities — Central Seacrest Phase 1 SC01010 -1 SUMMARY OF PROJECT ,;� classification, must show approval of either EPA C The Contractor shall, prior to the or USDA and be accompanied by an MSDS Use removal of any fences, erect temporary of all such chemicals and disposal of residue shall fences to secure the owner's property be in stnct conformance with manufacturer's These temporary fences shall be of 4' instructions high woven wire (2" x 4" grid), on the T line post 10' on centers These fences PART 3 — EXECUTION shall run along the easement line and will remain in place until the permanent 3 1 CONTRACTOR SUPERVISION fence is re- erected A As required by the Contract Documents, the D The Contractor shall not start major Contractor's Project Representative construction activities, such as pipeline (Superintendent) shall be on site at all times and structure excavations, or and actively engaged in controlling and preparation for major activities, such as coordinating all on site project activities setting wellpoints and header pipe, just including direction and oversight of self- prior to extended holiday penods such performed and subcontractor work activities as the typical week taken off at the end of each year B The Superintendent/Contractor's Project Representative shall have the full authority to 3 3 NPDES COMPLIANCE receive instructions to execute the orders or directions of the CITY and Consultant A Prior to the commencement of work, the Contractor must obtain the permit coverage 3 2 GENERAL for stormwater discharge from large and small construction activities and must A The Contractor shall, pnor to entering any implement appropriate pollution prevention section, prepare Pre Construction video and techniques and SWPPP to minimize erosion digital photographs, in accordance with and sedimentation to properly manage the Section SC01390 VIDEO AND stormwater runoff The Contractor shall PHOTOGRAPHIC SITE SURVEY, of each prepare a NPDES Site Plan including property and Right -of -Way (ROW) areas to sketches and Best Management Practice determine existing site conditions Together procedures for review and comment from the the video and photographs will provide the Project Manager The NPDES Site Plan shall basis for the condition of restoration required include the control of stormwater, ground in Section 02960 RESTORATION OF water and subsurface water during SURFACE IMPROVEMENTS dewatering operations B The Contractor shall notify all property (DEP adopted Rule 62- 621300 (4), owners / residents forty -eight (48) hours pnor F A C , with specific provisions for to working in public Rights -of -Way or requesting permit coverage for the easements affecting or adjoining their management of stormwater discharge properties Notification shall be by hand - from large and small construction delivered flyer that shall contain the following activities ) information B The permit coverage for construction 1 Project Name activities is to be obtained by submitting DEP form 62-621 300 (4) (b) Notice of Intent (NOI) 2 Date of Commencement to Use Genenc Permit for Stormwater Discharge from Large and Small 3 Description of Work Construction Activities and by prepanng and implementing a Stormwater Pollution 4 Name of Contractor Prevention Plan ( SWPPP). After construction is complete, Notice of Termination (NOT) to 5 Name of Contractor's Representative discontinue the permit coverage is to be submitted by utilizing form 62 -621 300 (6) 6 Local Phone Number of Contractor's Representative C For additional information contact NPDES Stormwater Section at The CITY must approve the Contractor's notification prior to issuance Contractor must Flonda Department of Environmental submit Contractor's Notification to CITY and Protection CONSULTANT in writing within one (1) week Tallahassee, FL 32399 -2400 pnor to working in public Right -Of -Ways (850) 921 -9904 (ROW) or easements affecting for adjoining property owner's property. 3 4 PROTECTION OR REMOVAL OF UTILITY LINES Boynton Beach Utilities — Central Seacrest Phase 1 SC01010 -2 SUMMARY OF PROJECT r , A Prior to construction the Contractor shall 1 The Drawings show tie -ins to existing locate for physical location, elevation and pipe to be removed later and dead - dimensions and adequately uncover existing ends for continuation, Pipe to be utilities, (within the path of its proposed removed or abandoned in Contract 2 is work), to determine possible conflicts By delineated on the drawings starting underground constructions, the Contractor has agreed that it is fully responsible for any and all damages and/or delays that may anse from not having adequately locating the underground utilities END OF SECTION This applies to underground utilities that are shown on the project construction drawings and those that have been physically marked in the field by the various locating organizations or agencies B Information provided on the plans may be used as an approximate guide to assist the Contractor, however, the Contractor shall rely on actual field investigation to assure that all of the existing utilities are accurately located prior to commencement of its work C Existing structures reflect the best available information, but it shall be the Contractor's responsibility to acquaint itself with all information and to avoid conflict with existing conditions Contractor shall protect all existing utility lines that are to be retained, or utility line constructed during excavation operations, from damage during excavation and backfilling, if damaged, repair at Contractor's expense D Existing Utility Lines to be Retained Contractor shall repair damaged lines that are not shown on drawings, or locations of which are not known to Contractor in sufficient time to avoid further damage E Uncharted or incorrectly charted underground utilities that are discovered during construction shall be incorporated into the project As- Builts with vertical and horizontal coordinates F Pnor to commencement of any excavation, the Contractor shall comply with Florida Statute 553 851 for the protection of underground gas lines and underground telecommunication lines 3 5 SEQUENCE OF WORK A The CONTRACTOR shall plan the WORK and provide a construction schedule for all work shown on the Drawings B The schedule shall show completion within the designated contract duration C The project shall be completed so as to function independently as a complete project Boynton Beach Utilities — Central Seacrest Phase 1 SC01010 -3 SUMMARY OF PROJECT iY . SECTION 01025 - MEASUREMENT AND PAYMENT PROCEDURES PART 1 - GENERAL A The quantities for payment under this Contract shall be determined by actual 1 01 GENERAL measurement of the completed items, in place, ready for service and accepted by A The Contractor shall receive and the CITY, in accordance with the applicable accept the compensation provided in method of measurement therefore the Bid and the Contract as full contained herein. payment for furnishing all materials, labor, tools and equipment, for 1.03 AUTHORITY performing all operations necessary to complete the work under the Contract, A Measurement methods delineated in and also in full payment for all loss or the FDOT Standard Specifications for damages arising from the nature of the Road and Bridge Construction 2000 work, or from any discrepancy Edition, or the individual specification between the actual quantities of work sections complement the criteria of this and quantities herein estimated by the section. In the event of conflict, the CONSULTANT, or from the action of Contractor shall notify the CITY in the elements or from any unforeseen wnting. In determining the resolution, difficulties which may be encountered the CITY shall consider the requirement during the prosecution of the work until of the individual specification section, the final acceptance by the CITY FDOT requirements and this Section B The prices stated in the Bid include all B Any requirements of the Contract costs and expenses for taxes, labor, Documents, i e , technical equipment, materials, commissions, specifications or project construction transportation charges and expenses, drawings for which the method of patent fees and royalties, labor for payment is not explicitly defined are handling materials during inspection, considered to be incidental costs and together with any and all other costs should be included in other pay items and expenses for performing and as appropriate completing the work as shown on the Drawings and specified herein The 1.04 RELATED SECTIONS• basis of payment for an item at the unit pnce shown in the proposal shall A Testing Allowance be in accordance with the description B Applications for Payments Section of that item in this Section. SC01027 C Shop Drawings, Working Drawings, C The Contractor's attention is again and Samples — Section SC01340 called to the fact that the quotations D Schedule of Values Section SC01370 for the various items of work are E Change Order Procedures: Section intended to establish a total price for SC01153 completing the work in its entirety F Field Engineering Section SC01050 Should the Contractor feel that the G Quality Requirements Section cost for any item of work has not been SC01400 established by the Bid Form or H Record Drawing Requirements — Payment Items, he shall include the Section SC01705 cost for that work in some other I Testing Specific Utility Systems applicable bid item, so that his 1 Refer to Section 02513 POTABLE proposal for the project does reflect WATER AND RECLAIMED his total price for completing the work WATER DISTRIBUTION in its entirety SYSTEMS and Section 02640 STORM DRAINAGE for 102 MEASUREMENT applicable and specific requirements Contractor is responsible for all testing costs Boynton Beach Utilities - SC01025 -1 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES associated with these systems. NPDES permit and /or SFWMD dewatenng permit application fees, or 105 ALLOWANCES coordination with FP&L /AT&T/ Comcast or other utility are identified A When a Testing Allowance is identified on the Schedule of Bid Items, the on the Schedule of Bid Items, the following applies following applies 1 Only those items qualified for 1 Costs in Testing Allowance CITY reimbursement shall be includes engaging a certified, considered All items shall have testing agency; execution of tests, written, advance approval of the and reporting results as approved CITY. by the CITY and CONSULTANT 2 Payment Procedures 2 Costs not included in the Testing Allowance a Submit two (2) copies of the agreed invoicing format with a Costs of testing services proof of payment (as used by Contractor separate applicable) with next from Contract Document Application for Payment requirements 1.06 SCHEDULE OF VALUES b Testing agency's stand -by time A Submit Schedule of Values at the Pre - Construction Meeting c Costs of retesting upon failure of previous tests as B The Schedule of Values shall be a determined by the computer generated original When CONSULTANT the Contractor's proposed Schedule of Values is accepted by the CITY, it 3 Only those items qualified for shall become the basis for the CITY's reimbursement shall be Application for Payment considered Such items may include water quality testing of C Contractor shall only revise the dewatenng activities, accepted Schedule of Values to geotechnical, concrete strength identify, as separate line items cylinders, special compaction and approved on a Field Order or Change proctor testing, etc. All Order The CITY may issue a Field predetermined items shall have Order substituting or modifying written, advance approval of the Schedule of Value items. CITY 1 07 APPLICATIONS FOR PAYMENT 4 Payment Procedures A Refer to Section SC01027 — a Submit two (2) copies of the APPLICATIONS FOR PAYMENT testing and /or inspecting firm's invoice and copies of B Submit five (5) original Applications for the Test Reports with next Payment (AFP) After certification by Application for Payment to the CONSULTANT, the the CITY CONSULTANT will retain one (1) copy, one (1) copy will be returned to b Reimbursement to the the Contractor and three (3) copies will Contractor upon proof of be forwarded to the CITY for review, payment (to the testing authorization and processing and /or inspecting firm) on approval by the C Content and Format Utilize Schedule CONSULTANT of Values for listing items in B When other allowances, such as Boynton Beach Utilities - SC01025 -2 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES Application for Payment outlining the F When existing Right -Of -Way (ROW) following irrigation must be disturbed due to pipeline installation or swale 1 Provide a column for each of the development, any existing irrigation following: lines shall be marked on the Contractors drawings prior to or at the a. Item Number time of temporary cutting -&- capping The replacement of existing irrigation b Item Descnption in the Public Right -Of -Way as the result of pipeline installation or swale c. Quantity development is NOT a pay item. Replacement of existing ROW d Unit of measurement irrigation shall be incidental to the Unit Price of the pipeline or swale e Scheduled Value development. f Change Orders 1 08 MEASUREMENT OF AND PAYMENT FOR WORK g. Work Completed• 1. Previous Period A Monthly Payments to the (Quantity and Value) Contractor. The Contractor shall plan 2. This Period (Quantity its work for construction on the basis and Value) of twelve (12) monthly pay periods per year. So long as the work is h To Date (Quantity and Value) prosecuted in compliance with the provisions of the Contract, the I Percentage of Completion Contractor will, on or about the last day of the pay period, make an j Balance to Finish approximate estimate, in writing on a form approved by the CITY of the k Retainage proportionate value of the work done, items, and locations of the work NOTE. There is no column for performed up to and including the last "Materials Stored ", the CITY does day of the period then ending The not pay for items ordered and /or CONSULTANT will then review such stored on site. As defined later in estimate and make the necessary this Section. payment for pay recommendations to the Contractor for items are paid for once the item is revision The Contractor shall revise installed, measured in place. the Application for Payment and completed and accepted. resubmit to the CONSULTANT for review and Certification Redlined D Include one (1) set of progress Applications for Payment will not be photographs with each Application for accepted by the CITY. If the Payment. Refer to the Contract Contractor and the CONSULTANT do Documents, specifically Section not agree on the approximate estimate SC01380 CONSTRUCTION of the proportionate value of the work PHOTOGRAPHS for specific details done for any pay period, the and requirements. determination of the CONSULTANT shall be binding The amount of such E Application for Final Payment must be estimate after deducting ten percent marked FINAL. Contractor must (10 %) and all previous payments, shall include in the FINAL AFP package, be due and payable to the Contractor proof of payment and final settlement in accordance with the Florida Prompt with the CITY with regards to any Payment Act, §218.70 Florida temporary and /or construction water Statutes, as may be amended from meters used during the course of the time to time project. B Substantiating Data When the Boynton Beach Utilities - SC01025 -3 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES CONSULTANT requires substantiating application or installation of an item of information, Contractor shall submit the Work, and overhead and profit data justifying quantities and dollar amounts in question Contractor shall E Final payment for Work governed by provide three (3) copies of data with unit prices will be made on the basis of cover letter for each copy of submittal the actual measurements and showing application number and date, quantities accepted by the and line item by number and CONSULTANT and CITY, multiplied description by the unit sum /price for Work, which is incorporated in or made necessary 1 09 MEASUREMENT AND PAYMENT - UNIT by the Work PRICES 1 10 Measurement of Quantities: A Measurement methods delineated in individual specification sections A Weigh Scales Inspected, tested and complement criteria of this section In certified by the applicable State of event of conflict, requirements of Florida Weights and Measures individual specification section govern department within the past year. B Contractor shall take daily and weekly B. Platform Scales Of sufficient size and measurements and compute capacity to accommodate the quantities The Contractor shall conveying vehicle review and sign these daily and weekly measurements with the C Metering Devices Inspected, tested CONSULTANT The CONSULTANT and certified by the applicable State of shall also sign -off on the weekly Florida Weights and Measures measurement sheets indicating the Department within the past year CONSULTANT's progressive concurrence with the quantities. The D Measurement by Weight Concrete Contractor shall transmit the signed -off reinforcing steel rolled or formed steel weekly measurement sheets to the or other metal shapes will be CONSULTANT. These measurement measured by handbook weights sheets shall be used to form the basis Welded assemblies will be measured of the quantities claimed on the by handbook or scale weight Application For Payment E Measurement by Volume Measured C Unit Quantities by cubic dimension using mean length, width and height or thickness. 1 Quantities indicated in the Schedule of Bid Items are for F Measurement by Area: Measured by bidding and contract purposes square dimension using mean length only. Quantities and and width or radius. measurements supplied or placed in the Work and verified by the G Linear Measurement Measured by Consultant and CITY determine linear dimension, at the item payment centerline. Minor offsets (less than a total of five (5) feet) will not be 2 If the actual Work requires more measured for payment Measurement or fewer quantities than those shall be along the horizontal axis at quantities indicated in the bid finished grade items, Contractor shall provide the required quantities at the unit H Stipulated Sum /Pnce Measurement sum /prices contracted Items measured by weight, volume, area, or linear means or combination, D Payment Includes. Full compensation as appropriate, as a completed and for required labor, products, tools, accepted item or unit of the Work equipment, facilities, transportation, services and incidentals, erection, I Payment for Work does not indicate Boynton Beach Utilities - SC01025 -4 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES acceptance Work items previously PHOTOGRAPHIC SITE SURVEY paid for may require additional work shall be included in the General effort to bring them into compliance Conditions with the requirements of the specific technical specifications and /or project 4 Consideration for Indemnification — drawings Payment under this item is in accordance with the Front -End 1.11 UNIT OF MEASURE — SCHEDULE OF Contract Documents — Bid Item No BID PRICES 3. A Payment for furnishing and installing C. NPDES Compliance — Bid Item 4 those items cited in the Schedule of Bid Items and subsequent Schedule of 1 Payment for NPDES compliance Values is noted herein. If "remove and shall include the preparation of the replace" is indicated on the project NPDES Plan, development and construction drawings (by either compilation of the BMPs, site annotation or line weight), then the implementation and documentation item descriptions below include the of inspections. removal and proper disposal of the existing items. 2. Contractor shall refer to the Schedule of Bid Items for B Mobilization /Demobilization. Bonds, instructions on the method of Insurance & General Requirements — calculation for this Pay Item. Any Bid Items 1, 2, and 3 bidder who enters an amount greater than the 0 25% limit for this 1 Payment for the General Conditions pay item may be disqualified and shall be made per item and shall be the CITY and Consultant may not full compensation for preparatory evaluate their bid proposal. This work and operations in mobilizing cost shall be shown on the and demobilizing for the project Schedule of Values including but not limited to, those operations necessary for the 3 Partial payments for the NPDES movement of personnel, equipment, compliance shall be made in supplies and incidentals to and from accordance with the following the project site, Maintenance of schedule Traffic, for establishment of temporary offices, buildings, safety Percent of Onginal Contract Allowable percent of equipment, sanitary and other Amount Earned NPDES Compliance facilities and compliance with permit 10 10 conditions for permits secured by 25 25 either the Owner or Contractor This 50 50 pay item shall include all General 75 No additional payment Requirements not listed as separate Final Payment 100 items The cost of bonds, permits, required insurance and any other D Permit Allowance — Bid Item 5 pre - construction expense necessary for the start of the work shall also be 1. Only qualified allowance payment included in the General Conditions for permit application fees for Health Department clearance, shall be 2 MOT plans shall be required for considered by the CITY for work within City of Boynton Beach reimbursement. All items shall have Right -of -Way — Bid Item No 2 written, advance approval of the CITY. 3. Audio Video Documentation shall be performed pre and post construction 2 Contractor to supply evidence of as specified in Special Conditions paid invoices and receipts for SC01390 VIDEO AND reimbursement Boynton Beach Utilities - SC01025 -5 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES r,. r E Record Drawings — Bid Item 6 3. Contractor shall be required to paint 4" wide blue stnps on top of fittings 1 Payment for Record Drawings shall be made at the Contract lump sum 4 Payment to install pigging wyes price and shall be full compensation (cement lined), caps for line for preparation and maintenance of flushing, and fill and flush the Record Drawings as specified in assemblies shall be at the unit price technical specification SC01705 bid for each item. The pigging wyes PROJECT RECORD DRAWINGS must be domestic cast and the requirements of this Special Conditions 5 Pipe Lines for Water Mains. These items include all necessary labor 2 Partial payments for the Record and equipment, including clearing Drawings shall be made in and preparing pipe corridor, removal accordance with the following of existing utilities as shown on the schedule. plans, * excavation of any type including rock & muck, hand Percent of Original Contract Allowable percent of Lum f trimming excavation, complying with Amount Earned Sum Price For Record the State of Florida Trench Safety Drawings Act, pipe bedding with insitu 10 10 material, sheeting, shoring, 25 25 dewatering (where required), pipe, 50 50 restraining devices, electronic 75 75 markers (3M Full Range EMS Final Payment 100 Marker), metallic pipe location tape & locating wire, sleeves, concrete 3 Contractor shall submit updated As- thrust blocks, backfill, compaction, Built Drawings with each Pay density testing, swabbing / flushing, Application Request temporary plugs, removal and replacement of landscaping and F Ductile Iron Water Main — Bid Items 7, 8, trees, pressure testing and as -built 9. 10. 11. and 12 verification and documentation 1 Payment for 4 ", 6" and 8" CL 350 DIP (cement lined) water main shall 6 This pay item includes restraining be determined by the number of devices for all piping and fittings to linear feet of pipe furnished, be restrained as shown on the installed in place, compacted plans restored, tested and approved. 7. The unit price per foot shall also 2 Payment for ductile iron fittings include the cost for soft -digs to (cement lined) shall be full verify location (horizontal & vertical) compensation for furnishing and of all utility crossings, including installing ductile iron pipe fittings for paralleling of utilities, prior to the water main, including restrained construction of the proposed water glands, bolts, nuts, gaskets, main and appurtenances megalug restraining devices and all other appurtenances Only fittings G Open Cut Pavement Repair — Bid Item actually installed will be measured 13 for payment by the ton, based on certified shipping weight slips 1 Asphalt Patch (trench repair) when supplied by the CONTRACTOR identified in the Schedule of Bid excluding all other bid items Full Items as a separate pay item shall payment for this item is based on include saw cutting and removal of fitting body weight only The fittings existing asphalt, placement of sub must be domestic cast grade (stabilized or non - stabilized as shown on the project construction drawings) and Boynton Beach Utilities - SC01025 -6 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES y , compaction, installing compacted installation of each item, complete, base course, density testing, including tapping sleeve and valve, applying tack/prime coat, installing box and cover (as required), testing, asphalt surface in the required and all appurtenances thickness and all incidentals required to make a complete 2 This pay item includes restraining installation Measurement for this devices as required item shall be along centerline of the trench. No measurement of width 3 Contractor shall field verify existing shall be made for this item water main diameter and material Payment shall be at the Contract prior to submitting shop drawings. unit price (per linear foot of asphalt pavement to be repaired), installed, J Valves and Air Release Valves — Bid complete and accepted. Items 28, 29, 30. and 31 H Fire Hydrants— Bid Items 14, 15, 16, 1 Valves By the unit. Includes 17. 18 and 19 furnishing and installing valve and valve and furnishing & installing 1 Payment for removing and salvaging fittings, restraining devices, or disposal of fire hydrants shall be electronic markers (3M Full Range at the unit price bid per each and EMS Marker), concrete collar (where shall constitute full compensation for required), accessories and but not limited to removal of the installation, complete and accepted. hydrant assembly, plugging the The valve box lid shall be painted existing main, transporting to a blue. designated site within the City or disposal as directed by the Engineer 2 This pay item includes restraining and all restoration work. Materials to devices be salvaged shall be delivered to the Owner at no additional cost 3 Air Release Valves: By the unit Includes furnishing and installing air 2. Payment to furnish and install fire release valve and furnishing & hydrant assemblies on the existing installing fittings, manhole, lid, water main shall be at the unit price accessories and installation, bid per each and shall include but is complete and accepted. The air not limited to hydrant, tee, tapping release valve box lid shall be sleeve, valve, piping, and all painted blue appurtenances K. Permanent Sampling Points — Bid 3 Payment to furnish and install fire Items 32 hydrant assemblies on proposed water main shall be at the unit price 1 Payment for permanent sampling bid per each and shall Include but is points will be based on the not limited to hydrant, tee, valve, installation of each item, complete, piping, and all appurtenances including all appurtenances shown on the Drawings 4. Payment to furnish spare Sigelock Fire Hydrant wrenches for each 2 This pay item includes all restoration hydrant and additional Sigelock Fire (e.g sidewalks, asphalt, sod, Hydrant traffic repair kits and shoe replacement of existing irrigation repair kits pipe and sprinkler heads, etc) as well as removal and plugging for all I Tapoinq Assemblies — Bid Items 20, temporary installations. Excludes 21, 22, 23. 24, 25, 26. and 27 swale restoration which will be paid under a separate item 1 Payment for tapping assembly installations will be based on the L Water Services — Bid Items 33. 34. 35, Boynton Beach Utilities - SC01025 -7 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES r . 36. 37, 38, and 39 N. Line Stops — Bid Items 42, 43, and 44 1 Payment for water services will be 1. Payment for line stops will be based based on the installation of each on the installation of each item, item, complete, including corp stop, including but not necessarily limited saddle, curb stop, connection to to furnishing and installing line stop new water main, relocating existing equipment; installing and removing meter out of ROW, transfer water tapping sleeve and valve; plugging service from rear to front of property, existing pipe, abandoning existing and all appurtenances waterline as necessary including all fittings and restraints, all excavation, 2 This pay item includes all restoration permanent and temporary shoring of (e g. sidewalks, asphalt, sod, the excavation; groundwater control, replacement of existing irrigation treatment and disposal; bedding, pipe and sprinkler heads, etc) backfill and compaction, and clean Excludes swale restoration which up will be paid under a separate item. 2 This pay item includes all restoration 3 Payment for the replacement of (e g sidewalks, asphalt, sod, damaged of meter boxes and touch replacement of existing irrigation read lids will be based upon the pipe and sprinkler heads, etc ) actual number of each meter box or Excludes swale restoration which touch read lid installed in will be paid under a separate item accordance with the requirements of the Contract Documents and at the 0 Remove and Dispose of Asbestos direction of the City. Payment will Concrete Pipe — Bid Item 45 be made at the unit price, for each, named in the Bid Schedule, and 1 Payment for removal and disposal of shall constitute full compensation for asbestos concrete pipe shall be the complete replacement of the determined by the number of linear meter box and touch read lid, and feet of pipe removed and disposed removal and disposal of existing including but not limited to proper meter box and touch read lid when and safe removal of the buried applicable asbestos cement pipe, proper bagging in leak tight plastic (with 4 For Items 38 and 39, supply total of 6 mil thickness) for the Class specified components as required II non - friable asbestos containing for delivery to the City as directed. materials, transportation and delivery to the Solid Waste Authority M Water Service Piping — Bid Items 40 operated Landfill, proper ACP and 41 materials documentation and use of personal protective equipment 1 Payment for water service piping and casing pipe shall be determined 2 This pay item includes clearing and by the number of linear feet of pipe preparing pipe corridor, excavation furnished, installed in place, of any type including rock & muck, compacted, restored, tested, and hand tnmming excavation, approved complying with the State of Florida Trench Safety Act, sheeting, 2 This pay item includes all restoration shonng, dewatering (where (e.g. sidewalks, asphalt, sod, required) and all restoration (e g replacement of existing irrigation sidewalks, asphalt, sod, pipe and sprinkler heads, etc) replacement of existing irrigation Excludes swale restoration which pipe and sprinkler heads, etc ) will be paid under a separate item Excludes swale restoration which will be paid under a separate item Boynton Beach Utilities - SC01025 -8 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES P Abandon Water Main — Bid Item 46 restoration, sod replacement of existing irrigation pipe and sprinkler 1 Payment for non - asbestos concrete heads (to match existing quality and water main abandonment shall be quantity), and all other work and determined by the number of linear materials required for a complete feet of pipe abandoned in place as installation. directed under hard surface areas 2 Payment shall be at the Contract 2. Pipe shall be filled with flowable unit price (per square foot, grout fill under hard surface areas measured length times the width) installed, complete and accepted 3 This pay Item includes all preparation for and verification of 3 Sidewalk replacement beyond the grouting completion limits established by the project construction drawings will not be 4 This pay item includes all restoration considered for payment (e.g. sidewalks, asphalt, sod, replacement of existing irrigation S Concrete Curb — Bid Items 51. 52, and pipe and sprinkler heads, etc) 53 Excludes swale restoration which will be paid under a separate item 1 Curbing shall include saw cutting, removal and disposal of existing Q Cut and Cap — Abandon in Place curbing, stabilized sub - grade, Water Main — Bid Items 47 and 48 aggregate base course, compaction, density testing, formwork, 1 Payment for water main reinforcing, concrete, installation of abandonment for non - asbestos the curbing, finishing, curing agent, concrete pipe shall be determined preparation of and testing concrete by the number of locations cut and cylinders, restoration, sod and all capped, complete in green or other work and materials required landscaped areas. for a complete installation 2. This Item includes all labor and 2. Payment shall be at the Contract materials required for each location unit price (per linear foot) installed, cut and capped in green or complete and accepted landscaped areas. 3 Curbing replacement beyond the 3. This pay item includes all restoration limits established by the project (e.g sidewalks, asphalt, sod, construction drawings will not be replacement of existing irrigation considered for payment pipe and sprinkler heads, etc.). Excludes swale restoration which T ADA Sidewalk Curb Ramps — Bid Item will be paid under a separate Item 54 R Sidewalk Restoration (Concrete) — Bid 1 Payment will be based on the Items 49 and 50 installation of each item, complete, including restoration, and all other 1 Concrete sidewalk replacement work and materials required for a (except that considered to be part of complete installation the concrete driveway apron) shall include removal of the damaged 2 Ramps shall be installed in sidewalk portions, compaction of the accordance with FDOT Index 304 sidewalk replacement area, density testing, formwork, concrete, U Driveway Apron Restoration — Bid Item installation of the sidewalk, finishing, 55, 56. and 57 curing agent, preparation of and testing concrete cylinders, Boynton Beach Utilities - SC01025 -9 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES 1 Driveway Apron Restoration shall limerock, limerock stabilization, include all work necessary to repair topsoil, reshaping and stabilizing affected driveways including, but not swales, furnishing and setting for necessarily limited to all excavation; expansion joint material, disposal of removal of the damaged aprons, excess material, sodding of swale removal and disposal of temporary areas with either Floratam or Bahia materals, saw cutting; tack coat, sod as required, restoration of compaction, adjusting castings and existing irrigation systems, and any utility boxes, forms; reinforcing, appurtenant items doweling, concrete, aggregate material, hot mix asphalt pavement, 3 Payment shall be at the Contract finishing, jointing and curing of unit price (per square yard installed, concrete, all applicable testing, complete and accepted) removal and disposal of surplus and unsuitable materials, replacement or W Flowable Fill — Bid Item 61 repair of utilities, drainage systems, structures, and miscellaneous 1 Payment shall be at the Contract property, clean -up, restoration, sod unit price (per cubic yard of 100 psi replacement of existing irrigation FDOT diggable flowable fill installed, pipe and sprinkler heads (to match complete and accepted) existing quality and quantity), and all other work and materials required 2 This pay item is only for placing for a complete installation flowable fill between piping that does not meet separation 2 Paver restoration shall be of requirements like /kind and coordinated with and approved bythe City of Boynton X Asphalt Replacement — Bid Item 62 Beach prior to installation 1 Furnish and install asphalt 3 Payment shall be at the Contract unit price (per square yard installed, locations shown the extent and l complete and accepted) locati on the plans 2 Replacement shall be asphaltic V Demolition of Parking Areas and concrete Walkways and Swale installation — Bid Item 58, 59, and 60 3 Payment shall be at the Contract 1 These items shall include all work unit price (per square yard installed, necessary to remove parking areas complete and accepted) and walkways as noted on the construction drawings, but not 4 This bid item includes the necessarily limited to: all excavation, adjustment of manhole and covers removal of any existing landscaping and landscaping features, hauling, Y Asphalt Milling — Bid Item 63 removal and disposal of materials, saw cutting, removal and disposal of 1 Mill (1" minimum) the designated surplus and unsuitable materials, areas of pavement in advance of replacement or repair of utilities, final pavement, as shown on the drainage systems, structures, and plans or as required by final grading miscellaneous property, clean -up, and swale installation 2 This item shall include disposal of all excess materials 2 Swale installation includes but is not limited to excavation, grading, 3 Payment shall be at the Contract hauling, placing, compacting, unit price (per square yard installed, dressing of the surface in complete and accepted) preparation for sod, earthwork, Boynton Beach Utilities - SC01025 -10 MEASUREMENT AND Central Seacreast Corndor PAYMENT PROCEDURES J Z HDPE Drain Piping — Bid Items 64, 65, pipe and sprinkler heads, etc.) and 66 Excludes swale restoration which will be paid under a separate item 1. Payment for 15 inch and 24 inch HDPE drain piping shall be BB. Swale Restoration — Bid Item 68 determined by the number of linear feet of pipe furnished, installed in 1 Payment for this item shall be made place, compacted restored, tested at the contract unit price (per square and approved. yard). The Contractors unit pnce shall include full compensation for 2 Exfiltration Trenches including all swale grading and swale Sodding piping, fittings, trench shoring and within the right -of -way as indicated appurtenances associated with the on the plans exfiltration trench to deliver a functioning stormwater system. Pipe 2 The Contractor's unit price shall within the exfiltration trench shall be constitute full compensation for all 24" perforated HDPE per the plans labor, equipment, and materials and details. required for removal of any existing landscaping and landscaping 3. This pay item includes all restoration features, excavation, hauling, (e.g. sidewalks, asphalt, sod, grading, placing, compacting, replacement of existing irrigation dressing of the surface of the pipe and sprinkler heads, etc) swales in preparation for Sodding, Excludes swale restoration which and sodding of swale areas with will be paid under a separate item either Floratam or Bahia sod as required and restoration of the AA Reinstate Sanitary Sewer Lateral — Bid existing irrigation systems Item 67 3 Grading and Sodding done outside 1. The Contract unit price bid for this of the limits of work shown on the item shall include compensation for plans shall be considered a non -pay labor, material and equipment item. required to reinstate any sanitary sewer laterals within the exfiltration CC. Drainage Pipe Removal — Bid Items 69 trench envelope. The sewer laterals and 70 will be repaired using SDR -35 pipe and two Fernco couplings and wye, 1 Payment for removal and disposal of if required. drainage pipe shall be determined by the number of linear feet of pipe 2 Payment will not be made under this removed and disposed item for laterals that need to be installed due to the normal course of 2 This pay item includes all restoration the work. (e.g sidewalks, asphalt, sod, replacement of existing irrigation 3 Payment shall be at the Contract pipe and sprinkler heads, etc ). unit price (per each) installed, Excludes swale restoration which complete and accepted will be paid under a separate item. 4 This item shall include adjustment of DD Drainage Manhole / Inlet Removal — filter fabric and all other work Bid Item 71 required to seal the exfiltration envelope around the new lateral 1 Payment for drainage manhole / pipe section inlet removal shall be per unit removed and disposed including all 5 This pay item includes all restoration restoration (e.g sidewalks, asphalt, sod, replacement of existing irrigation EE Stormwater Structures — Bid Items 72, Boynton Beach Utilities - SC01025 -11 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES I; ,-- 1 73, and 74 II. Pavement Markings — Bid Items 79, and 80 1 Structures By the unit Includes furnishing and installing stormwater 1 The Contract unit lump sum bid for structures including all concrete this item shall include compensation structures with additives and for all labor, material and coatings, all castings, pollution equipment. retardant baffles, and accessories and installation, complete and 2 Pavement markings (temporary and accepted. permanent) shall be installed per detail included in the drawings 2 This pay item includes all restoration (e g sidewalks, asphalt, sod, 3. Reflective Pavement Markers shall replacement of existing irrigation be installed per detail included in the pipe and sprinkler heads, etc) drawings Excludes swale restoration which will be paid under a separate item JJ Streetscape Improvements — Bid Item 81 FF Concrete Drainage Inlet Aprons — Bid Item 75 1 Landscape Bed — prep (grade and remove all old soil), purchase, 1 Payment by the unit of concrete deliver and install top soil 12" drainage inlet aprons per plans deep (see specs), and soil amendments (water saving / GG Reconstruction of Existing Catch absorbing polymer crystals) Basins — Bid Item 76 2. Plant material including sod and 1 Payment by the unit of mulch reconstructed existing catch basins 3 Watering unirngated areas water for up to 6 months HH Furnish and Install Sod — Bid Items 77 and 78 KK Benches — Bid Item 82 1 The Contract unit price bid for this item shall include compensation for 1 Purchase and install benches labor, material and equipment (Wabash model Urbanscape 6' required for preparation of subsoil, arch back with divider arms — faux topsoil, placing topsoil, fertilization, wood weathered), and trash sodding, watering and maintenance receptacles (Toter model 860-A, to specified time limit granite) 2 This item is for incidental restoration 2 Concrete. Install associated based on unforeseen conditions concrete per details on plans only. PART 2 - PRODUCTS 3 This item is not included for swale NOT USED construction area PART 3 - EXECUTION 4 Payment shall be at the Contract unit price (per square yard installed, NOT USED complete and accepted) * SPECIAL NOTE The CITY retains the option to utilize up to 20% of the excess material from excavation and trenching operations If the CITY exercises this option, Contractor shall stockpile the excess Boynton Beach Utilities - SC01025 -12 MEASUREMENT AND Central Seacreast Corridor PAYMENT PROCEDURES "-y i , material and deliver to the CITY's facility as directed by the CITY's Representative END OF SECTION Boynton Beach Utilities - SC01025 -13 MEASUREMENT AND Central Seacreast Comdor PAYMENT PROCEDURES 0 SECTION 01027 - APPLICATIONS FOR PAYMENTS PART 1 - GENERAL 3 Execute certification with signature of a responsible officer of Contract 101 DESCRIPTION firm A Scope of Work Submit Applications for B. Continuation Sheets Payment to the CONSULTANT in accordance with schedule established 1. Fill in total list of all scheduled by Conditions of the Contract and component items of work, with item Agreement between CITY and number and scheduled dollar value Contractor for each item B Related requirements described 2 Fill in dollar value in each column elsewhere for each scheduled line item when work has been performed. Round 1 Agreement off values to nearest dollar, or as specified for Schedule of Values 2 Application for Payment Form 3 List each Change Order executed 3 Progress Schedules Section prior to date of submission, at the SC01310 end of the continuation sheets List by Change Order Number, and 4 Schedule of Values Section description, as for an original SC01370 component item of work 5 Construction Photographs Section 4 As provided for in the "Application SC01380 for Payment" form, the Contractor shall certify, for each current pay 6 Contract Closeout Section request, that all previous progress SC01700 payments received from the CITY, under this Contract, have been 7 Project Record Documents applied by the Contractor to Section SC01720 discharge in full all obligations of the Contractor in connection with 1 02 FORMAT REQUIRED Work covered by prior Applications for Payment, and all materials and A Submit applications typed on form equipment incorporated into the acceptable to CITY, Documents Work are free and clear of all liens, (Application for Payment Form), with claims, security interest and itemized data typed on 8 -1/2 inch x 11 encumbrances Contractor shall inch or 8 -1/2 inch x 14 -inch white paper attach to each Application for continuation sheets Payment like affidavits by all subcontractors. 103 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A Application Form A Contractor shall submit suitable 1 Fill in required information, information, with a cover letter including that for Change Orders identifying executed prior to date of submittal of application 1. Project 2 Application number and date 2 Fill in percent complete for each 3 Detailed list of enclosures activity and dollar value to agree with respective percents B. Submit one (1) copy of data and cover Boynton Beach Utilities — Central Seacrest Phase 1 SC01027 -1 APPLICATIONS FOR PAYMENTS letter for each copy of application C Each Application For Payment shall be accompanied by an updated project C The Contractor is to maintain an schedule (three -week ahead schedule) updated set of drawings to be used as along with the Construction /Progress record drawings in accordance with photographs and Project Record Section SC01720 Project Record Drawings in accordance with Section Documents As a prerequisite for SC01720: PROJECT RECORD monthly progress payments, the DOCUMENTS and SC01380 Contractor is to submit the updated CONSTRUCTION PHOTOGRAPHS or record drawings for review by the CITY as directed by the CITY Any and the CONSULTANT. Application For Payment that is received without these items will be D Each monthly application for payment returned to the Contractor without shall incorporate the corresponding review. "monthly progress status report" prepared per the requirements of D The Contractor shall prepare a schedule Section SC01310. Progress Schedules. of values by phases of work to show a breakdown of the Contract Sum E. Contractor shall submit a duly executed corresponding to the payment request letter from surety consenting to payment breakdown and progress schedule line due and progress to date items The schedule of values must also show dollar value for each unit of F Provide construction photographs in work scheduled. Approved Change accordance with Section SC01380 Order items shall be added as separate Construction Photographs line items 1 05 PROGRESS PAYMENT PROCEDURES E Prior to initial payment request, the Contractor shall submit the following A The Contractor will prepare and submit documents to the CITY and Consultant four (4) original monthly invoices for for their review and approval• work completed during the one -month period Application For Payment shall 1. List of principle subcontractors and be submitted in the format of the sample suppliers. form provided by the CITY All information must be completed for the 2 Schedule of values pay application to be accepted CITY's purchase order number for the project 3. Shop drawing log, must be placed on each application The Application for Payment must be 4 Project schedule. submitted at least three (3) days in advance in an electronic format for 106 PREPARATION OF APPLICATION FOR review by the CITY and CONSULTANT FINAL PAYMENT for approval Redlined Applications for Payment will not be accepted by A Fill in Application form as specified for the CITY, progress payments Provide information as required by the General B If the Application for Payment and Conditions and Section SC01700 support data are not approved, the Contract Closeout. Contractor is required to submit new, revised or missing information B Furnish evidence of completed according to the CONSULTANT's operations insurance in accordance with instructions Otherwise, the Contractor the General Conditions shall prepare and submit to the CITY or CONSULTANT an invoice in C Provide Final Release of Lien and other accordance with the estimate as closeout submittals as required by the approved CITY will pay Contractor, in General Conditions accordance with Florida Prompt Payment Act, §218 70, Florida Statutes, 1 07 SUBMITTAL PROCEDURES as may be amended from time to time Boynton Beach Utilities — Central Seacrest Phase 1 SC01027 -2 APPLICATIONS FOR PAYMENTS ri' I A Submit Applications for Payment to the CITY at the time stipulated in the Agreement Review the percents complete with the CONSULTANT and resolve any conflicts or discrepancies B Number of copies for each Final Application for Payment 1 CITY Two (2) copies 2 CONSULTANT One (1) copy 2 Contractor. As required for its needs C When the CONSULTANT finds Application properly completed and correct, it will transmit the certificate for payment to the CITY, with copy for the Contractor. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3 01 Upon receipt by CONSULTANT and CITY of Contractor's written Notice of Final Completion of its work under this Contract, CONSULTANT and CITY shall verify all work has been completed on the project When all work has been verified as complete, and the Contractor submits the items listed below, the Contractor may submit a final Application For Payment: A Complete work listed as incomplete at the time of Substantial Completion and obtain CONSULTANT certification of completed Work B Provide copy of records indicating notification to all subcontractors and material suppliers of Contractor's Performance and Payment Bonds C Transfer operational, access, security and similar provisions to CITY, remove temporary facilities, tools and similar items END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01027 -3 APPLICATIONS FOR PAYMENTS r SECTION 01041 - PROJECT COORDINATION PART I — GENERAL a Submittals 1 01 REQUIREMENTS INCLUDED b Reports and records A The Contractor shall c. Recommendations 1 Coordinate work of its d Coordination of drawings employees and subcontractors e Schedules 2 Expedite its work to assure compliance with schedules f Resolution of conflicts 3 Coordinate its work with that of 3 Interpret Contract Documents. work by CITY. a Transmit written 4. Comply with orders and interpretations to instructions of CONSULTANT. Contractor, and to other concerned parties 1 02 RELATED REQUIREMENTS 4 Assist in Obtaining permits and A Section SC01010 Summary of approvals- Project a Verify that Contractor and B Section SC01027• Applications for subcontractors have Payment obtained inspections for Work and for temporary C Section SC01200: Project facilities Meetings 5 Control the use of Site D. Section SC01310: Progress Schedules. a. Allocate space for Contractor's use for field E Section SC01340: Shop Drawings, offices, sheds, and work Work Drawings and Samples. and storage areas F Section SC01500 Construction 6. Inspection and Testing Facilities and Temporary Controls a Inspect work to assure G Section SC01700. Contract performance in accord Closeout. with requirements of Contract Documents 103 CONSTRUCTION ORGANIZATION & START -UP b. Administer special testing and inspections of suspect A CONSULTANT shall establish on- Work. site lines of authority and communications. c Reject Work, which does not comply with 1 Schedule and conduct pre- requirements of Contract construction meeting and Documents progress meetings as specified in Section SC01200 d Coordinate Testing PROJECT MEETINGS Laboratory Services 2. Establish procedure for Boynton Beach Utihtes — Central Seacrest Phase 1 SC01041 -1 PROJECT COORDINATION r,.- T-' 1 Verify that required d Report noncompliance to laboratory personnel CONSULTANT, with are present recommendation for changes. 2 Verify that tests are made in accordance B Process Shop Drawings, Product with specified Data and Samples standards 1 Prior to submittal to 3. Review test reports CONSULTANT, review for for compliance with compliance with Contract specified criteria. Documents' 4 Recommend and administer any a Field dimensions and required re- testing clearance dimensions 1 04 CONTRACTOR'S DUTIES b Relation to available space A Construction Schedules c Effect of any changes on 1 Prepare a detailed schedule of the work of any basic operations subcontractor 2 Monitor schedules as work C Review Drawings prepared by progresses Mechanical and Electrical subcontractors a Identify potential variances between scheduled and 1 Prior to submittal to probable completion dates CONSULTANT, review for for each phase compliance with Contract Documents b Recommend to CITY adjustments in schedule to D Prepare Coordination Drawings as meet required completion required to resolve conflicts and to dates assure coordination of the work of, or affected by, mechanical and c Document changes in electrical trades, or by special schedule, submit to CITY, equipment requirements. CONSULTANT and to involved subcontractors 1 Submit to CONSULTANT 3 Observe work of each 2 Reproduce and distribute subcontractor to monitor copies to concerned parties compliance with schedule after CONSULTANT review a Verify that labor and E Maintain reports and records at job equipment are adequate site, available to CONSULTANT for the work and the and CITY schedule. 1 Daily log of progress of work b Verify that product procurement schedules 2 Records are adequate a Contracts c Verify that product deliveries are adequate to b Purchase orders maintain schedule Boynton Beach Utilities — Central Seacrest Phase 1 SC01041 -2 PROJECT COORDINATION c Materials and equipment conduct an inspection to verify records. completion of Work d Applicable handbooks, B Administration of Contract closeout codes and standards 1 Receive and review 3. Maintain file of record Contractor's final submittals. documents. 2 Transmit to CITY with 1 05 CONTRACTOR'S CLOSE -OUT DUTIES recommendations for action A Mechanical and Electrical PART 2 — PRODUCTS (NOT USED) equipment start-up PART 3 — EXECUTION (NOT USED) 1 Coordinate checkout of utilities, operational systems END OF SECTION and equipment. 2. Organize initial start-up and testing. 3. Record dates of start of operation of systems and equipment. 4. Submit to CITY written notice of beginning of warranty period for equipment put into service. B. At completion of Work, conduct an inspection to assure that. 1 Specified cleaning has been accomplished 2. Temporary facilities have been removed from site. C. Substantial Completion 1. Conduct an inspection to develop a list of Work to be completed or corrected 2 Assist CONSULTANT in inspection 3 Supervise correction and completion of work of subcontractors 1.06 CONSULTANTS CLOSE -OUT DUTIES A Final Completion: 1 When Contractor determines that work is finally complete, Boynton Beach Utilities — Central Seacrest Phase 1 SC01041 -3 PROJECT COORDINATION I" SECTION 01050 - FIELD ENGINEERING PART 1 - GENERAL 1. Summary of Work. Section 101 DESCRIPTION SC01010. A. Scope of Work. Contractor to 2 Project Record Documents: provide Field Engineering service for Section SC01720. the Project. 1.02 QUALIFICATIONS OF SURVEYOR 1 Survey work required in execution of Project. A. Qualified registered land surveyor, acceptable to the CITY 2 The method of field staking for the construction of the Work 1.03 SURVEY REFERENCE POINTS shall be at the option of the Contractor. The CITY has A Locate and protect control points provided the engineering prior to starting site work, and surveys, if available, necessary preserve all permanent reference to establish reference points points during construction. which in the CITY's judgment are necessary to enable the 1. Make no changes or relocations Contractor to proceed with its without prior written notice to the work Consultant. 3 The accuracy of any method of 2. Report to the CONSULTANT staking shall be the when any reference point is lost responsibility of the Contractor. or destroyed, or requires All engineering for vertical and relocation because of necessary horizontal control shall be the changes in grades or locations. responsibility of the Contractor 3. Require surveyor to replace 4 The Contractor shall be held Project control points which may responsible for the preservation be lost or destroyed at no of all stakes and marks. If any additional cost to the CITY. stakes or marks are carelessly Establish replacement based on or willfully disturbed by the original survey control. Contractor, the Contractor shall not proceed with any work until it 1 04 PROJECT SURVEY REQUIREMENTS has established such points, marks, lines and elevations as A. Establish a minimum of two (2) may be necessary for the permanent benchmarks each on prosecution of the Work. site. 5. The Contractor shall retain the 1 Record locations, with horizontal services of a registered land and vertical data, on Project surveyor licensed in the State of Record Documents. Flonda to identify existing control points and maintain a B Establish lines and levels, locate survey during construction and lay out, by instrumentation and similar appropriate means B Related Requirements Described Elsewhere C From time to time, verify layouts by Boynton Beach Utilities — Central Seacrest Phase 1 SC01050 -1 FIELD ENGINEERING same methods. 1.05 RECORDS A. Maintain a complete, accurate log of all control and survey work as it progresses. B. At the end of the project, submit a certified site survey at 1 -inch equals 30 feet scale on 24 inches by 36 inches sheet. Survey shall include• all topographic features, at least every 100 feet, along the installed fence line, at the inside edge of the 12 -foot sodden area, and the property /R -O -W line. 1.06 SUBMITTALS A. Submit name and address of surveyor to the CONSULTANT. B On request of the CONSULTANT, submit documentation to verify accuracy of Field Engineering work. C. Submit certificate signed by a registered surveyor certifying that elevations are in conformance with the Contract Documents, or if not in conformance, certify as to variances from the Contract Documents. PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01050 -2 FIELD ENGINEERING , SECTION 01065 - PERMITS AND FEES PART 1 — GENERAL a Stormwater Pollution Prevention Plan (SWPPP) After construction is 1 01 The Contractor shall obtain all permits complete, Notice of Termination and licenses related to its work, (NOT) to discontinue the permit including but not limited to, the coverage is to be submitted by necessary construction permits. Cost of utilizing form 62- 621.300 (6). permit fees shall be paid by Contractor. CITY to be invoiced at actual cost C For additional information contact without markup. NPDES Stormwater Section at: PART 2 — PRODUCTS (NOT USED) Florida Department of Environmental Protection PART 3 — EXECUTION Tallahassee, FL 32399 -2400 (850) 921 -9904 3.01 NPDES COMPLIANCE A In addition to other required field END OF SECTION permitting, prior to the commencement of work, the Contractor must obtain the permit coverage for stormwater discharge from large and small construction activities and must implement appropriate pollution prevention techniques and SWPPP to minimize erosion and sedimentation to properly manage the stormwater runoff. The Contractor shall prepare a NPDES Site Plan including sketches and Best Management Practice procedures for review and comment from the Project Manager. The NPDES Site Plan shall include the control of stormwater, ground water and subsurface water dunng dewatering operations (DEP adopted Rule 62- 621.300 (4), F.A C , with specific provisions for requesting permit coverage for the management of stormwater discharge from large and small construction activities ) B The permit coverage for construction activities is to be obtained by submitting DEP form 62 -621 300 (4) (b) Notice of Intent (NOI) to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities and by preparing and implementing Boynton Beach Utilities — Central Seacrest Phase 1 SC01065 -1 PERMITS AND FEES SECTION 01070 - ABBREVIATIONS AND SYMBOLS PART 1 - GENERAL AGA American Gas Association 1 01 STANDARDS AND ABBREVIATIONS AGC Associated General Contractors of America A Referenced Standards Any AGMA Amencan Gear reference to published Manufacturers specifications or standards of any Association organization or association shall AHA American Hardboard comply with the requirements of the Association specification or standard which is Al The Asphalt Institute current on the date of AIA American Institute of Advertisement for Bids. In case of Architects a conflict between the referenced AIA American Insurance specifications or standards, the one Association having the more stringent AIEE American Institute of requirements shall govem. Electrical Engineers (Now IEEE) B In case of conflict between the AIMA Acoustical and referenced specifications or Insulating Materials standards and the Contract Association Documents, the Contract Docu- AISC American Institute of ments shall govern. Steel Construction AISI American Iron and Steel C Abbreviations. Institute AITC American Institute of AA Aluminum Association Timber Construction AAA Amencan Arbitration AMCA Air Moving and Association Condition Association AABC Associated Air Balance ANSI American National Council Standard Institute AAMA Architectural Aluminum APA American Plywood Manufacturers Assoc Association AASHO The American API American Petroleum Association of State Institute Highway Officials APWA American Public Works ABA American Bar Association Association AREA American Railway ABMA American Boiler Engineering Association Manufacturers ARI American Association Refrigeration Institute ABPA Acoustical and Board ASA American Standards Products Association Association (Now ANSI) ACI American Concrete ASAHC American Society of Institute Architectural Hardware ACPA Amencan Concrete Pipe Consultants Association ASCE American Society of AEIC Association of Edison Civil Engineers Illuminating Companies ASHRAE American Society of AFBMA Anti - Friction Bearing Heating, Refrigerating Manufacturers Assoc and Air Conditioning Boynton Beach Utilities — Central Seacrest Phase 1 SC01070 -1 ABBREVIATIONS AND SYMBOLS 0 Engineers EPA Environmental ASME American Society of Protection Agency Mechanical Engineers FCI Fluid Control Institute ASSCBC American Standard FDER Flonda Department of Safety Code for Building Environmental Construction Regulation ASSHTO American Association of FDOT Florida Department of State Highway Transportation Transportation Officials FEC Florida East -Coast ASTM Amencan Society for Railway Testing and Materials Fed Spec Federal Specification AWG American Wire Gauge FPL Florida Power and Light AWI Architectural Woodwork FPS Feet Per Second Institute FS Federal Standards AWPA American Wood GA Gypsum Association Preservers Association GPM Gallons Per Minute AWPB American Wood HMI Hoist Manufacturers Preservers Bureau Institute AWPI Amencan Wood HP Horsepower Preserves Institute HSBII Hartford Steam Boiler AWS American Welding Inspection and Society Insurance Co. AWWA American ID Inside Diameter Water Works IEEE Institute of Electrical and Association Electronic Engineers BHMA Builders Hardware IFI Industrial Fasteners Manufacturers Institute Association IPCEA Insulated Power Cable BIA Brick Institute of Engineers Association America (formerly SCPI) IPS Iron Pipe Size CDA Copper LWDD Lake Worth Drainage Development District Association MF Factory Mutual System CFS Cubic Feet Per Second MGD Million Gallons Per Day CMAA Crane Manufacturers MHI Materials Handling Association of America Institute CRSI Concrete Reinforcing MIL Military Specification Steel Institute CS Commercial Standard MMA Monorail Manufacturers DHI Door and Hardware Association Institute NBFU National Board of Fire DIPRA Ductile Iron Pipe Underwriters Association NBHA National Builders' DOT Spec- Standard Specification Hardware Association for Road and Bridge NBS National Bureau of Construction Florida Standards Department of NCSA National Crushed Stone Transportation, 1982 Association E/A Engineer and /or NCSPA National Corrugated Architect Steel Pipe Association EDA Economic Development NEC National Electrical Code Association NECA National Electrical EEI Edison Electric Institute Contractors' Association Boynton Beach Utilities — Central Seacrest Phase 1 SC01070 -2 ABBREVIATIONS AND SYMBOLS NEMA National Electrical Technical Aid Series Manufacturers' Association TCA Tile Council America NFPA National Fire Protection TDH Total Association Dynamic Head NLA National Lime TH Total Head Association UBC Uniform Building Code NPC National Plumbing Code UL Underwnter's NPDES National Pollutant Laboratories, Inc Discharge Elimination USACE United States Army System Corps of Engineers NPT National Pipe Threads USASI United States of NSC National Safety Council American Standards NSF National Sanitation Institute Foundation OD Outside Diameter C. Additional abbreviations and OSHA U.S Department of symbols are shown on the Labor, Occupational Drawings Safety and Health Administration PART 2 — PRODUCTS (NOT USED) PCA Portland Cement Association PART 3 — EXECUTION (NOT USED) PCI Prestressed Concrete Institute PS United States Products END OF SECTION Standards PSI Pounds per Square Inch PSIA Pounds per Square Inch Atmosphere PSIG Pounds Per Square Inch Gauge RPM Revolutions Per Minute SAE Society of Automotive Engineers SDI Steel Decks Institute SFWMD South Florida Water Management District SIGMA Sealed Insulating Glass Manufacturer's Association SJI Steel Joists Institute SMACNA Sheet Metal and Air Conditioning Contractors' National Association SSI Scaffolding and Shoring Institute SSPC Steel Structures Painting Council SSPC Structural Steel Painting Council STA Station (100 feet) TAS Boynton Beach Utilities — Central Seacrest Phase 1 SC01070 -3 ABBREVIATIONS AND SYMBOLS 0 SECTION 01091 - REFERENCE SPECIFICATIONS PART 1 - GENERAL remains with the Contractor 101 GENERAL 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A Applicable Publications Whenever in these Specifications references A Without limiting the generality of are made to published other requirements of the specifications, codes, standards, or Specifications, all Work specified other requirements, it shall be herein shall conform to, or exceed, understood that wherever no date the requirements of such is specified, only the latest specs- documents and are not in conflict fications, standards, or with the requirements of these requirements of the respective Specifications or applicable codes issuing agencies which have been published as of the date that the B References herein to "Building Work is advertised for bids, shall Code" shall mean the Florida apply, except to the extent that Building Code, or the approved such standards or requirements building code which replaces it may be in conflict with applicable The latest edition of the code as federal, state and local laws, adopted by the CITY as of the date ordinances, or governing codes of award as adopted by the Local No requirements set forth herein or Public Agency having jurisdiction shown on the Drawings shall be shall apply to the Work herein, waived because of any provision of including all addenda, or omission from such standards or modifications, amendments, or requirements other lawful changes thereto B Assignment of Specialists In C In case of conflict between codes, certain instances, the reference standards, drawings, and Specifications require (or imply) the other Contract Documents, the that specific Work is to be assigned most stringent requirements shall to specialist or expert entities who govern All conflicts shall be must be engaged for the brought to the attention of the performance of the Work. Such CONSULTANT for clarification and assignments shall be recognized as directions prior to ordering or special requirements over which providing any materials or labor the Contractor has no choice or The Contractor shall bid the most option These requirements shall stringent requirements not be interpreted so as to conflict with the enforcement of building D Applicable Standard Specifications codes and similar regulations The Contractor shall construct the governing the Work These Work specified herein in requirements are not intended to accordance with the requirements interfere with local union jurisdiction of the Contract Documents and the settlements and similar referenced portions of those conventions Such assignments are referenced codes, standards, and intended to establish which party or Specifications listed entity involved in a specific unit of Work is recognized as "expert" for PART II - PRODUCTS (NOT USED) the indicated construction processes or operations PART III - EXECUTION (NOT USED) Nevertheless, the final responsibility for fulfillment of the END OF SECTION entire set of contract requirements Boynton Beach Utilities — Central Seacrest Phase 1 SC01091 -1 REFERENCE SPECIFICATIONS SECTION 01100 - SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 5. Name of Contractor's Representative 1 01 PUBLIC NUISANCE 6 Local phone number of A The Contractor shall not create a Contractor's Representative public nuisance including, but not limited to, encroachment on The CITY shall approve the adjacent lands, flooding of adjacent Contractor's notification pnor to lands, or excessive noise issuance of flyer to the public. Contractor must submit B Sound levels measured by the Contractor's Notification to CITY Consultant shall not exceed 50 dBA and CONSULTANT in writing within from 7 P.M. to 7 A.M. or 60 dBA 7 one (1) week prior to working in A M. to 7 P.M This sound level public Right -of -Ways (ROW) or shall be measured at the exterior easements affecting or adjoining of the nearest exterior wall of the property owner's property. nearest residence. Levels at the equipment shall not exceed 85 1.02 HAULING AND CONSTRUCTION dBA at any time. Sound levels in OPERATIONS excess of these values are sufficient cause to have the work A The Contractor shall keep its haul halted until equipment can be route and work area(s) neat and quieted to these levels Work clean, and shall bear all stoppage by the Consultant of responsibility for the cleanup of any Owner for excessive noise shall not spill which occurs dunng the relieve the Contractor of the other transport of material to be disposed portions of this Specification of The Contractor shall including, but not limited to, immediately clean up any such spill completion dates and bid amounts or waste If the Contractor fails to clean up such spill, or waster C Construct all work to prevent run -off immediately, the CITY shall have from flowing off site the right to clean up or arrange for its clean up and charge to the D No extra charge may be made for Contractor all costs, including time lost due to work stoppage engineenng, administrative costs resulting from the creation of a and overhead, incurred by the CITY public nuisance in connection with such cleanup The CITY may also charge to the E The Contractor shall notify all Contractor any cost incurred or property owners /residents, forty- penalties imposed on the CITY as a eight (48) hours prior to working in result of any spill, dump or discard public rights -of -ways or easements Under no circumstances is this affecting or adjoining their matenal to be discharged into the properties Notification shall be waterways or any place other than hand - delivered flyer that shall where authorized to do so by the contain the following information appropriate authority The term "Contractor" as used in this section 1 Project Name shall include the Contractor's Subcontractors and other 2 Date of Commencement Contractors 3 Description of Work B The general requirements for vehicles hauling such waste 4 Name of Contractor materials are as follows Transport vehicle must be of type(s) approved Boynton Beach Utilities — Central Seacrest Phase 1 SC01100 -1 SPECIAL PROJECT PROCEDURES 7 j . for this application by the State of Florida Vehicles must be loaded within legal weight limits and operated safely within all traffic and speed regulations C The routes used by the Contractor for the conveyance of this material on a regular basis shall be subject to approval by the governing authority having jurisdiction over such routes To the extent possible, the use of residential streets shall be prohibited D Provide protection for plans designated to remain Replace damaged plants E Provide barriers to prevent unauthorized entry to site and to protect existing facilities and adjacent properties from damage. F Provide flag person(s) and necessary traffic control devices when trucks or construction equipment is entering or leaving the site PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION (NOT USED) END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01100 -2 SPECIAL PROJECT PROCEDURES SECTION 01110 - ENVIRONMENTAL PROTECTION PROCEDURES PART 1 - GENERAL in the permits and in the Specifications. 1.01 SCOPE OF WORK D. All specific conditions attached to A The work covered by this Section existing permits for this site shall consists of furnishing all labor, be included in the sedimentation materials and equipment and and erosion control measures. performing all work required for the prevention of environmental 1.02 APPLICABLE REGULATIONS pollution in conformance with applicable federal, state and local A. The Contractor shall comply with laws and regulations, during and all applicable Federal, State and as the result of construction local laws and regulations and operations under this Contract. applicable permits and their For the purpose of this specific conditions conceming Specification, environmental environmental pollution control pollution is defined as the and abatement. presence of chemical, physical, or biological elements or agents 1.03 NOTIFICATIONS which adversely affect human health or welfare; unfavorably A. The CITY and /or CONSULTANT alter ecological balances; will notify the Contractor in writing adversely affect plants or animals; of any non - compliance with the or degrade the utility of the foregoing provisions or of any environment for aesthetic and /or environmentally objectionable recreational purposes. acts and corrective action to be taken. State or local agencies B The control of environmental responsible for verification of pollution requires consideration of certain aspects of the air, water and land, and involves environmental protection management of noise and solid requirements shall notify the waste, as well as other pollutants. Contractor in writing, through the CITY or CONSULTANT, of any C The Contractor shall schedule non- compliance with State or and conduct all work in a manner local requirements. The that will minimize the erosion of Contractor shall, after receipt of soils in the area of the work. such notice from the CITY or Provide erosion control measures Consultant or from the regulatory required to prevent silting, agency through the CITY and /or muddying, or pollution of CONSULTANT, immediately take wetlands, streams, rivers, corrective action. Such notice, impoundments, lakes, stormwater when delivered to the Contractor ponds, etc. All erosion control or their authorized representative measures shall be in place in an at the site of the work, shall be area prior to any construction deemed sufficient for the purpose. activity in that area and shall be If the Contractor fails or refuses maintained throughout to comply promptly, the CITY may construction. Specific issue an order stopping all or part requirements for erosion and of the work until satisfactory sedimentation controls are corrective action has been taken. specified in Section 02270. The No part of the time lost due to Contractor will be required to any such stop orders shall be meet all the conditions specified made the subject of a claim for Boynton Beach Utilities — Central Seacrest Phase 1 SC01110 -1 ENVIRONMENTAL PROTECTION PROCEDURES r i extension of time or for excess and approved by the South costs or damages by the Florida Water Management Contractor unless it is later District prior to the determined that the Contractor commencement of work requiring was in compliance. dewatenng. Contractor must comply with permits. However, 104 IMPLEMENTATION no water from dewatering activities may be discharged A Prior to commencement of the offsite At the completion of the Work, the CONTRACTOR shall Work, ditches shall be backfilled meet with the CITY and and the ground surface restored CONSULTANT to develop mutual to original condition. understandings relative to compliance with this provision 3.02 PROTECTION OF STREAMS AND and administration of the CANALS environmental pollution control program. A Care shall be taken by Contractor to prevent, or reduce to a B The Contractor shall remove minimum, any damage to any temporary environmental control ditch or the stormwater outfall features, when approved by the canal, from pollution by debris, CITY or CONSULTANT, and sediment or other material, or incorporate permanent control from the manipulation of features into the project at the equipment and /or materials in or earliest practicable time near such ditches. Water that has been used for washing or PART 2 - PRODUCTS (NOT USED) processing, or that contains oils or sediments that will reduce the PART 3 - EXECUTION quality of the water in the ditch, shall not be directly retumed to 3.01 EROSION CONTROL the ditch. Such waters will be diverted through a settling basin A The Contractor shall provide or filter approved by the CITY or positive means of erosion control CONSULTANT and meet required such as shallow run on and run standards before being directed off ditches around construction to into the ditches and other water carry off surface water. Erosion bodies. control measures, such as siltation basins, hay check dams, B. The Contractor shall not mulching, jute netting and other discharge water from dewatering equivalent techniques, shall be operations directly into any live or used as appropriate. Flow of intermittent stream, channel, surface water into excavated wetlands, surface water or any areas shall be prevented. Ditches storm sewer Water from around construction area shall dewatering operations shall be also be used to carry away water treated by filtration, settling resulting from dewatenng of basins, or other approved method excavated areas If dewatering is to reduce the amount of sediment necessary and exceeds SFWMD contained in the water to thresholds, a dewatering plan allowable levels. must be prepared by a certified Registered Professional Engineer C. All preventative measures shall in the State of Florida and be taken by Contractor to avoid submitted to the CITY and spillage of petroleum products CONSULTANT, then submitted and other pollutants In the event Boynton Beach Utilities — Central Seacrest Phase 1 SC01110 -2 ENVIRONMENTAL PROTECTION PROCEDURES (y of any spillage, prompt remedial markers shall be protected action shall be taken in similarly before beginning accordance with a contingency operations near them. action plan approved by the Florida Department of D Any trees or other landscape Environmental Protection. feature scarred or damaged by Contractor shall submit two (2) the Contractor's equipment or copies of approved contingency operations shall be restored as plans to the CITY and nearly as possible to its original CONSULTANT. condition. 3.03 PROTECTION OF LAND All trimming or pruning shall be RESOURCES performed in an approved manner by experienced workmen with A Land resources within the project saws or pruning shears. Tree boundaries and outside the limits trimming with axes will not be of permanent work shall be permitted. restored to a condition, after completion of construction that Climbing ropes shall be used will appear to be natural and not where necessary for safety. Trees detract from the appearance of that are to remain, either within or the project. Contractor shall outside established clearing confine all construction activities limits, that are subsequently to areas shown on the Drawings damaged by the Contractor and are beyond saving as determined B. Outside of areas requiring by the CITY and /or earthwork for the construction of CONSULTANT shall be the new facilities, the Contractor immediately removed and shall not deface, injure, or destroy replaced. trees or shrubs, nor remove or cut them without prior approval from E. The locations of the Contractor's the CITY and CONSULTANT. No storage, and other construction ropes, cables, or guys shall be structures required temporarily in fastened to or attached to any the performance of the Work, existing nearby trees for shall be cleared as shown on the anchorage unless specifically Drawings. Drawings showing authorized by the CITY and storage facilities shall be CONSULTANT. Where such submitted for approval of the special emergency use is CITY and CONSULTANT. permitted, first wrap the trunk with a sufficient thickness of burlap or F. If the Contractor proposes to rags over which softwood cleats construct temporary roads or shall be tied before any rope, embankments and excavations cable, or wire is placed The for work areas, it shall submit the Contractor shall in any event be following for approval at least responsible for any damage thirty (30) days prior to scheduled resulting from such use. start of such temporary work. C. Where trees may possibly be 1. A layout of all temporary defaced, bruised, injured, or roads, excavations and otherwise damaged by the embankments to be Contractor's equipment, dumping constructed within the work or other operations, protect such area. trees by placing bamcades around them Monuments and Boynton Beach Utilities — Central Seacrest Phase 1 SC01110 -3 ENVIRONMENTAL PROTECTION PROCEDURES l e 2 Details of temporary road control dust. The use of construction. petroleum products is prohibited 3 Drawings and cross sections D. Sprinkling, to be approved, must of proposed embankments be repeated at such intervals as and their foundations, to keep all parts of the disturbed including a description of area at least damp at all times, proposed materials. and the Contractor must have sufficient competent equipment G. The Contractor shall remove all on the job to accomplish this if signs of temporary construction sprinkling is used. Dust control facilities such as haul roads, work shall be performed as the work areas, structures, foundations of proceeds and whenever a dust temporary structures, stockpiles nuisance or hazard occurs, as of excess of waste materials, or determined by the CITY and /or any other vestiges of construction CONSULTANT. as directed by the CITY and CONSULTANT The disturbed 3.05 MAINTENANCE OF POLLUTION areas shall be prepared and CONTROL FACILITIES DURING seeded as described in Section CONSTRUCTION 02924 SEED, MULCH and FERTILIZER, or as approved by A. During the life of this Contract, the the CONSULTANT. Contractor shall maintain all facilities constructed for pollution H. All debns and excess material will control as long as the operations be disposed of in approved areas creating the particular pollutant as noted on the Drawings. are being carried out or until the material concerned has become 3.04 PROTECTION OF AIR QUALITY stabilized to the extent that pollution is no longer being A Buming No open fires or buming created. will be permitted. If need dictates burning of any kind, Contractor END OF SECTION must obtain prior approval of CITY and obtain appropriate permits from the state and local government agencies. B Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpiles, access roads, waste areas, borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others. C An approved method of stabilization consisting of sprinkling or other similar methods will be required to Boynton Beach Utilities — Central Seacrest Phase 1 SC01110 -4 ENVIRONMENTAL PROTECTION PROCEDURES // ! SECTION 01153 - CHANGE ORDER PROCEDURES PART 1 — GENERAL B. Agreement 1.01 SCOPE: C General Conditions A The CITY, without invalidating the D Supplementary Conditions Contract, may make adjustments to bid item quantities by adding to or E Section SC01027: Applications for deducting from the quantities on Payments. the Schedule of Bid Items, as the Work progresses. These F Section SC01310 Progress adjustments shall be in accordance Schedules with the unit or line item price set forth on the Schedule of Bid Items G Section SC01370 Schedule of and are tracked as Work Values. progresses, and approved on the monthly Application for Payment H. Section SC01630: Substitutions form and Product Options. 1 02 REQUIREMENTS INCLUDED I Section SC01700 Contract Closeout. A Promptly implement Change Order procedures. 104 DEFINITIONS 1 Provide full wntten data A. Change Order See General required to evaluate change Conditions 2 Maintain detailed records of B Construction Change Authorization. work done on a time and A written order to the Contractor, matenallforce account basis. signed by CITY and CONSULTANT, which amends the Contract Documents as described, 3 Provide full documentation to and authorizes Contractor to CONSULTANT on request. proceed with a change that affects the Contract Sum or the Contract B Designate in writing the member of Time, for inclusion in a subsequent Contractor's organization Change Order. 1 Who is authorized to accept C Field Order A written order, changes in the Work. instructions, or interpretations, signed by CONSULTANT making 2 Who is responsible for minor changes in the Work not informing others in the involving a change in Contract Sum Contractor's employ the or Contract Time. authorization of changes in the Work 1 05 PRELIMINARY PROCEDURES A CONSULTANT may initiate C. CITY will designate in writing the changes by submitting a Proposal person who is authorized to Request to Contractor Request execute Change Orders will include 1 03 RELATED REQUIREMENTS 1 Detailed description of the change, products, and location A. Bid Form of the change in the Project. Boynton Beach Utilities — Central Seacrest Phase 1 SC01153 -1 CHANGE ORDER PROCEDURES 2 Supplementary or revised C CITY and CONSULTANT will sign Drawings and Specifications and date the Construction Change Authorization as authorization for 3 The projected time span for the Contractor to proceed with the making the change, and a changes specific statement as to whether overtime work is, or is D Contractor shall sign and date the not, authorized Construction Change Authorization to indicate agreement with the 4 A specific period of time during terms therein which the requested price will be considered valid 1 07 DOCUMENTATION OF PROPOSALS AND CLAIMS 5 Such request is for information only, and is not an instruction A Support each quotation for a lump - to execute the changes, nor to sum proposal, and for each unit stop work in progress price which has not previously been established, with sufficient B. Contractor may initiate changes by substantiating data to allow submitting a written notice to CONSULTANT to evaluate the Consultant containing quotation. 1 Description of the proposed B On request provide additional data changes to support time and cost computations 2 Statement of the reason for making the changes 1 Labor required 3 Statement of the effect on the 2 Equipment required Contract Sum and the Contract Time 3 Products required 4 Statement of the effect on the a Recommended sources of Work of separate contractors purchase and unit cost. 5 Documentation supporting any b Quantities required change in Contract Sum or Contract Time, as appropriate 4 Taxes, insurance, and bonds 1 06 CONSTRUCTION - CHANGE 5 Credit for work deleted from AUTHORIZATION Contract, similarly documented A In lieu of Proposal Request, CONSULTANT may issue a 6 Overhead and profit. construction change authorization for Contractor to proceed with a 7 Justification for any change in change for subsequent inclusion in Contract Time a Change Order C Support each claim for additional B Authorization will describe changes costs, and for work done on a time - in the Work, both additions and and- material/force account basis, deletions, with attachments of with documentation as required for revised Contract Documents to a lump -sum proposal, plus define details of the change, and additional information will designate the method of determining any change in the 1 Name of CITY's authorized Contract Sum and any change in agent who ordered the work, Contract Time and the date of the order Boynton Beach Utilities — Central Seacrest Phase 1 SC01153 -2 CHANGE ORDER PROCEDURES 2 Dates and times work was C Contractor shall sign and date the performed, and by whom Change Order to indicate agreement with the terms therein 3. Time record, summary of hours worked, and hourly rates paid 1 10 UNIT PRICE CHANGE ORDER 4 Receipts and invoices for A. Content of Change Orders will be based on, either: a. Equipment used, listing dates and times of use. 1. CONSULTANT's definition of the scope of the required b Products used, listing of changes, or quantities 2 Contractor's Proposal for a c Subcontractors. change, as recommended by CONSULTANT; or D Document requests for substitutions for products as 3. Survey of completed work specified in Section SC01630. B The amounts of the unit prices to 1 08 PREPARATION OF CHANGE ORDERS be: A CONSULTANT will initiate each 1 Those stated in the Change Order. Agreement B Change Order will describe 2 Those mutually agreed upon changes in the Work, both between CITY and Contractor additions and deletions, with attachments of revised Contract C. When quantities of each of the Documents to define details of the items affected by the Change Order change. can be determined prior to start of the work: C Change Order will provide an accounting of the adjustment in the 1. CITY and CONSULTANT will Contract Sum and in the Contract sign and date the Change Time Order as authorization for Contractor to proceed with the 1.09 LUMP - SUM /FIXED PRICE CHANGE changes ORDER 2. Contractor shall sign and date A Content of Change Orders will be the Change Order to indicate based on, either agreement with the terms herein 1 CONSULTANT'S Proposal Request and Contractor's D When quantities of the items Responsive Proposal as cannot be determined prior to start mutually agreed between CITY of the work and Contractor; or 1 CONSULTANT will issue a 2 Contractor's Proposal for a construction change change, as recommended by authorization - directing the CONSULTANT Contractor to proceed with the change on the basis of unit B CITY and CONSULTANT will sign prices and date the Change Order as authorization for the Contractor to 2. At completion of the change, proceed with the changes CONSULTANT will determine Boynton Beach Utilities — Central Seacrest Phase 1 SC01153 -3 CHANGE ORDER PROCEDURES 0 the cost of such work based on for Payment forms to record each the unit paces and quantities change as a separate item of work, used and to record the adjusted Contract Sum a Contractor shall submit documentation to establish B. Contractor shall periodically revise the number of units of the Construction Schedule to reflect each item and any claims each change in Contract Time for change in Contract Time 1 Contractor shall revise sub - schedules to show changes for 3 CONSULTANT will sign and other items of work affected by date the Change Order to the changes establish the change in Contract Sum and in Contract C Upon completion of work under a Time Change Order, Contractor shall enter pertinent changes in Record 4 CITY and Contractor will sign Documents. and date the Change Order to indicate their agreement with PART 2 — PRODUCTS (NOT USED) the terms therein PART 3 — EXECUTION (NOT USED) 111 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/ END OF SECTION CONSTRUCTION CHANGE AUTHORIZATION A CONSULTANT will issue a Construction Change Authorization directing Contractor to proceed with the changes B At completion of the change, Contractor shall submit itemized accounting and supporting data as provided in the Article "Documentation of Proposals and Claims" of this Section C CONSULTANT will determine the allowable cost of such work, as provided in General Conditions and Supplementary Conditions D CONSULTANT will sign and date the Change Order to establish the change in Contract Sum and in Contract Time E CITY and Contractor will sign and date the Change Order to indicate their agreement therewith 112 CORRELATION WITH CONTRACTOR'S SUBMITTALS A Contractor shall periodically revise Schedule of Values and Request Boynton Beach Utilities — Central Seacrest Phase 1 SC01153 -4 CHANGE ORDER PROCEDURES ,V 1 SECTION 01200 - PROJECT MEETINGS PART 1 - GENERAL the meeting. 1.01 DESCRIPTION B. Related Requirements Described Elsewhere A. Scope of Work: 1. Progress Schedules: 1. The Consultant shall Section SC01310. schedule and administer 2. Shop Drawings, Working pre- construction meeting, Drawings, and Samples• monthly progress meetings, Section SC01340. and specifically called 3. Security and Safety meetings throughout the Procedures for progress of the Work. The Infrastructure Projects: Consultant shall: Section SC01540 4. Project Record Documents: a. Prepare agenda for Section SC01720. meetings. 1.02 PRE - CONSTRUCTION MEETING b. Make physical arrangements for A. The Consultant shall schedule a meetings. preconstruction meeting no later than ten (10) days after date of c. Preside at meetings issuance of Award letter 2. Representatives of B. Location: A local site, Contractor, subcontractors convenient for all parties, and suppliers attending designated by the Consultant. meetings shall be qualified and authorized to act on C Attendance. behalf of the entity each represents. 1. CITY's representative. 3. The Contractor shall attend 2. Consultant and Consultant's meetings to ascertain that professional consultants. work is expedited consistent with Contract Documents 3. Resident project and construction schedules. representative. The Consultant shall record the pre - construction 4. Contractor and its meeting and each progress superintendent meeting in its entirety, and shall provide the Consultant 5. Major subcontractors with a voice recording, having good quality and 6. Representatives of major clarity, and a typed suppliers and manufacturers transcript of the minutes of as appropriate. each meeting. A copy of the minutes of each progress 7. Govemmental and Utilities meeting shall be available representatives as five (5) business days after appropriate Boynton Beach Utilities — Central Seacrest Phasel SC01200 -1 PROJECT MEETINGS 8 Others as requested by the f. Applications for Contractor, CITY and Payment. Consultant. 6. Submittal of Shop Drawings, D. The purpose of the pre- project data and samples. construction meeting is to designate responsible personnel 7. Adequacy of distribution of and establish a working Contract Documents relationship. Matters requiring coordination will be discussed 8. Procedures for maintaining and procedures for handling Record Documents. such matters established. The suggested agenda should 9. Use of premises: include: a Office, work and 1. Distribution and discussion storage areas. of: b. CITY's requirements. a. List of major subcontractors and c. Access and traffic suppliers control. b. Projected schedules. 10 Construction facilities, controls and construction c. Schedule of Values aids. d. NPDES plan 11. Temporary utilities. 2. Critical work sequencing. 12. Safety and first aid Relationships and procedures. coordination with other contracts and /or work. 13. Check of required Bond and Insurance certifications 3 Major equipment deliveries and priorities 14. Completion time for Contract and liquidated 4 Project coordination: damages. Designation and responsible personnel. 15. Request for extension of Contract Time 5 Procedures and processing of. 16 Weekly job meeting for all involved a Field decisions 17. Security procedures. b. Proposal requests. 18. Procedures for making c. Request for Information. partial payments d Submittals. 19 Guarantees on completed work e Change Orders. Boynton Beach Utilities — Central Seacrest Phasel SC01200 -2 PROJECT MEETINGS , 20. Equipment to be used 1. Consultant and its representatives as needed. 21. Staking of work. 2. Contractor. 22. Project inspection. 3. C)TY's representatives 23. Labor requirements. 4. Subcontractors (active on 24. Laboratory testing of the site) material requirements 5 Others as appropriate to the 25 Provisions for material agenda (suppliers, stored on site. manufacturers, other subcontractors, etc.) 26. Requirements of other organizations. E The Consultant shall preside at the meetings and provide for 27. Rights -of -way and keeping minutes and distribution easements. of the minutes to the CITY, Consultant and others. The 28 Housekeeping procedures. purpose of the meetings will be to review the progress of the 29. Liquidated damages. Work. The agenda will include but not be limited to the 30. Posting of signs. following: 31 Pay request submittal dates. 1 Review approval of minutes of previous meeting. 32. Equal opportunity requirements. 2. Review of work progress since previous meeting and 1.03 PROGRESS MEETINGS work scheduled (3 -week look ahead schedule). A. The Consultant shall schedule and conduct regular periodic 3. Field observations, meetings. The progress problems, and conflicts meetings will be held every thirty (30) days and at other times as 4 Problems which impede required by the progress of the construction Schedule. Work The first meeting shall be held within thirty (30) days after 5. Review of off -site the preconstruction meeting or fabrication, delivery thirty (30) days or less after the schedules. date of Notice to Proceed. 6. Corrective measures and B. Hold called meetings as procedures to regain required by progress of the projected schedule Work. 7. Status of approved C Location of the meetings Site construction schedule. selected by Consultant. 8. Progress schedule during D Attendance succeeding work period. Boynton Beach Utilities — Central Seacrest Phasel SC01200 -3 PROJECT MEETINGS 0 materials. 9 Coordination of schedules 4. Status of open deficiencies 10 Review status of submittals, and what is being done to expedite as required correct the same 11 Maintenance of quality G The Contractor is to provide a standards. current submittal log at each progress meeting in accordance 12 Pending changes and with Section SC01340: Shop substitutions Drawings, Working Drawings and Samples. 13 Shop Drawing problems. 1.04 SPECIAL MEETINGS 14 Review proposed changes for A The Contractor may be required to attend certain City Hall a. Effect on construction meetings to inform the public schedule and on before commencement or completion date. during progress of the project to discuss specific issues. b. Effect on other contracts of the Project PART 2- PRODUCTS (NOT USED) 15. Construction schedule PART 3 - EXECUTION (NOT USED) 16. Critical /long lead items END OF SECTION 17. Other business. F The Contractor is to attend monthly progress meetings and is to study previous meeting minutes and current agenda items, and be prepared to discuss pertinent topics and provide specific information including but not limited to: 1 Status of all submittals and what specifically is being done to expedite them 2 Status of all activities behind schedule and what specifically will be done to regain the schedule. 3 Status of all matenal deliveries, latest contact with equipment manufacturer and specific actions taken to expedite Boynton Beach Utilities — Central Seacrest Phasel SC01200 -4 PROJECT MEETINGS r SECTION 01310 - PROGRESS SCHEDULES PART 1 - GENERAL 2. Applications for Payment Section SC01027 101 DESCRIPTION 3. Change Order Procedures A Scope of Work. Section SC01153 1 Prior to Pre - Construction 4. Project Meetings Section Meeting, Contractor shall SC01200 prepare and submit to the CONSULTANT initial 5 Shop Drawings, Working construction schedule(s) Drawings, and Samples demonstrating complete Section SC01340 fulfillment of all Contract requirements utilizing a Cntical 6. Schedule of Values Section Path Method (hereinafter SC01370 referred to as CPM) in planning, coordinating and 102 QUALIFICATIONS performing the Work under this Contract (including all activities A A statement of computerized CPM of subcontractors, equipment capability shall be submitted by vendors and suppliers) The Contractor in writing prior to the principles and definition CPM award of the Contract and shall terms used herein shall be as verify that either Contractor's set forth in the Associated organization has in -house General Contractors of capability to use the CPM America (AGC) publication, technique or that Contractor will The Use of CPM in employ a CPM consultant who is so Construction. A Manual for qualified General Contractors and the Construction Industry, latest B. In -house capability shall be verified edition, but the provisions of by description of construction this Specification shall govern projects to which Contractor or the planning, coordinating and Contractor's consultant has performance of the Work. successfully applied computerized Assumed notice to proceed CPM and shall include at least two date for this schedule shall be (2) projects valued at least half the ninety (90) days from bid expected value of this Project opening date 1 03 FORM OF SCHEDULES 2 After issuance of Notice To Proceed, Contractor shall A Maximum Sheet Size 24 inches by submit revised progress 36 inches schedules on a bi- weekly basis. No partial payments 1.04 CONTENT OF SCHEDULES shall be approved until there is an approved construction A Construction Progress Schedule. progress schedule on hand. 1 Show the complete sequence B Related Requirements Described of construction by activity Elsewhere• 2 Show the dates for the 1. Summary of Project Section beginning of, and completion SC01010 of, each major element of construction in no more than a two (2) week increment scale Boynton Beach Utilities — Central Seacrest Phase 1 SC01310 -1 PROGRESS SCHEDULES , Specifically list, but not limit to not be deemed to have been approved by the CONSULTANT. a Obtaining all Failure to include any element of permits /construction work required for the performance easements Of needed) of this Contract shall not excuse the b Shop Drawing Contractor from completing all work submitted /review time required within any applicable c Site cleanng /filling Completion Date, notwithstanding d Site utilities the CONSULTANT'S approval of e Pipeline installation the progress schedule f Roadway installation g Subcontractor work 1 05 PROGRESS REVISIONS h Equipment installations i Finishings A Indicate progress of each activity to j Instrumentation date of submission k Painting I Operator training B Show changes occurring since m Testing previous submission of schedule n Start-up o Receipt of spare parts 1 Major changes in scope 2 Activities modified since 3 Show projected percentage of previous submission completion for each item, as of the first day of each month. 3 Revised projections of progress and completion 4 Show projected dollar cash flow requirements for each 4 Other identifiable changes month of construction and for each activity as indicated by C Provide a narrative report as the approved Schedule of needed to define Values 1 Problem areas, anticipated B Submittals schedule for Shop delays, and the impact on the Drawings and Samples shall be in schedule accordance with Section SC01340: Shop Drawings, Product Data and 2 Corrective action Samples. Indicate on the Schedule recommended, and its effect the following. 3. The effect of changes on 1 The dates for Contractor's schedules of other prime submittals contractors 2 The dates submittals will be D If the Work falls behind the critical required for CITY - furnished path schedule by two (2) weeks or products, if applicable more, the Contractor must prepare a recovery schedule 3 The dates approved submittals will be required from the 106 SUBMISSIONS CONSULTANT A Submittal Requirements C A typewritten list of all long lead items (equipment, materials, etc.) 1 Logic network and /or time phased bar chart, computer D To the extent that the progress generated schedule or any revised progress schedule shows anything not jointly 2 Computerized network agreed upon or fails to show analysis anything jointly agree upon, it shall Boynton Beach Utilities — Central Seacrest Phase 1 SC01310 -2 PROGRESS SCHEDULES a. Sort by early start CONSULTANT as to form and content, when in the opinion of the b Sort by float CONSULTANT, it demonstrates a substantial basis for equitably c Sort by distributing the Contract Sum predecessor /successor When the network diagram and tabulated schedule have been 3 Narrative description of the accepted, The Contractor shall logic and reasoning of the submit to the CONSULTANT five schedule (5) copies of the time - scaled network diagram, five (5) copies of B. Within ten (10) working days after a computerized tabulated schedule the conclusion of the in which the activities have been CONSULTANT's review of initial sequenced by numbers, five (5) schedule, Contractor shall revise copies of a computerized tabulated the network diagram as required schedule in which the activities and resubmit the network diagram have been sequenced by early and a tabulated schedule produced starting date, and five (5) copies of therefrom. The revised network a computerized, tabulated schedule diagram and tabulated schedule in which activities have been shall be reviewed and accepted or sequenced by total float, and five rejected by the CONSULTANT (5) copies sorted by within fifteen (15) working days predecessor /successor after receipt The network diagram and tabulated schedule when D Revised Work Schedules accepted by the CONSULTANT Contractor, if requested by the shall constitute the Project work CONSULTANT, shall provide a schedule unless a revised schedule revised work schedule if, at any is required due to substantial time, the CONSULTANT considers changes in the work scope, a the completion Date to be in change in Contract Time or a jeopardy because of "activities recovery schedule is required and behind schedule." The revised requested. work schedule shall include a new diagram and tabulated schedule C Acceptance. The finalized conforming to the requirements of schedule will be acceptable to the Paragraph 1 09, herein, designed CONSULTANT, when in the opinion to show how Contractor intends to of the CONSULTANT; it accomplish the work to meet the demonstrates an orderly completion date. The form and progression of the Work to method employed by Contractor completion in accordance with the shall be the same as for the original Contract requirements Such work schedule, No payment will be acceptance will neither impose on made if activities fall more than two the CONSULTANT responsibility for (2) weeks behind schedule and a the progress or scheduling of the revised work schedule is not Work nor relieve Contractor from furnished. full responsibility therefore The finalized schedule of Shop Drawing E. Schedule Revisions The submittals will be acceptable to the CONSULTANT may require CONSULTANT, when in the opinion Contractor to modify any portions of of the CONSULTANT, it the work schedule that become demonstrates a workable infeasible because of "activities arrangement for processing the behind schedule" or for any other submittals in accordance with the valid reason An activity that requirements. The finalized cannot be completed by its original Schedule of Values (lump sum latest completion date shall be price breakdown), as applicable, deemed to be behind schedule No will be acceptable to the change may be made to the Boynton Beach Utilities — Central Seacrest Phase 1 SC01310 -3 PROGRESS SCHEDULES 4 10 sequence, duration or relationships be defined by manpower of any activity without approval of category and man - hours, the CONSULTANT equipment by type and hours) 1 07 DISTRIBUTION 4 Show all work activities and interfaces including submittals A Contractor shall distribute copies of as well as major material and the reviewed schedules to equipment deliveries 1 CONSULTANT C Networks 2 Jobsite file 1. The CPM network, or diagram, shall be in the form of a time - 3 Subcontractors scaled diagram of the customary activity -on -type and 4 Other concerned parties may be divided in to a number of separate pages with suitable 5 CITY (two copies) notation relating the interface points among the pages B Instruct recipients to report Individual pages shall not promptly to the Contractor, in exceed 36 inches by 60 writing, any problems anticipated by inches. Notation on each the projections shown in the activity line shall include a brief schedules work description and a duration, as described in 1 08 CHANGE ORDERS Paragraph 1 09D , herein A Upon approval of a Change Order, 2 All construction activities and the approved changes shall be procurement shall be indicted reflected in the next scheduled in a time- scaled format, and a revision or update submittal by calendar shall be shown on all Contractor sheets along the entire sheet length Each activity arrow 1 09 CPM STANDARDS shall be plotted so the beginning and completion A CPM, as required by this Section, dates of such activity can be shall be interpreted to be generally determined graphically by as outlined in the Associated comparison with the calendar General Contractor's (AGC) scale All activities shall be publication, The Use of CPM in shown using the symbols that Construction, A Manual for General clearly distinguish between Contractors and the Construction critical path activities, non- Industry, Copyright 1976 critical path activities and float for each non- cntical activity B Work schedules shall include a All non - critical path activities graphic network and computerized, shall show estimated tabulated schedules as described performances time and float below To be acceptable the time in scaled form schedule must demonstrate the following D The duration indicated for each activity shall be in calendar days 1 A logical succession of work and shall represent the single best from start to finish time considering the scope of the Work and resources planned for 2 Definition of each activity the activity including time for inclement weather Except for 3 A logical flow of work certain non -labor activities, such as crews /equipment (crews are to curing concrete or delivering Boynton Beach Utilities — Central Seacrest Phase 1 SC01310 -4 PROGRESS SCHEDULES materials, activity durations shall 8 Actual Start Date and Finish not exceed fourteen (14) days nor Date for all update schedules. be less than one (1) day unless otherwise accepted by the 1 10 SCHEDULE MONITORING CONSULTANT A At not less than monthly intervals or E Tabulated Schedules The initial when specifically requested by schedule shall include the following CONSULTANT, Contractor shall minimum data for each activity. submit to the CONSULTANT a computer printout of an updated 1 Activity Beginning and Ending schedule for those activities that Numbers, single activity remain to be completed numbers may be used B The updated schedule shall be 2 Duration. submitted in the form, sequence, and number of copies requested for 3. Activity Description the initial schedule 4. Early Start Date (Calendar 1 11 PROGRESS MEETINGS Dated). For the monthly progress meeting, 5 Early Finish Date (Calendar Contractor shall submit a revised CPM Dated) schedule and a 3 -week look -ahead schedule, showing all activities in 6 Identified Critical Path. progress, uncompleted or scheduled to be worked dunng the weeks. The 3 7 Total Float (Note. No activity weeks include the current week plus the may show more than 20 days next 2 weeks. All activities shall be from float) the approved CPM and must be as shown on the CPM unless behind or 8 Cost of Activity. ahead of schedule 9 Equipment Hours by type, man power /hours by crew or trade PART 2 — PRODUCTS (NOT USED) F Project Information. Each tabulation shall be prefaced with PART 3 — EXECUTION (NOT USED) the following summary data. END OF SECTION 1 Project Name. 2 Contractor 3 Type of Tabulation (Initial or Updated). 4 Project Duration. 5. Project Scheduled Completion Date 6 Effective or Starting Date of the Schedule 7 New Projects Completion Date and Project Status, if an updated or revised schedule Boynton Beach Utilities — Central Seacrest Phase 1 SC01310 -5 PROGRESS SCHEDULES M SECTION 01340 - SHOP DRAWINGS, WORKING DRAWINGS, AND SAMPLES PART 1 - GENERAL meeting with the City and the CONSULTANT. This log 101 DESCRIPTION should include the following items A Scope of Work: a. Submittal - Description and 1 The Contractor shall submit to Number assigned the CONSULTANT for review and approval, such Shop b Date to CONSULTANT Drawings, Test Reports and Product Data on materials and c Date returned to equipment (hereinafter in this Contractor Section called Data), and material samples (hereinafter d. Status of Submittal in this Section called Samples) (Approved as Noted, as are required for the proper Rejected /Re- submit). control of work, including but not limited to those Shop e. Date of Resubmittal and Drawings, Data and Samples Retum (as applicable). for materials and equipment specified elsewhere in the f Date material release for Specifications and in the fabrication Contract Drawings g Projected date of 2 With the Contractor's executed fabrication agreement and Bond Submittal, the Contractor shall h Projected date of delivery submit to the CONSULTANT a to site complete list of preliminary Data on items for which Shop i Status of O &M manuals Drawings are to be submitted. submittal Included in this list shall be the names of all proposed j Specification Section manufacturers furnishing specified items Review of this k Drawings Sheet Number list by the CONSULTANT shall in no way expressed or implied B Related Requirements Described relieve the Contractor from Elsewhere submitting complete Shop Drawings and providing 1 General Conditions materials, equipment, etc , fully in accordance with the 2 Progress Schedules Section Specifications This procedure SC01310 is required in order to expedite final review of Shop Drawings 3 Material and Equipment The Contractor shall include Section SC01600 Shop Drawing review time on the Project schedule (see 4 Project Record Documents section SC01310) Section SC01720 3 The Contractor is to maintain 5 Operating and Maintenance an accurate updated submittal Data Section SC01730 log and will bring this log to each scheduled progress 1 02 CONTRACTORS RESPONSIBILITY Boynton Beach Utilities — Central Seacrest Phase 1 SC01340 -1 SHOP DRAWINGS, WORK DRAWINGS AND SAMPLES A The Contractor shall furnish the b The Contractor shall also CONSULTANT a schedule of Shop list any deviations from Drawings submittals fixing the Contract Drawings, Project respective dates for the submission Specifications and of Shop Drawings, the beginning of referenced specifications manufacture, testing and or codes and identify in installation of materials, supplies "green" ink prominently on and equipment. This schedule the drawings shall indicate those that are critical to the progress schedule. 6 Submittal Log Number conforming to Specification B The Contractor shall not begin any Log Number of the work covered by a Shop Drawing, Data, or a Sample E The Contractor shall submit SIX (6) returned for correction until a COPIES OF SHOP DRAWINGS revision or correction thereof has TO THE CONSULTANT. The been reviewed and returned to him, CONSULTANT will review the by the CONSULTANT, with submittal and return to the approval Contractor three (3) copies with C. The Contractor shall submit to the appropriate review comments CONSULTANT all drawings and schedules sufficiently in advance of F The Contractor shall be responsible construction requirements to for and bear all costs of damages provide no less than twenty -one which may result from the ordering (21) calendar days for checking of any material or from proceeding and appropriate action from the with any part of work prior to the time the Consultant receives them completion of the review by the CONSULTANT of the necessary D All submittals shall be accompanied Shop Drawings with a transmittal letter prepared in duplicate containing the following G The Contractor shall not use Shop information: Drawings as means of proposing alternate items to demonstrate 1 Date. compliance to Contract requirements. 2 Project Title and Number H Each submittal will bear a stamp 3 Contractor's name and indicating that Contractor has address. satisfied Contractor's obligations under the Contract Documents with 4 The number of each Shop respect to Contractors review and Drawings, Project Data, and approval of that submittal Sample submitted I. Drawings and schedules shall be 5 Notification of Deviations from checked and coordinated with the Contract Documents work of all trades and sub- contractors involved, before they a The Contractor shall are submitted for review by the indicate in bold type at CONSULTANT and shall bear the the top of the cover sheet Contractor's stamp of approval as of submittal of Shop evidence of such checking and Drawing if there is a coordination Drawings or deviation from Contract schedules submitted without this Drawings, Project stamp of approval shall be returned Specifications and to the Contractor for resubmission referenced specifications or codes 1 03 CONSULTANTS REVIEW OF SHOP DRAWINGS Boynton Beach Utilities — Central Seacrest Phase 1 SC01340 -2 SHOP DRAWINGS, WORK DRAWINGS AND SAMPLES the CONSULTANT's comments A The CONSULTANT's review of highlighted on the Shop Drawing Shop Drawings, Data and Samples as submitted by the Contractor, will F "Rejected" - Contractor shall be to determine if the items(s) resubmit Shop Drawing for review conform to the information in the by Consultant Contract Documents and are compatible with the design concept G Resubmittals will be handled in the The CONSULTANT's review and same manner as first submittals exceptions, if any, will not constitute On resubmittals the Contractor an approval of dimensions, shall direct specific attention, in connections, quantities, and details writing or on resubmitted Shop of the material, equipment, device, Drawings, to revisions other than or item shown the corrections requested by the CONSULTANT on previous B The review of drawings and submissions. The Contractor shall schedules will be general, and shall make any corrections required by not be construed the CONSULTANT 1 As permitting any departure H If the Contractor considers any from the Contract correction indicated on the requirements. drawings to constitute a change to the Contract Drawings or 2 As relieving the Contractor of Specifications, the Contractor shall responsibility for any errors, give written notice thereof to the including details, dimensions, CONSULTANT and materials 1 When the Shop Drawings have 3 As approving departures from been completed to the satisfaction details furnished by the of the CONSULTANT, the Consultant, except as Contractor shall carry out the otherwise provided herein construction in accordance therewith and shall make no further C If the drawings or schedules as changes therein except upon submitted describe vanations and written instructions from the show a departure from the Contract CONSULTANT. requirements which the CONSULTANT finds to be in the J No partial submittals will be interest of the City and to be so reviewed. Submittals not deemed minor as not to involve a change in complete will be stamped Contract Price or time for "Rejected" and returned to the performance, the CONSULTANT Contractor for resubmittal Unless may return the reviewed drawings otherwise specifically permitted by without noting an exception the CONSULTANT, make all submittals in groups containing all D "Approved As Noted" - Contractor associated items for shall incorporate CONSULTANT's comments into the submittal before 1 Systems release to manufacturer. The Contractor shall send a letter to the 2 Processes CONSULTANT acknowledging the comments and their incorporation 3 As indicated in specific into the Shop Drawing Specifications Sections. E "Amend And Resubmit" - K All drawings, schematics, Contractor shall resubmit the Shop manufacturer's product Data, Drawing to the CONSULTANT certifications and other Shop The resubmittal shall incorporate Drawing submittals required by a Boynton Beach Utilities — Central Seacrest Phase 1 SC01340 -3 SHOP DRAWINGS, WORK DRAWINGS AND SAMPLES r system specification shall be 3 Number and title of the Shop submitted at one time as a package Drawing to facilitate interface checking 4. Date of Shop Drawing or L Only the CONSULTANT shall utilize revision the color "red" in marking Shop Drawing submittals 5. Name of Contractor and subcontractor submitting M. For any submittal returned to the drawing. Contractor marked "Amend and Submit" or "Rejected," Contractor 6. Supplier /manufacturer shall pay CITY a resubmittal fee of $250 00. Monies shall be deducted 7 Separate detailer when from monies owed Contractor by pertinent CITY monthly and incorporated into a Change Order at completion of 8. Specification title and number. the contract. 9. Specification section. 1.04 SHOP DRAWINGS 10. Application Contract Drawing A Shop Drawings shall be complete Number. and detailed and shall consist of fabrication, erection and setting D. Data on materials and equipment drawings and schedule drawings, include, without limitation, materials manufacturer's scale drawings, and and equipment lists, catalog data wiring and control diagrams Cuts, sheets, cuts, performance curves, catalogs, pamphlets, descriptive diagrams, materials of construction literature, and performance and test and similar descriptive matenal data, shall be considered only as Materials and equipment lists shall supportive information As used give, for each item thereon, the herein, the term "manufactured" name and location of the supplier applies to standard units usually or manufacturer, trade name, mass - produced; and "fabricated" catalog reference, size, finish and means items specifically all other pertinent Data assembled or made out of selected materials to meet individual design 1.05 WORKING DRAWINGS requirements. A. When used in the Contract B Manufacturer's catalog sheets, Documents, the term "Working brochures, diagrams, illustrations Drawings" shall be considered to and other standard descriptive data mean the Contractor's plan for shall be clearly marked to identify temporary structures such as pertinent materials, product or temporary bulkheads, support of models Delete information which open cut excavation, support of is not applicable to the Work by utilities, ground water control striking or cross - hatching. systems, forming and false work, for underpinning; and for such other C Each Shop Drawing shall have a work as may be required for blank area 3 -1/2 inches by 3 -1/2 construction but does not become inches, located adjacent to the title an integral part of the Project block The title block shall display the following. B Working Drawings shall be signed by a registered Professional 1 Project Title and Number. Consultant, currently licensed to practice in the State of Florida 2 Name of Project building or structure 106 SAMPLES Boynton Beach Utilities — Central Seacrest Phase 1 SC01340 -4 SHOP DRAWINGS, WORK DRAWINGS AND SAMPLES A The Contractor shall furnish, for the approval of the Consultant, 4 Place of Origin samples required by the Contract Documents or requested by the 5 Name of Producer and Brand CONSULTANT. Samples shall be Of any) delivered to the CONSULTANT as specified or directed The 6 Location in Project Contractor shall prepay all shipping charges on samples Materials or Samples of finished materials shall equipment for which samples are have additional marking that will required shall not be used in work identify them under the finished until approved by the schedules CONSULTANT. E The Contractor shall prepare a B Samples shall be of sufficient size transmittal letter in triplicate for and quantity to clearly illustrate each shipment of samples containing the information required 1. Functional characteristics of in Paragraph 1 06B above It shall the product, with integrally enclose a copy of this letter with the related parts and attachment shipment and send a copy of this devices letter to the CONSULTANT. Approval of a sample shall be only 2 Full range of color, texture and for the charactenstics or use pattern named in such approval and shall not be construed to change or 3 A minimum of two (2) samples modify any Contract requirements of each item shall be submitted. F Approved samples not destroyed in testing shall be sent to the C Field samples and mock -ups CONSULTANT or stored at the site of the Work. Approved Samples of 1 Contractor shall erect, at the the hardware in good condition will Project site, at a location be marked for identification and acceptable to the Consultant may be used in the work Materials and equipment incorporated in work 2 Size of area 15 feet long x 6 shall match the approved Samples feet high or that specified in Samples which failed testing or the respective specification were not approved will be returned section. to the Contractor at its expense, if so requested at time of submission 3 Fabricate each sample and mock -up complete and finished PART 2 - PRODUCTS (NOT USED) 4 Remove mock -ups at PART 3 - EXECUTION (NOT USED) conclusion of Work or when acceptable to the Consultant END OF SECTION D Each sample shall have a label indicating 1 Name of Project 2 Name of Contractor and Subcontractor 3 Material or Equipment Represented Boynton Beach Utilities— Central Seacrest Phase 1 SC01340 -5 SHOP DRAWINGS, WORK DRAWINGS AND SAMPLES ('I SECTION 01370 - SCHEDULE OF VALUES PART 1 - GENERAL 3. Name and address of 1.01 DESCRIPTION Contractor. A. Scope of Work: 4. Contract designation. 1. Contractor shall submit to the 5. Date of submission. Consultant a Schedule of Values allocated to the vanous B. Schedule shall list the installed value lump sum portions of the Work, of the component parts of the Work within fifteen (15) days of the in sufficient detail to serve as a Notice to Proceed date. basis for computing item prices for progress payments during 2. Upon request of the Consultant, construction. Contractor shall support the values with data which will C Identify each line item with the substantiate their correctness. number and the title of the The data shall include, but not respective section of the be limited to quantity of Specifications. materials, all sub - elements of the activity and their units of D For each line item, list sub - values of measure. major products or operations under the item. 3 Schedule of Values shall establish the actual value for E. For the various portions of the Work: each activity of the Work to be completed taken from the 1. Each item shall include a directly approved Critical Path Method proportional amount of the (CPM), and shall be used as the Contractor's overhead and basis for the Contractor's profit. Applications for Payment. 2. For items on which progress B. Related Requirements Described payments will be requested for Elsewhere: stored materials, break down the value into: 1 Conditions of the Construction Contract. a. The cost of the materials, delivered unloaded, with 1.02 FORM AND CONTENT OF SCHEDULE taxes paid. Paid invoices OF VALUES required for materials. Payment for materials shall A. Type schedule on an 8 -1/2 inch by be limited to the invoiced 11 inch or 8 -1/2 inch by 14 inch amount only white paper. Contractor's standard forms and computer printout will be b. The total installed value. considered for approval by the Consultant upon Contractor's F The sum of all lump sum values request. Identify schedule with: listed in the schedule shall equal the total Contract Sum. 1 Title of Project and location 1.03 UNIT QUANTITIES: 2 Consultant and Project number Boynton Beach Utilities — Central Seacrest Phase 1 SC01370 -1 SCHEDULE OF VALUES A Quantities indicated in the Schedule of Bid Items are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Consultant and CITY determines payment. B If the actual Work requires more or fewer quantities than those quantities indicated in the bid items, Contractor shall provide the required quantities at the unit sum /prices contracted. 1.04 REVIEW AND RESUBMITTAL A After review by Consultant, Contractor shall revise and resubmit Schedule of Values and Schedule of Unit Material values pursuant to this Section. B Contractor shall resubmit revised Schedules in same manner pursuant to this Section PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01370 -2 SCHEDULE OF VALUES i , SECTION 01380 - CONSTRUCTION PHOTOGRAPHS PART 1 - GENERAL C. In addition to the general progress 1.01 DESCRIPTION photographs required, photographs of each tie -in point shall be taken A. Scope of Work: The Contractor prior to backfill and turned in with the shall employ a competent monthly Application for Payment. professional photographer to take construction record photographs 1 03 COSTS OF PHOTOGRAPHY periodically during the course of the Work using a digital camera and a A The Contractor shall pay costs for preconstruction video inspection specified photography and prints. Parties requiring additional B Related Requirements Described photography or prints shall pay the Elsewhere: photographer directly. 1 General Requirements: Section PART 2 - PRODUCTS SC01000. 2.01 PRINTS 2 Summary of Project: Section SC01010. A. Color: 3 Video and Photographic Site 1. Paper: Single weight, color print Survey: Section 01390 paper. 4. Project Record Documents: 2. Finish Smooth surface, glossy. Section SC01720. 3. Size: 8 inches by 10 inches and 1.02 PHOTOGRAPHY REQUIRED 3 inches by 5 inches. A. Photographs taken in conformance 4 Paper Weight: Single weight with this Section shall be furnished to the Consultant with each B. Identify each print on back, listing: Application for Payment. 1. Name of Project. B. Views and Quantities Required. 2. Orientation of view. 1. Five (5) views of overall Project site monthly, or as directed by 3. Date and time of exposure. the Consultant. 4. Name and address of 2 Two (2) aerial views of overall photographer. Project site after completion of site restoration and landscaping. 5 Photographer's numbered identification of exposure 3. Provide five (5) 3 inch by 5 inch prints and one (1) 8 inch by 10 C Aerial photographs shall be color inch print of each view, plus one (1) copy in digital format. 2.02 NEGATIVES /DIGITAL FILES 4. Additional aerial photographs A The negatives /digital files are to be may be used upon prior categorized by month taken and approval by the CITY. must correspond to the progress Boynton Beach Utilities — Central Seacrest Phase 1 SC01380 -1 CONSTRUCTION PHOTOGRAPHS r photographs that accompany each. to accompany each Application for At project closeout, the Payment negatives /digital files are to be submitted to the CITY. If the B Distribution of prints as soon as Contractor uses digital photography, processed is anticipated to be as then the images shall be provided follows. on CD. 1. CITY: one (1) set. PART 3 - EXECUTION 2 Consultant: two (2) sets. 3.01 TECHNIQUE 3. Project record file one (1) set A Factual Presentation. stored by Contractor and furnished to Consultant at B. Correct exposure and focus. project completion. 1 High resolution and sharpness. 4 Contractor one (1) set. 2 Maximum depth -of- field. END OF SECTION 3 Minimum distortion 3.02 VIEWS REQUIRED A Photograph from locations to adequately illustrate condition of construction and state of progress 1. At successive periods of photography, take at least one (1) photograph from the same overall view as previously. 2. Consult with the Consultant at each period of photography for instructions concerning views required 3 All views to contain a relative dimension reference that is easily recognizable by the average person In views where dimensions are critical, use of recognizable measuring devices such as a folding ruler, measuring tape in a manner the makings are clear and sharp in the photograph and the device located in close relationship with subject of photograph 3 03 DELIVERY OF PRINTS A Deliver prints to the CONSULTANT Boynton Beach Utilities — Central Seacrest Phase 1 SC01380 -2 CONSTRUCTION PHOTOGRAPHS SECTION 01390 - VIDEO AND PHOTOGRAPHIC SITE SURVEY PART 1 - GENERAL the requirement for a Post - Construction video may be 1 01 SECTION INCLUDES waived A The work under this Section 2 The Contractor shall submit one includes the performance of a Pre (1) copy of the Post - and Post Construction Video Construction Video Survey with Survey of the condition of existing log to the CITY for review facilities, public Rights -of Way (ROW), easements, roads, private 3. Accompanying this submittal, property, and other surface features or as a separate submittal in and "before and after" digital still the event the CITY waives the photographs. Post - Construction Video, the Contractor shall issue a letter 1.02 RELATED SECTIONS attesting to having reviewed the Pre Construction Video A Section SC01050 — Field Survey and confirm restoration Engineering of surface attributes. B Section SC01380 — Construction PART 3 - EXECUTION Progress Photographs 3 01 VIDEO SITE SURVEY 103 PRE /POST- CONSTRUCTION VIDEO INSPECTION A. The Contractor shall provide the CONSULTANT with a DVD A Prior to start of construction, accurately representing existing Contractor shall retain the services conditions of the site to be of a firm specializing in pre- disturbed by its operations This construction video inspection DVD shall be submitted at least twenty -one (21) days prior to the B Video inspection shall delineate all start of work on this project aspects of facilities on site and surrounding properties. B Recording shall be on a new, high quality, DVD The camera shall be C Any claims for damages not clearly capable of producing clean color shown as existing prior to images The original is to be construction shall be paid for by the submitted to the CONSULTANT for Contractor, unless conclusive review and a copy is to be retained evidence to the contrary is by the Contractor until Final provided. Acceptance. CITY shall receive one (1) copy of the Final 1 04 SUBMITTALS. Videotaping after approval by the CONSULTANT A Pre - Construction Video and Photographic Site Survey C At a minimum, the video shall contain 1 The Contractor shall submit one (1) copy of the Pre 1 At the beginning of the video, Construction Video Survey with the project name and date of video log to the CITY for review taping shall be supenmposed and acceptance on the picture B Post - Construction Video Site Survey 1 At the discretion of the CITY, Boynton Beach Utilities — Central Seacrest Phase 1 SC01390 -1 VIDEO & PHOTOGRAPHIC SITE SURVEY 2 As the location of the video and location tapping progresses, i.e , the individual street name shall be 4 Recording date temporally superimposed on the picture. F. The video shall present a clear and 3 Centerline stationing at 100 accurate representation of existing feet intervals or clear reference conditions. If the CITY determines to the individual residences (by that this intent is not met, the tape street number) and /or business shall be returned and the area re- (by street number and name) televised at no additional cost to the CITY 4 The video shall be run twice the full length of the project, G. This accepted video along with the first facing and proceeding still photographs will serve as an ahead station wise and slightly aid to the CITY in determining angled to the right of existing conditions Nothing centerline. The second run contained in the video or still shall be the full length of the photographs will supersede or project facing and proceeding relieve the CITY from determining back station wise and slightly the acceptability of restoration angled to the right of centerline H Prior to Substantial Completion, the 5 Both shootings shall contain Contractor is responsible to review the centerline within the view of the video and still photographs and the observer The taping is to prepare a detailed list of surface be continuous during each run improvements to be reinstated Areas of special importance / This list shall include lawn areas, interest may be "zoomed -in" on trees and plants, driveways, to provide the necessary driveway aprons, roadways, details but must be "zoomed- signage, sprinkler systems, out" to the original view before sidewalks, mailboxes and any other proceeding existing conditions affected by the work and submit to the CITY for D Audio content review and approval. 1 Simultaneously record the 3 02 PHOTOGRAPHIC SURVEY audio portion during videotaping A In addition to the videotape, the 2 Audio recording shall assist in Contractor shall take "before and viewer orientation and in any after" digital still photographs of each home and /or property The Audio recording will only consist of camera operator photographs of each home and /or commentary. property shall consist of a set of photographs (3 minimum) and shall provide property -line to property - E line coverage of the roadway, swale Prepare a written video log that and sidewalk areas for each describes the contents of each tape t' including property The "areas of interest" are the edge of roadway, condition 1 Name of streets and /or of the swale, type of grass, easements landscaping within the swale, mail box and driveway apron 2 Videotape location designator B The digital "file" name is to be the address of the property being 3 Coverage begin /end, station photographed and shall be Boynton Beach Utilities — Central Seacrest- Phase 1 SC01390 -2 VIDEO & PHOTOGRAPHIC SITE SURVEY incorporated as part of the image The Contractor shall provide the CITY with the following for review and acceptance 1. One (1) CD with the digital files in street named /numbered subdirectory and a digital file log. 2 Two (2) sets of "Before" color prints and one (1) set of "After" color prints of each digital file, with the file name displayed Color print sets are to be bound with a Table of Contents and divided and tabbed by street name /number 3 "Before" photographs (color prints and CD) shall be submitted twenty -one (21) days in advance of the commencement of the work "After" photographs (color prints and CD) shall be submitted with the final Application For Payment (refer to Section 01380 PROGRESS PHOTOGRAPHS for additional requirements). C The Contractor shall provide a bound set of accepted pre - construction photographs to the Consultant to be maintained at the Consultant's Field Office for use during the project. D An additional page (page 3), with sample photographs, follows the End of Section. END OF SECTION Boynton Beach Utilities — Central Seacrest- Phase 1 SC01390 -3 VIDEO & PHOTOGRAPHIC SITE SURVEY at, IP N_.Y` ASS _{, 3. I '•,4 E3: d `.i14 mom awriallimuM4 ye t' 102 NE 16th Court Boynton Beach Utilities — Central Seacrest- Phase 1 SC01390 -4 VIDEO & PHOTOGRAPHIC SITE SURVEY SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL F Venfy that field measurements are as indicated on shop drawings / catalog cut 101 GENERAL sheets or as instructed by the manufacturer A Contractor is required to follow all technical specification requirements G Secure products in place with positive with regards to material quality, anchorage devices designed and sized certification, placement and installation. to withstand stresses, vibration, physical If the Contractor has questions distortion, or disfigurement concerning these items, it is required to generate and issue a Request For 104 TOLERANCES Information to the CITY and Consultant for resolution and or guidance A Installed tolerances: B. In the absence of other quality 1. Plus / minus 0.20 foot radius of requirements, FDOT Standard plan center Specifications and Index, of the most current edition, shall prevail. 2. Plus / minus 0 05 foot vertical 1 02 RELATED SECTIONS 3 Plus / minus 10% of specified vertical slope A Section SC01025 — Measurement and Payment Procedures 4 Plus / minus 5% uniformity of specified vertical slope measured B. Section SC01050 — Field Engineering between any two points of a single run of pipe. C. Section SC01340 — Shop Drawings, Work Drawings and Samples B Monitor fabncation and installation tolerance control of products to produce 1 03 Field QA/QC acceptable Work. Do not permit tolerances to accumulate A. The Contractor shall monitor quality control over suppliers, subcontractors, C Comply with manufacturers' tolerances products and workmanship, to produce Should manufacturers' tolerances work of specified quality. conflict with Contract Documents, request clarification from Consultant B Comply with manufacturers' before proceeding instructions, including each step in sequence D Adjust products to appropriate dimensions, position before securing C Should manufacturers' instructions products in place. conflict with Contract Documents, issue Request For Information to the 1 05 TESTING SERVICES Consultant before proceeding. A Contractor required to hire a D Comply with specified standards as professional, licensed independent firm minimum quality for the work except to perform tests and other services where more stringent tolerances, codes, specified. or specified requirements indicate higher standards or more precise B Field copies of on site density testing workmanship are to be left on site at the completion of each day's testing. The independent E Perform work by persons qualified to firm is required to "map" the results of produce required and specified quality each day's testing results on the Contractor's. Boynton Beach Utilities — Central Seacrest Phase 1 SC01400 -1 QUALITY REQUIREMENTS r C Certified, signed and sealed test reports workmanship, start-up of equipment, will be submitted by the independent test, adjust and balance of equipment firm to the Consultant, CITY and as applicable, and to initiate instructions Contractor, indicating observations and when necessary results of tests and indicating compliance or non - compliance with B Report observations and site decisions Contract Documents or instructions given to applicators or installers that are supplemental or D Cooperate with independent firm, contrary to manufacturers' written furnish samples of matenals, design instructions mix, equipment, tools, storage, safe access, and assistance by incidental PART 2 - PRODUCTS (Not Used) labor as requested PART 3 - EXECUTION E Testing does not relieve Contractor to perform work to Contract requirements 3 01 EXAMINATION F Re- testing required because of non- A The Contractor shall verify that existing conformance to specified requirements site conditions and substrate surfaces shall be performed by the same are acceptable for subsequent Work independent firm on instructions by the Beginning new Work means CITY or Consultant acceptance of existing conditions 1 06 INSPECTION SERVICES B Verify that existing substrate is capable of structural support or attachment of A The CITY shall appoint, employ, and new Work being applied or attached pay inspector for specified services for inspection These services may be from C Perform "receiving" inspection of the Consultant, or from the CITY or any materials, structures and equipment combination of the above D Perform "in- process" inspection as the B The Inspector shall perform construction Work progresses observation, inspections and other services specified in individual E. Monitor and inspect the work performed specification sections and as required by subcontractors as the Work by the CITY and /or Consultant progresses C The Contractor shall cooperate with F Examine and verify specific conditions Inspector, furnish safe access and descnbed in individual technical assistance by incidental labor as specification sections requested Additionally, the Contractor shall keep the inspection personnel fully G Notify the CITY and Consultant, forty - informed of the needs, scheduling and eight (48) hours prior to the expected progress of the project time for inspection purposes and /or the witnessing of pressure testing All D This inspection does NOT relieve the pressure testing shall be witnessed by Contractor from performing their own the CITY and /or Consultant QA/QC on the Work as required in this and other technical specification sections END OF SECTION 1 07 MANUFACTURERS' FIELD SERVICES A When specified in the Contract documents, requiring material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of Boynton Beach Utilities — Central Seacrest Phase 1 SC01400 -2 QUALITY REQUIREMENTS SECTION 01410 - TESTING LABORATORY SERVICES PART 1 — GENERAL personnel and /or Consultant; provide access to Work or 1.01 REQUIREMENTS INCLUDED manufacturer's operations. A CITY will employ services of an B. Secure and deliver to the Independent Testing Laboratory laboratory adequate quantities to perform specified testing. of representational samples of Contractor shall pay costs of materials proposed to be used services from allowance and which require testing. specified in Section SC01025• Measurement and Payment C. Provide to the laboratory the (Allowances) preliminary design mix proposed to be used for concrete, and 1. Contractor shall cooperate other material mixed which with laboratory to facilitate require control by the testing the execution of its required laboratory. services. D Furnish copies of Products Test 2. Employment of the Reports as required. laboratory shall in no way relieve Contractor's E Furnish incidental labor and obligations to perform the facilities: Work of the Contract. 1. To provide access to Work 1.02 RELATED REQUIREMENTS to be tested. A. Conditions of the Contract: 2. To obtain and handle Inspection and testing required samples at the Project site by laws, ordinances, rules, or at the source of the regulations, orders or approvals product to be tested. of public authorities. 3. To facilitate inspections and 1.03 LIMITATIONS OF AUTHORITY OF tests TESTING LABORATORY 4. For storage and curing of A Laboratory is not authorized to: test samples. 1 Release, revoke, alter or F Notify laboratory sufficiently in enlarge on requirements of advance of operations to allow Contract Documents. for laboratory assignment of personnel and scheduling of 2 Approve or accept any tests portion of the Work 1 When tests or inspections 3 Perform any duties of the cannot be performed after Contractor such notice, reimburse CITY for laboratory personnel and 104 CONTRACTOR'S travel expenses incurred RESPONSIBILITIES due to Contractor's negligence. A. Cooperate with laboratory Boynton Beach Utilities — Central Seacrest Phasel SC01410 -1 TESTING LAB SERVICES , G Make arrangements with laboratory and pay for additional samples and tests required for Contractor's convenience 1 05 SPECIFIC TESTS, INSPECTION AND METHODS REQUIRED (NOT USED) PART 2 — PRODUCTS (NOT USED) PART 3 — EXECUTION 3.01 PAYMENT A. Testing of materials and products will be performed by an independent testing laboratory appointed and paid for per Section SC01025 — Measurement and Payment (Allowances) B The CITY will authorize the cost of one (1) series of tests only on the area or item being evaluated. The Contractor shall pay for costs of additional testing as required due to Improper performance of Work. C. When Work of this Contract, or portions of Work, are completed, notify the testing laboratory or Consultant to perform or witness the tests Do not proceed with additional portions of Work until results have been verified END OF SECTION Boynton Beach Utilities — Central Seacrest Phasel SC01410 -2 TESTING LAB SERVICES SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 — GENERAL through the portable hydrant meter. The Contractor shall install and 1.01 REQUIREMENTS INCLUDED maintain a certified backflow preventer or check valve on all A. Contractor shall furnish, install and CITY issued portable hydrant maintain temporary facilities /utilities meters; no exceptions. Using required for construction Remove water from private homes and /or on completion of work business' is strictly forbidden 1 02 RELATED REQUIRMENTS B Water utilization for concrete plaster and mortar shall meet the A General Conditions respective requirements and standards set forth for water utilized B Section SC01010 Summary of in these construction materials Work 2 04 TEMPORARY SANITARY FACILITIES C Section SC01025: Measurement and Payment A. Provide sanitary facilities in compliance with Federal, state and 1 03 REQUIREMENTS OF REGULATORY local laws and regulations AGENCIES B. Service, clean and maintain A. Comply with National Electric Code. facilities and enclosures B Comply with Federal, State, and 2 05 TEMPORARY CONTROLS local codes and regulations and with utility company requirements. A. Noise Control: See Section SC01100 — Special Project PART 2 — PRODUCTS Procedures 2 01 MATERIALS, GENERAL B Dust Control A Materials may be new or used, but 1 Provide positive methods and must be adequate in capability for apply dust control materials to the required usage of the CITY, minimize raising dust from must not create unsafe conditions, construction operations, and and must not violate requirements provide positive means to of applicable codes and standards. prevent airbome dust form dispensing into the 2 02 TEMPORARY TELEPHONE SERVICE atmosphere. A Superintendent, foreman or other C Pest and Rodent Control. contractor personnel in charge shall be equipped with a functioning cell 1 Provide pest and rodent control phone during the term of the prior to start of construction to contract. prevent infestation of surrounding neighborhood 2 03 TEMPORARY WATER a Employ methods and use A Schedule use and provide deposit materials that will not to the City's Utility Department for a adversely affect conditions portable hydrant meter No water at the site or on adjoining shall be taken from the existing properties water distribution system unless it's Boynton Beach Utilities — Central Seacrest Phase 1 SC01500 -1 CONSTRUCTION FACILITIES AND TEMPORARY CONTROL ,- b Should the use of inadequate to prevent rodenticides be accumulation considered necessary, submit an Informational E Pollution Control copy of the proposed program to the Consultant 1 Provide methods, means and Clearly indicate facilities required to prevent 1) The area or areas to be contamination of soil, water or treated atmosphere by the discharge of noxious substances from 2) The rodenticides to be construction operations used, with a copy of the manufacturer's 2 Provide equipment and printed instructions personnel, perform emergency measures required to contain 3) The pollution any spillages, and to remove preventative contaminated soils or liquids measures to be employed. a Excavate and dispose of 2 The use of any rodenticide any contaminated earth shall be in full accordance with off -site, and replace with the Manufacturer's printed suitable compacted fill and instructions and topsoil. recommendations 3 Take special measure to D Debris Control prevent harmful substances from entering public waters 1 Maintain all areas under Contractor's control free of a Prevent disposal of extraneous debris wastes, effluents, chemicals, or other such 2 Initiate and maintain a specific substances adjacent to program to prevent streams, or in sanitary or accumulation of debris at storm sewers construction site, storage and parking areas, or along access 4 Provide systems for control of roads and haul routes atmospheric pollutants a Provide acceptable a. Prevent toxic concentrations containers for deposit of of chemicals debris b Prevent harmful dispersal of b Prohibit overloading of pollutants into the trucks to prevent spillages atmosphere on access and haul routes. PART 3 — EXECUTION 1) Provide periodic inspection of traffic 3 01 GENERAL areas to enforce requirements A Maintain and operate systems to assure continuous service 3 Schedule periodic collection and disposal of debris B Modify and extend systems, as work progress requires a Provide additional collections and disposals 3 02 REMOVAL of debris whenever the periodic schedule is Boynton Beach Utilities — Central Seacrest Phase 1 SC01500 -2 CONSTRUCTION FACILITIES AND TEMPORARY CONTROL rii' 5 ' . A Completely remove temporary materials and equipment when their use is no longer required B Clean and repair damage caused by temporary installations or use of temporary facilities END OF SECTION Boynton Beath Utilities — Central Seacrest Phase 1 SC01500 -3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROL �7 ,. SECTION 01505 - MOBILIZATION PART I - GENERAL 10. Have Contractor's superintendent at the job 1 01 DEFINITION AND SCOPE site full time. A Mobilization shall include the 11 Submit a detailed Contractor obtaining of all construction CPM schedule permits, insurance, and bonds; acceptable to the Consultant moving onto the site of all plant as specified. and equipment, temporary buildings and other construction 12 Submit a Schedule of facilities; all as required for the Values of the Work proper performance and completion of the Work. 13. Submit a schedule of Mobilization shall include, but submittals not be limited to, the following principal items: 1.02 DEMOBILIZATION 1 Move onto the site all A Demobilization is the timely and Contractor's plan and proper removal of all contractor - equipment required for first owned material, equipment or month operations. plant, from the job site and the proper restoration or completion 2 Install temporary of work necessary to bnng the construction power, wiring, site into full compliance with the and lighting facilities. Contract Documents. 3 Establish fire protection plan 1.03 PAYMENT FOR and safety program MOBILIZATION /DEMOBILIZATION 4. Secure construction water A. Contractor shall be limited to a supply. maximum of 3.0 percent of the total price bid for mobilization. 5 Provide on -site sanitary The cost of facilities and potable water mobilization /demobilization shall facilities as specified. be shown in the Schedule of Values 6 Arrange for and erect Contractor's work and B Demobilization shall be shown in storage yard and the schedule of values as a employees' parking minimum 25 percent of the facilities. value for mobilization. 7. Submit all required PART 2 - PRODUCTS (NOT USED) insurance certificates and bonds PART 3 - EXECUTION (NOT USED) 8 Obtain all required permits END OF SECTION 9 Post all OSHA, EPA, Department of Labor, and all other required notices. Boynton Beach Utilities — Central Seacrest Phase 1 SC01505 -1 MOBILIZATION SECTION 01525 - CONSTRUCTION AIDS PART 1 - GENERAL for use by construction personnel. 1.01 DESCRIPTION C. Maintain facilities and A. Scope of Work: The Contractor equipment in first -class shall furnish, install and maintain condition. required construction aids and remove on completion of work. PART 3 - EXECUTION B Related Requirements 3.01 PREPARATION Described Elsewhere: A. Contractor shall consult with the 1. Summary of Work: Section CONSULTANT, review site SC01010 conditions and factors which affect construction procedures C. Contractor must comply with and construction aids, which applicable requirements of the may be affected by execution of specified in Sections of the Work. Divisions 2 through 16 - Technical Specifications 3.02 GENERAL PART 2 - PRODUCTS A. Comply with applicable requirements specified in 2.01 MATERIALS sections of Divisions 2 through 16. A. Materials may be new or used, suitable for the intended B. Relocate construction aids as purpose, but must not violate required by progress of con - requirements of applicable struction, by storage of work codes and standards. requirements and to accommo- date legitimate requirements of 2.02 CONSTRUCTION AIDS CITY and other contractors employed at the site. A. Contractor shall provide construction aids and equipment 3.03 REMOVAL required by personnel and to facilitate execution of the Work: A. Completely remove temporary scaffolds, staging, ladders, materials, equipment and ser- stairs, ramps, runways, vices: platforms, railings, hoists, cranes, chutes and other such 1. When construction needs facilities and equipment such as can be met by use of temporary valves and fittings. permanent construction Refer to respective Technical Specifications Sections for 2. At completion of work. particular requirements for each trade. B Clean and restore areas damaged by installation by use B When permanent stair framing of temporary facilities Is in place, provide temporary treads, platforms and railings, 1. Remove foundations and Boynton Beach Utilities — Central Seacrest Phase 1 SC01525 -1 CONSTRUCTION AIDS !r underground installations for construction aids. 2 Restore area of site affected by temporary installations to required elevations, slopes, ground cover and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition or in kind if not specified END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01525 -2 CONSTRUCTION AIDS r( SECTION 01530 - BARRIERS PART 1 - GENERAL option, as appropriate to serve required purpose. 1 01 REQUIREMENTS INCLUDED PART 3 - EXECUTION A. Contractor shall furnish, install and maintain suitable barriers as 3.01 GENERAL required to prevent public entry, and to protect the Work, existing A. Install facilities of a neat and facilities, trees and plants from reasonably uniform appearance, construction operations; remove structurally adequate for the when no longer needed, or at required purpose. completion of work. B Maintain barriers during entire 1 02 RELATED REQUIREMENTS construction period. A. Section SC01010 Summary of C Relocate barriers as required by Work. the progress of construction. B. Section SC01500: Temporary 3.02 FENCES Facilities. A. Provide and maintain fences PART 2 - PRODUCTS necessary to assure security of the site during construction to 2.01 MATERIALS, GENERAL keep unauthorized people and animals from the site when A. Materials may be new or used, construction is not in progress. suitable for the intended purpose, but must not violate B. Gates shall have locks; and requirements of applicable keys shall be furnished to the codes and standards. CITY. 2.02 FENCING C. Provide additional security measures as deemed A. Minimum fence height 6 feet. necessary and approved by the CONSULTANT. B Open -Mesh Fence: 3.03 TREE AND PLANT PROTECTION 1 No. 11 gauge, 2 -inch mesh, 72 inches high - galvanized A. Preserve and protect existing chain link fabric, with trees and plants at site that are extension arms and 3 designated to remain, and those strands of galvanized adjacent to site. barbed wire B Consult with the CONSULTANT, 2. Galvanized steel posts; 1- and remove agreed -on roots 1/2 inch line posts and 2- and branches that interfere with inch comer posts. construction. 2 03 BARRIERS 1. Employ qualified tree surgeon to remove A. Materials are Contractor's branches and tree cuts. Boynton Beach Utilities — Central Seacrest Phase 1 SC01530 -1 BARRIERS C. Provide temporary barriers to a height of 6 feet, around each, or around each group, of trees and plants. D. Protect root zones of trees and plants: 1. Do not allow vehicular traffic or parking. 2 Do not store materials or products 3. Prevent dumping of refuse or chemically injurious matenals or liquids. 4 Prevent puddling or continuous running water. E. Carefully supervise excavating, grading and filling, and other construction operations to prevent damage. F. Replace, or suitably repair, trees and plants designated to remain which are damaged or destroyed due to construction operations. 3.04 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed and when approved by CONSULTANT. B Repair damage caused by construction. Fill and grade areas of the site to the required elevations, and clean up the area END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01530 -2 BARRIERS SECTION 01540 - SECURITY AND SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS PART 1 - GENERAL B Contractor shall continuously inspect all its work, matenals, 1 01 As a minimum, the Contractor shall equipment and facilities to discover provide and assure that all of its and determine any such conditions personnel have and wear common and shall be solely responsible for colored Company shirts, safety vests, discovery, determination and hard hats and substantial leather work correction of any such condition shoes / boots. Other Personal Protective Equipment (PPE) as required C. Contractor shall prepare and by governing local, state and Federal maintain accurate reports of laws and regulations incidents of loss, theft or vandalism and shall furnish these reports to 1 02 SECTION INCLUDES CITY within three (3) days of each incident A. Responsibility for Work Security 1.05 PROTECTION OF WORK IN B Protection of Work in Progress, PROGRESS, MATERIALS AND Materials and Equipment EQUIPMENT C Protection of Existing Property A Contractor shall be responsible for and shall bear any and all risk of D Security Program loss or damage to work in progress, all materials delivered to the site, E Entry Control and all materials and equipment involved in the Work until F Personnel Identification completion and final acceptance of Work under this Contract Excluded G Security Service from Contractor's responsibility is any loss or damage that results H Miscellaneous Restnctions from the sole active negligence of the CITY or its representatives 1 03 RELATED SECTIONS 1.06 PROTECTION OF EXISTING A Section 01010 — Summary of PROPERTY Project A Contractor shall so conduct its B Section 01500 - Temporary operations as not to damage, close, Facilities and Controls or obstruct any utility installation, highway, road or other property 1 04 RESPONSIBILITY OF WORK until permits therefore have been SECURITY obtained. If facilities are closed, obstructed, damaged or rendered A Contractor shall, at its expense, at unsafe by Contractor's operations, all times conduct all operations Contractor shall, at its expense, under the Contract in a manner to make such repairs and provide avoid the risk of loss, theft or temporary guards, lights and other damage by vandalism, sabotage or signals as necessary or required for other means to any property safety and as will be acceptable to Contractor shall promptly take all the CITY reasonable precautions that are necessary and adequate against B Contractor shall conduct its any conditions that involve a risk of operation so as not to damage any loss, theft or damage to its existing buildings or structures The property, at a minimum. Contractor shall verify that means Boynton Beach Utilities — Central Seacrest Phase 1 SC01540 -1 SECURITY /SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS and methods of construction used the following requirements are to be inside, adjacent to, under or over implemented existing buildings will not cause damage The Contractor shall 1 Protect Work existing premises provide protection methods that are and CITY's operations from acceptable to the CITY theft, vandalism, and unauthorized entry C Unless otherwise specifically provided in the Contract, Contractor 2 Initiate program at project shall not do any work that would mobilization disrupt or otherwise interfere with the operation of any pipeline, 3 Maintain program throughout telephone, electric, radio, gas, construction penod until CITY transmission line, ditch or other acceptance precludes the structure, nor enter upon lands in need for Contractor security their natural state until approved by the CITY 1 08 RESTRICTIONS D Thereafter, and before it begins A Do not allow cameras on site or such work, Contractor shall give photographs taken except by due notice to CITY of its intention to written approval of the CITY. start such work Contractor shall not be entitled to any extension of PART 2 PRODUCTS time or any extra compensation on account of any postponement, Not Used interference or delay caused by any such line, ditch or structure on or PART 3 EXECUTION adjacent to the site of work. Not Used E Contractor shall preserve and protect all cultivated and planted END OF SECTION areas and vegetation such as trees, plants, shrubs and grass on or adjacent to the premises, which, as determined by CITY, do not reasonably interfere with the performance of this Contract F Contractor shall be responsible for damage to any such areas and vegetation and for unauthorized cutting of trees and vegetation, including, without limitation, damage arising from the performance of its work through operation of equipment or stockpiling of materials All cost in connection with any repairs or restoration necessary or required by reason of any such damage or unauthorized cutting shall be borne by Contractor 1 07 SECURITY PROGRAM A At the Pre - Construction Meeting, the CITY will make a final determination on which, if any, of Boynton Beach Utilities — Central Seacrest Phase 1 SC01540 -2 SECURITY /SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS SECTION 01568 - TEMPORARY EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL PART 2 - PRODUCTS 1 01 DESCRIPTION 2 01 SEDIMENTATION CONTROL A Scope of Work: A. Bales shall be clean, seed -free cereal hay type. 1 The Work specified in this Section consists of designing, B Netting shall be fabncated of providing, maintaining and matenal acceptable to the CITY removing temporary erosion and sedimentation controls as C Filter stone shall be crushed stone required by rules and which conforms to Florida regulations and permit Department of Transportation conditions (FOOT) specifications 2 Temporary erosion controls D Concrete block shall be hollow, include, but are not limited to, non -load bearing type grassing, mulching, setting, watering and reseeding on -site E Concrete shall be exterior grade not surfaces and soil and burrow Tess than 1 -inch thick area surfaces and providing interceptor ditches at ends of PART 3 - EXECUTION berms and at those locations which will ensure that erosion 3 01 SEDIMENTATION CONTROL during construction will be either eliminated or maintained A Install and maintain silt dams, within acceptable limits as traps, barriers, and appurtenances established by the CITY as shown on the approved descriptions and working drawings. 3. Temporary sedimentation Hay bales which detenorate and controls include, but are not filter stone which is dislodged shall limited to silt dams, traps, be replaced barriers, and appurtenances at the foot of sloped surfaces 3.02 PERFORMANCE which will ensure that sedimentation pollution will be A. Should any of the temporary either eliminated or maintained erosion and sediment control within acceptable limits as measures employed by the established by the CITY. Contractor fail to produce results which comply with the requirements 4 Contractor is responsible for of the State of Florida, the CITY or providing effective temporary Consultant, Contractor shall erosion and sedimentation immediately take whatever steps control and leaving them are necessary to correct the installed at completion of the deficiency at its own expense Work B Related Work Described END OF SECTION Elsewhere 1 Site Clearing Section 02230 2 Sedimentation and Erosion Control Section 02270. Boynton Beach Utilities — Central Seacrest Phase 1 SC01568 -1 TEMPORARY EROSION & SEDIMENTATION CONTROL SECTION 01570 - MAINTENANCE OF TRAFFIC PART 1 - GENERAL parking, access by emergency vehicles and Owner's operations. 101 Contractor shall provide all labor, Contractor's employee's personal material and services to perform all vehicles shall NOT be parked "in operations required for the maintenance and around" the project site and protection of vehicular and Contractor's employee's personal pedestrian traffic in conformance to all vehicles shall be parked at the applicable FDOT laws and regulations storage yard and subject to acceptance and permits by Owner, Palm Beach County and 1 06 TRAFFIC CONTROLERS FDOT as applicable A. Provide trained and equipped traffic controllers to regulate traffic when 102 REFERENCES construction operations encroach on public traffic lanes A State of Florida Department of Transportation Standard 107 LIGHTS Specifications for Road and Bridge Construction, Section 102, 2000 A. Use approved barricades with lights Edition (or latest edition) during hours of low visibility to B State of Florida Manual of Traffic delineate traffic lanes and to guide Control and Safe Practices for traffic Street and Highway Construction, 1 08 TRAFFIC SIGNS AND DEVICES Maintenance and Utilrty Operations C The Manual of Uniform Traffic A. At approaches to site and on site, install at crossroads, detours, Control Devices, latest edition parking areas, and elsewhere as D CBB ROW Permit needed, to direct construction and affected public traffic The Contractor shall submit traffic 1 03 SUBMITTAL control through work zone plans based on FDOT Roadway and A Submit Traffic Control Plans, ROW Traffic Design Standards, 2001 Permit Applications and Edition (or latest edition) Construction Schedule to the Owner, Palm Beach County (if B. Relocate as Work progresses, to applicable), and the FDOT Of maintain effective traffic control. applicable) for review and acceptance 30 days prior to the start of construction. 1 09 REMOVAL 1 04 SIGNS AND DEVICES A Remove equipment and devices when no longer required A Traffic Control and Informational Signs B Repair damage caused by installation B Traffic Cones and Drums, and Lights 1 10 SPECIFIC TRAFFIC CONTROL C Traffic Controllers Equipment A Contractor shall maintain through traffic on all public roads at all times 1 05 CONSTRUCTION PARKING CONTROL unless stated otherwise herein A Control vehicular parking to prevent B Contractor shall maintain access to interference with public traffic and all vehicular driveways (public or Boynton Beach Utilities — Central Seacrest Phase 1 SC01570 -1 MAINTENANCE OF TRAFFIC pnvate) at all times. Contractor shall backfill and install temporary rock base as necessary in order to provide safe and functional access to all driveways C Contractor shall coordinate with the Police and Fire Departments for whom the Contractor will provide satisfactory access at all times D Contractor shall maintain, at the minimum, one travel lane, in each direction, when performing work within the Palm Beach County Right -of -Way 111 EXECUTION A The Contractor shall arrange its work to cause minimum disturbance to normal pedestrian and vehicular traffic; and shall be held responsible for providing and maintaining suitable means of access (including emergencies) to all public and private properties during all stages of the construction. B. If it becomes necessary to block off an entire street to vehicular traffic during construction (other than for an emergency situation), the Contractor must secure the written authorization of the CITY and Palm Beach County or FDOT as acknowledged as a condition of the Right -of -Way (ROW) permit(s) prior to completely blocking off the roadway 1.12 UNIT PRICE — MEASUREMENT AND PAYMENT A. Refer to Section 01025 - MEASUREMENT AND PAYMENT PROCEDURES END OF SECTION Boynton Beach Utilities — Central Seacrest Phase 1 SC01570 -2 MAINTENANCE OF TRAFFIC ry SECTION 01580 - PROJECT IDENTIFICATION AND SIGNS PART 1 - GENERAL new or used, wood or metal, in sound condition, structurally 1 01 DESCRIPTION adequate and suitable for specified finish A Scope of Work B Sign Surfaces Exterior softwood 1 Contractor shall furnish, install plywood with medium density and maintain two (2) project overlay, standard large sizes to signs minimize joints 2 Contractor shall allow no other 1 Thickness: As required by signs to be displayed standards to span framing members, to provide even, B Related Requirements Described smooth surface without waves Elsewhere or buckles 1 Summary of Project Section C Rough Hardware. Galvanized SC01010 D Paint Extenor quality 1 02 PROJECT SIGNS PART 3 - EXECUTION A One (1) painted sign with lettering, size, color and construction in 3 01 PROJECT IDENTIFICATION SIGNS accordance with the local requirements A. Paint exposed surface of supports, framing and surface matenal, one B Erect on each site at a location of coat of primer and one coat of high public visibility, as approved by exterior paint the Consultant B Paint graphics in styles, sizes, and C Information to be included shall be colors selected as indicated on sample attached 3 02 MAINTENANCE 1 03 QUALITY ASSURANCE A Maintain signs and supports in a A Sign Painter Professional neat, clean condition; repair experience in type of work required damages to structures, framing or signs. B Finishes, Painting Adequate to resist weathering and fading for three (3) year period END OF SECTION 104 SUBMITTALS A An 11 -inch by 17 -inch color sketch of the Project sign shall be submitted to the Consultant for approval prior to final preparation of the project sign PART 2 - PRODUCTS 2 01 SIGN MATERIALS A Structure and Framing May be Boynton Beach Utilities — Central Seacrest — Phase 1 SC01580 -1 BUILDING A BETTER CITY WITH THIS CIP PROJECT Project Title: NAME OF THE PROJECT Project Value: $Construction Bid Price ,\ Q onth 2014 Design Professional: ` Taylor, Mayor , �` � � [)avid Merker, Commissioner District I NAME 0 F C ON S U `�I \) Mack. McCray, Vice Mayor District 11 PERSON'S NAME, Project Manager Michael M Fitzpatrick. Commissioner District 111 Joe Casello, Commissioner District IV Contractor: NAME OF CONTRACTOR Lori LaVernere, City Manager PERSON'S NAME, Project Manager Name & Title of City's Project Manager Signs to be 4 feet high by 8 feet wide with 1 Y2- inches blue border, white infield and blue lettenng (to match border). Sign title line to be 4-inch letter size, project information to be 3 -inch letter size, City information to be 1 -inch letters. The City approval of the sign (specifically the City logo) is required after fabncation but prior to installation Each sign to be mounted on a minimum of two (2) 4x4 posts with white PVC sleeves and white PVC top caps Contractor to provide two (2) signs, + — Phase 1 SC01580 -2 PROJECT IDENTIFICATION AND SIGNS r % Y 'l SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL printed instructions Contractor shall obtain and distribute 1.01 DESCRIPTION copies of such instructions to parties involved in the A Scope of Work. Material and installation, including five (5) equipment incorporated into the copies to the Consultant. Work. 1. Maintain one (1) set of 1. Manufactured and complete instructions at the fabricated products* job site during installation and until completion. a. Design, fabricate and assemble in accord with B. Contractor shall handle, install, the best engineering connect, clean, condition and and shop practices adjust products in strict accord with such instructions and in b Manufacture like parts conformity with specified of duplicate units to requirements standard sizes and gauges, to be 1 Should job conditions or interchangeable specified requirements conflict with manufacturer's c Two (2) or more items instructions, consult with of the same kind shall Consultant for further be identical, by the instructions same manufacturer 2 Do not proceed with Work d. Products shall be without clear instructions. suitable for service conditions C. Contractor shall perform work in accordance with manufacturer's e Equipment capacities, instructions. Do not omit any sizes and dimensions preparatory step or installation shown or specified shall procedure unless specifically be adhered to unless modified or exempted by variations are Contract Documents. specifically approved in writing. 1.03 TRANSPORTATION AND HANDLING 2. Do not use material or equipment for any purpose A. Contractor shall arrange other than that for which it is deliveries of products in designed or specified. accordance with progress schedules, coordinate to avoid 1.02 MANUFACTURER'S conflict with work and conditions INSTRUCTIONS FOR at the site INSTALLATION 1. Deliver products in A When Contract Documents undamaged condition, in require that installation of Work manufacturer's original shall comply with manufacturer's containers or packaging, Boynton Beach Utilities — Central Seacrest — Phase 1 SC01600 -1 MATERIAL AND EQUIPMENT r with identifying labels intact 2. Maintain temperature and and legible. humidity within the ranges required by manufacturer's 2. Immediately on delivery, instructions. inspect shipments to assure compliance with 3. Store fabricated products requirements of Contract above the ground, on Documents and approved blocking or skids, prevent submittals, and that soiling or staining. Cover products are properly products which are subject protected and undamaged. to deterioration with impervious sheet coverings, B. Contractor shall provide provide adequate ventilation equipment and personnel to to avoid condensation. handle products by methods to prevent soiling or damage to 4 Store loose granular products or packaging. materials in a well- drained area on solid surfaces to 1.04 STORAGE AND PROTECTION prevent mixing with foreign matter. A. The Contractor shall furnish a covered, weather - protected C. All materials and equipment to storage structure providing a be incorporated in the Work clean, dry, non - corrosive shall be handled and stored by environment for all mechanical the Contractor before, during equipment, valves, architectural and after shipment in a manner items, electrical and to prevent warping, twisting, instrumentation equipment, and bending, breaking, chipping, special equipment to be rusting, and any injury, theft or incorporated into this Project. damage of any kind whatsoever Storage or equipment shall be in to the material or equipment. strict accordance with the "instructions for storage" of each D. Contractor shall store under a equipment supplier and roof or off the ground cement, manufacturer including sand and lime, and shall be kept connection of heaters, placing of completely dry at all times. All storage lubricants in equipment, structural and miscellaneous etc. Corroded, damaged or steel, and reinforcing steel shall deteriorated equipment and be stored off the ground or parts shall be replaced before otherwise to prevent acceptance of the Project. accumulations of dirt or grease, Equipment and materials not and in a position to prevent properly stored will not be accumulations of standing water included in a payment estimate. and to minimize rusting. Beams shall be stored with the webs B. Contractor shall store products vertical Precast concrete in accord with manufacturer's beams shall be handled and instructions, with seals and stored in a manner to prevent labels intact and legible accumulations of dirt, standing water, staining, chipping or 1 Store products subject to cracking. Brick, block and damage by the elements in similar masonry products shall weather -tight enclosures be handled and stored in a manner to reduce breakage, Boynton Beach Utilities — Central Seacrest — Phase 1 SC01600 -2 MATERIAL AND EQUIPMENT chipping, cracking and spalling given, the CITY retains the right to a minimum to correct all deficiencies noted in previously transmitted written E All materials, which, in the notice and deduct the cost opinion of the Consultant, have associated with these become so damaged as to be corrections from the unfit for the use intended or Contractor's Contract. These specified, shall be promptly costs may be comprised of removed by the Contractor from expenditures for labor, the site of the Work, and the equipment usage, Contractor shall receive no administrative, clerical, compensation for the damaged engineering and any other costs material or its removal. associated with making the necessary corrections F. Contractor shall arrange storage in a manner to provide easy 1.05 STORAGE AND HANDLING OF access for inspection. Make EQUIPMENT ON SITE periodic inspections of stored products to assure that products A Because of the long period are maintained under specified allowed for construction, special conditions, and free from attention shall be given to the damage or deterioration. storage and handling of equipment on site. As a F Protection After Installation. minimum, the procedure Contractor shall provide outlined below shall be followed substantial coverings as by Contractor: necessary to protect Installed products from damage from 1. All equipment having traffic and subsequent moving parts such as gears, construction operations electric motors, etc. and/or Remove covering when no instruments shall be stored longer needed in a temperature and humidity controlled building G The Contractor shall be approved by the Consultant, responsible for all material, until such time as the equipment and supplies sold equipment is to be installed and delivered to the CITY under this Contract until final 2. All equipment shall be Inspection of the Work and stored fully lubricated with acceptance thereof by the CITY oil, grease, etc. unless In the event any such material, otherwise instructed by the equipment and supplies are lost, manufacturer. stolen, damaged or destroyed prior to final inspection and 3 Manufacturer's storage acceptance, the Contractor shall instructions shall be replace same without additional carefully studied by the cost to the CITY Contractor and reviewed with the Consultant by him. H Should the Contractor fail to These instructions shall be take proper action on storage carefully followed and a and handling of equipment written record of this kept by supplied under this Contract the Contractor within seven (7) days after wntten notice to do so has been 4 Moving parts shall be Boynton Beach Utilities — Central Seacrest — Phase 1 SC01600 -3 MATERIAL AND EQUIPMENT raj rotated a minimum of once 1.06 SPARE PARTS weekly to insure proper lubrication and to avoid A. Spare parts for certain metal -to -metal "welding" equipment provided under Upon installation of the Divisions 11: Equipment; 13: equipment, the Contractor Special Construction; 15: shall start the equipment, at Mechanical; and 16• Electrical least half the load, once have been specified in the weekly for an adequate pertinent sections of the period of time to insure that Technical Specifications. The the equipment does not Contractor shall collect and deteriorate from lack of use. store all spare parts so required in an area to be designated by 5. Lubricants shall be changed the Consultant. In addition, the upon completion of Contractor shall fumish to the Installation and as frequently Consultant an inventory listing as required thereafter during all spare parts, the equipment the period between they are associated with, the installation and acceptance. name and address of the Mechanical equipment to supplier, and the delivered cost be used in the Work, if of each item. Copies of actual stored for longer than ninety invoices for each item shall be (90) days, shall have the fumished with the inventory to bearings cleaned, flushed substantiate the delivered cost and lubricated prior to testing and startup, at no 1.07 GREASE, OIL AND FUEL extra cost to the CITY. A. All grease, oil and fuel required 6. Prior to acceptance of the for testing of equipment shall be equipment, the Contractor fumished with the respective shall have the manufacturer equipment. The CITY shall be inspect the equipment and furnished with a year's supply of certify that its condition has required lubricants including not been detrimentally grease and oil of the type affected by the long storage recommended by the period. Such certifications manufacturer with each item of by the manufacturer shall be equipment supplied. deemed to mean that the equipment is judged by the B. The Contractor shall be manufacturer to be in a responsible for changing the oil condition equal to that of in all drives and intermediate equipment that has been drives of each mechanical shipped, installed, tested equipment after initial break -in and accepted in a minimum of the equipment, which in no time period. As such, the event shall be any longer than manufacturer will guarantee three (3) weeks of operation. the equipment equally in both instances. If such a PART 2 - PRODUCTS (NOT USED) certification is not given, the equipment shall be judged PART 3 - EXECUTION (NOT USED) to be defective It shall be removed and replaced at END OF SECTION the Contractor's expense Boynton Beach Utilities — Central Seacrest — Phase 1 SC01600 -4 MATERIAL AND EQUIPMENT , SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS PART 1 — GENERAL 1.04 CONTRACTOR'S OPTIONS 1 01 REQUIREMENTS INCLUDED A For products specified only by reference standard, select A Contractor shall furnish and product meeting that standard, install products specified under by any manufacturer options and conditions for substitutions stated in this B For products specified by Section naming several products or manufacturers, select any one 1 02 RELATED REQUIREMENTS of those products and manufacturers named which A. Information for Bidders and complies with Specifications General Conditions. C. For products specified by B. Section SC01410 Testing naming only one or more Laboratory Services products or manufacturers and stating "or equal ", select one of C. Section SC01650: Start-up. those named products or manufacturers. After award of D Section SC01700• Contract Contract, submit a request as Closeout. for substitutions, for any product or manufacturer which is not 1.03 PRODUCTS LISTED specifically named A Within thirty (30) days after D For products specified by award of Contract, submit to naming only one product and Consultant six (6) copies of manufacturer, there is no option complete list of major products and no substitution will be which are proposed for allowed. installation 1.05 SUBSTITUTIONS B Tabulate products by specification section number A. Within a period of thirty (30) and title. days after award of Contract, Consultant will consider formal C For products specified only by requests from the Contractor for reference standards, list for substitution of products in place each such product of those specified 1 Name and address of 1. After the end of that period, manufacturer the request will be considered only in case of 2 Trade name. product unavailability or other conditions beyond the 3 Model or catalogue control of the Contract designation. Documents: 4 Manufacturer's data B. Submit a separate request for a Reference standards. each substitution Support each b Performance test data request with Boynton Beach Utilities — Central Seacrest — Phase 1 SC01630 -1 SUBSTITUTIONS AND PRODUCT OPTIONS (-", ;- sources of replacement 1. Complete data materials substantiating compliance of the proposed substitution. C. Substitutions will not be Support each request with: considered for acceptance when: a. Product identification, including manufacturer's 1. They are indicated or name and address. implied on Shop Drawings or product data submittals b. Manufacturer's without a formal request literature; identify from Contractor. 1) Product description. 2. They are requested by anyone other than 2) Reference Contractor. standards. 3. Submitted without data 3) Performance and relating to changes in test data. construction schedule. 4. Any effect of substitution on c. Samples, as applicable. separate contracts is not included. d. Name and address of similar projects on 5. A list of changes required in which product has been other work or products is not used, and the date of included. each installation. 6. Accurate cost data 2 Itemized comparison of the comparing proposed proposed substitution with substitution with product product specified; list specified is not included. significant variations. 7. Designation of required 3. Data relating to changes in license fees or royalties is the construction schedule. not included. 4 Any effect of the substitution 8. Designation of availability of on separate contracts. maintenance services, sources of replacement 5 List of changes required in materials is not included. other work or products. 9. Acceptance will require 6. Accurate cost data substantial revision of comparing proposed Contract Documents. substitution with product specified. D. Substitute products shall not be ordered or installed without 7 Designation of required written acceptance of license fees or royalties Consultant. 8. Designation of availability of E. Consultant will determine the maintenance services and acceptability of proposed Boynton Beach Utilities — Central Seacrest — Phase 1 SC01630 -2 SUBSTITUTIONS AND PRODUCT OPTIONS substitutions Contractor shall 1.07 CONSULTANT DUTIES pay all costs associated with Consultant's review A. Review Contractor's requests for substitutions with reasonable 106 CONTRACTORS promptness. REPRESENTATION B. Notify Contractor in writing of A In making formal request for decision to accept or reject substitution Contractor requested substitution. represents that: 1. It has investigated the PART 2 — PRODUCTS (NOT USED) proposed product and has determined that it is equal to PART 3 — EXECUTION (NOT USED) or superior in all respects to that specified. END OF SECTION 2 It will provide same warranties or bonds for substitution as for product specified. 3 It will coordinate installation of accepted changes as may be required for the Work to be complete in all respects. 4. It waive claims for additional costs caused by substitution which may subsequently become apparent. 5 It will pay all costs, resulting under separate contracts, which result from the substitution 6 It will pay all engineering costs for redesign or revision of the Contract Documents 7. Cost data is complete and includes related costs under this Contract, but not: a Costs under separate contracts. b Consultant's costs of redesign or revision of Contract Documents Boynton Beach Utilities — Central Seacrest — Phase 1 SC01630 -3 SUBSTITUTIONS AND PRODUCT OPTIONS SECTION 01650 - START -UP PART 1 - GENERAL Contractor or subcontractor and the manufacturer's 1.01 DESCRIPTION representative. All copies of the Operation and Maintenance A Scope of Work Contractor Manuals must be provided shall demonstrate to CITY and before start-up may begin. Consultant that the Work These forms shall be completed functions as a complete and and submitted before Instruction operable system under normal in Operation to CITY or a and emergency operating request for final inspection. conditions. B. Demonstrate to the Consultant B. Related Work Descnbed that all temporary jumpers Elsewhere: and /or bypass have been removed and that all of the 1. Progress Schedules: components are operating under Section SC01310. their own controls as designated. 2. Contract Closeout: Section SC01700. C. Coordinate start up activities with the CITY's operating 3. Operating and Maintenance personnel and with the Data: Section SC01730. Consultant prior to commencing system start-up. PART2- PRODUCTS D Provide seventy -two (72) hour 2.01 START -UP PLAN notice of intent to start -up. A Submit for Consultant approval 3 02 START UP a detailed Start-Up Plan outlining the schedule and A. Confirm that all equipment is sequence of all tests and start- properly energized, that the up activities, including training valves are set to their normal and equipment manufacturer operating condition and that the representative visits. Start-up flow path through the new work and commissioning may not is unobstructed. begin until the plan is approved. B. Slowly fill each hydrostatic PART 3 - EXECUTION structure in the process flow stream with water. 3 01 COMPONENT TEST AND CHECK- OUT C. Initiate start up in accordance with the plant operation and A. Start-up Certification Prior to maintenance manual. system start-up, Contractor shall successfully complete all the D. Observe the component testing required of the individual operation and make components of the Work. adjustments as necessary to Submit five (5) copies of optimize the performance of the CHECK -OUT MEMO signed by Work. Boynton Beach Utilities — Central Seacrest — Phase 1 SC01650 -1 START -UP rf equipment and its relationship to E. Coordinate with CITY for any other equipment Prior to the adjustments desired or substantial completion, the operational problems requiring Contractor shall submit a debugging detailed schedule of operational circumstances. Coordination of F. Make adjustments as the various contract schedules necessary. will be accomplished through the Consultant. 3.03 START -UP DEMONSTRATION AND TESTING D. Acceptability of the Work's performance will be based on A After all Work components have the Work performing as been constructed, field tested specified, under these actual and started -up in accordance and simulated operating with the individual specifications conditions as defined in the and manufacturer requirements, Contract Documents. The intent perform the Start-Up of the start-up demonstration Demonstration and Testing in and testing is for the Contractor the presence of the Consultant to demonstrate to the CITY and and the CITY. The the Consultant that the Work will demonstration shall be held function as a complete and upon completion of all systems operable system under normal at a date to be agreed upon in as well as emergency operating writing by the CITY or his conditions and is ready for representative. acceptance. B The start-up testing will be E Demonstrate the essential conducted for seven (7) features of all the mechanical consecutive days. The Work systems including, but not must operate successfully limited to, the following as they during the seven (7) day testing apply to the Work. Each system period in the manner intended. shall be demonstrated once If the Work does not operate only, after completion of testing. successfully, or if the start-up is interrupted, the problems will be 1. Variable frequency drives corrected and the test will start over from day one. 2. Chlorination equipment C During the start-up 3 Recarbonation System demonstration period, operate the Work, instruct designated 4. Control Systems plant operating personnel in the function and operation of the 5. Relocated Pumping work, and cause various Systems operational circumstances to occur. As a minimum, these 6 Valves circumstances will include average and peak daily flows, 7 Ventilation system random equipment failures, tank overflows, surcharges and 8. Air conditioning system bypasses Demonstrate the essential features of the 9. Security system Boynton Beach Utilities — Central Seacrest — Phase 1 SC01650 -2 START -UP r, F Demonstrate the essential G. Certificate of Completed features of all electrical systems Demonstration Form (Section including, but not limited to, the 00866): Submit five (5) copies of following as they apply to the Certificate of Completed work: Demonstration, signed by the Contractor, Subcontractor and CITY 1. Electrical systems controls and insert one (1) copy in each and equipment. Operation and Maintenance Manual. a. Electrical power END OF SECTION equipment. b Motor control centers c. Motor control devices. d. Relays. e. Special transformers. f. Starting devices. 2. Lighting fixtures (including relamping and replacing lenses). a. Exit and safety fixtures. b. Fixtures, indoor and outdoor. c Floodlighting. 3. Panelboards. a. Distribution panels. b. Lighting panels. c. Main panels, power panels. d. Switchboard. 4. Transfer switch. 5 Wiring devices. a Face plates. b Low - voltage controls. c. Outlets. convenience, special purpose. d Switches: regular, time. Boynton Beach Utilities — Central Seacrest — Phase 1 SC01650 -3 START -UP SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 4. Contractor to submit evidence of compliance with 1.01 DESCRIPTION the requirements of governing authorities A. Scope of Work. Contractor shall comply with requirement B. When the conditions of stated in Conditions of the paragraph 1.02 A are met the Contract and in specifications Contractor shall submit to the for administrative procedures in Consultant closing out the Work 1 A written notice that it B Related Requirements considers the Work, or Described Elsewhere portion thereof, is substantially complete, and 1. Cleaning. Section SC01710 request an inspection. 2 Project Record Documents C Within a reasonable time after Section SC01720 receipt of such notice, the Consultant will make an 3 Operating and Maintenance inspection to determine the Data: Section SC01730 status of completion. 4 Warranties and Bonds: D When the Consultant finds that Section SC01740 the Work is substantially complete, Consultant will. 1 02 SUBSTANTIAL COMPLETION 1. Attend a Substantial A. The Work will not be Completion walk- through of substantially complete, and the facility to include the Contractor may not request CITY, Contractor and substantial completion Consultant and /or Engineer inspection unless the following of Record to determine the submittals and work is completeness of the Project completed: and readiness of the facility for occupancy. 1. All work specified herein and shown on the drawing is 2 Prepare and deliver to CITY complete a Certificate of Substantial Completion with the 2. Project Record Documents punchlist of items to be have been submitted and completed or corrected reviewed to the before final inspection. requirements of Section SC01720. 1.03 FINAL INSPECTION 3 All deficiencies noted on A. Prior to Contractors request for inspection reports or non- a final inspection the following conformances are corrected submittals and Work must be or the correction plan complete approved 1. Project Record Documents Boynton Beach Utilities — Central Seacrest — Phase 1 SC01700 -1 CONTRACT CLOSE -OUT must be approved. A. Should the Consultant perform reinspections due to failure of 2. Equipment and systems the Work to comply with the have been tested in the claims of status of completion presence of the CITY'S made by the Contractor: representative and are operational and training, 1. Contractor will compensate when applicable. the CITY for such additional services. 3. All punchlist items have been corrected. 2. CITY will deduct the amount of such compensation from B. The Consultant will, within the final payment to the reasonable time, make an Contractor. inspection to verify the status of completion with reasonable 1.05 CONTRACTOR'S CLOSEOUT promptness after receipt of SUBMITTALS Contractor's request. A. Warranties and Bonds: To C. Should the Consultant consider requirements of Section that the Work is incomplete or SC01740. defective: B. Evidence of Payment and 1. The Consultant will promptly Release of Liens: To notify the Contractor in requirements of General and writing, listing the Supplementary Conditions. incomplete or defective work. C. Certificate of Insurance for Products and Completed 2. Contractor shall take Operations. immediate steps to remedy the stated deficiencies, and D. Final Application for Payment send another written certification to the E. Certificate of Substantial Consultant that the Work is Completion. complete. F. Certificate of Final Inspection, 3 The Consultant will within a Testing, and Acceptance reasonable amount of time, reinspect the Work and the G. Closeout of all applicable Contractor shall be liable for permits: reinspection fees as 1. State or other jurisdictional described in paragraph permits (as applicable): 104. a. FDOT b. LWDD E. When the Consultant finds that c SFWMD the Work is acceptable under d. USACE the Contract Documents, the e. FEC Contractor may make closeout f. CSX submittals 2. PBC ROW /MOT 3. PBC Health Department 1 04 REINSPECTION FEES 4. PBC Building Department 5 City of Boynton Beach — Boynton Beach Utilities — Central Seacrest — Phase 1 SC01700 -2 CONTRACT CLOSE -OUT %Jj- r Right -of -Way (ROW) A. Contractor shall submit the final 6 City of Boynton Beach Application for Payment in Building Department accordance with procedures and requirements stated in the 1.06 FINAL ADJUSTMENT OF Conditions of the Contract ACCOUNTS 1.08 RECORD DOCUMENT A. Submit a final statement of SUBMITTAL REQUIREMENTS accounting to the Consultant. A. Submit data on 8 1/2 x 11 inch B. Statement shall reflect all pages in three -nng binders with adjustments to the Contract durable covers Sum: B. Prepare binder cover and binder 1. The original Contract Sum. spine with printed title "RECORD DOCUMENT 2 Additions and deductions MANUAL ", title of project, and resulting from. subject matter of binder when multiple binders are required. a. Previous change orders or written amendment C. Internally subdivide the binder contents with permanent page b Allowances. dividers and tabs c. Unit prices. D. Contents: Prepare a Table of Contents as follows. d Deductions for uncorrected work. 1. Part 1. Directory, listing names, addresses, and e Deductions for telephone numbers of liquidated damages. Engineer, Contractor, Subcontractors and major f. Deductions for equipment suppliers. reinspection payments. 2 Part 2: Project documents and certificates, including g. Other adjustments. the following. a. Certificate of Substantial 3 Total Contract Sum, as Completion with signed - adjusted off Substantial Completion punchlist. 4 Previous payments b. Certificate of Final Acceptance. 5 Sum remaining due. c. Warranty of Title, form WT-1 C Consultant will prepare a final d. Final Release of Lien Change Order, reflecting e. Pre- and Post - approved adjustments to the construction videos and Contract Sum which were not photographs on DVD or previously made by Change CD Orders f Certifications of closeout of all 107 FINAL APPLICATION FOR applicable permits PAYMENT (NPDES, PBC Health Boynton Beach Utilities — Central Seacrest — Phase 1 SC01700 -3 CONTRACT CLOSE -OUT Department, SFWMD, Consultant and the CITY that LWDD, PBC or CBB are required by governing or Building Permits, etc.) permitting authorities such as Palm Beach County Health E. Submit Operation and Department, Palm Beach Maintenance (0 & M) Manuals County Traffic /Land for all equipment The O &M Development, FDOT, etc. in Manuals shall include the order to closeout the project. following information. , a. Manufacturer's name, C. Submit final Application for address, and telephone Payment identifying total number. adjusted Contract Sum, b. List of equipment previous payments, and full c. Parts list for each release of retainage. component d. Operating instructions D. Final payment and release of e. Maintenance instructions for retention with NOT be made equipment and systems until the RECORD DOCUMENT MANUALS, Operation and F. Submit to the CITY, one (1) draft Maintenance Manuals, and the copy of the RECORD "AFTER" photographic survey, DOCUMENT MANUAL fifteen video, and photographs on (15) days prior to the request for DVD /CD have been received Final Inspection, Testing and and accepted by the CITY. Acceptance. This copy will be reviewed and returned prior to END OF SECTION Final Inspection, Testing and Acceptance, with the CITY's comments. Revise content of all document sets as required. G. Submit one (1) revised FINAL RECORD DOCUMENT MANUAL and six (6) sets for all Operation and Maintenance Manuals, within ten (10) days after Final Inspection, Testing and Acceptance. . PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Submit written certification that the Work has been completed in accordance with Contract Documents and is ready for the Substantial Completion and /or Final Completion walk - throughs. B. Provide submittals to the Boynton Beach Utilities — Central Seacrest — Phase 1 SC01700 -4 CONTRACT CLOSE -OUT „J SECTION 01705 - RECORD DRAWING REQUIREMENTS PART 1 - GENERAL number of surveyor Additionally, the Record Drawings shall meet all 1 01 The terms "Record Drawing” and "As- Minimum Technical Standards Built Drawing" shall be synonymous (MTS) requirements However, it is the CITY's preference to refer to these drawings as "Record B AutoCAD computer generated Drawings" The Record Drawings are progress Record Drawings are prepared by the Contractor and are required to be submitted with each used to document the actual Application For Payment construction and other conditions noted in the Contract Documents 1 05 MAINTENANCE OF RECORD DRAWINGS 1 02 REQUIREMENTS INCLUDE A The Contractor shall maintain full A Contractor shall maintain at the size (24 "x36 ") field drawings to site, a record copy of reflect the installed / accepted items of work as the Work 1 Drawings progresses Upon completion of the Work, the Contractor shall 2 Approved Shop Drawings, submit two (2) sets of full size, Product Data and Samples signed and sealed Record Drawings and one (1) CD or DVD 3 Field Test Records with the electronic PDF and AutoCAD files (AutoCAD 2010 or 1 03 RELATED SECTIONS. newer format). All Record Drawings shall be generated with AutoCAD, A Measurement and Payment — and conversions from any other Section SC01025 CAD platform to AutoCAD once the drawings are finished are not B Shop Drawings, Work Drawings, allowed Points collected shall be and Samples — Section SC01340 generated with AutoCAD Land Desktop or AutoCAD Civil 3D An C Testing Laboratory Services — electronic set of the design Section SC01410 drawings (including all pertinent XREF's, CTB files, images, etc.) D Substitutions and Product Options will be furnished to the Contractor — Section SC01630 by the design engineer at no cost. 1 04 RELATED REQUIREMENTS B Contractor shall label each document, "PROJECT RECORD A The completed final Record DRAWING" in neat large printed Drawings shall be certified by a letters, or by rubber stamp Florida Registered Land Surveyor This certification shall consist of the C Contractor shall maintain surveyor's embossed seal bearing documents in a clean, dry, legible his /her registration number, the condition and in good order. Do surveyor's signature and date (of not use record documents for the survey) on each sheet of the construction purposes drawing set (including the cover and key sheet) Standard Detail D Record information must be sheets are not required to be created concurrently with included in the Record Drawing set construction progress Contractor In addition, all Record Drawing shall not conceal any work until sheets shall list the company name, required information is recorded business address, and telephone Boynton Beach Utilities — Central Seacrest —Phase 1 SC01705 -5 RECORD DRAWING REQUIREMENTS E Contractor shall make documents dimensional tie shall include and samples available for centerline stationing and be inspection by CITY and referenced to the nearest edge of CONSULTANT at all times roadway paving with elevation of the top of the pipe 1 06 RECORD DRAWINGS E Contractor's Record Drawings shall A. Survey /GPS Points: All points shall include the key sheet / key map be collected via NAD83 FL State with exact system pipe line and Plane coordinates and elevations valve locations indicated including collected via the NAVD88 vertical GPS coordinates datum. All drawings shall be in the proper coordinate base, F Computer generated Record coordinates shall be called out on Drawings shall be submitted, data the drawings, and all field collected in tabular form will not be accepted data shall be submitted in comma delimited text electronic format. G Additionally, GPS coordinates certified by the surveyor, shall be B Record Drawings shall include provided for. complete as installed information including paving and drainage 1. Water Mains (including raw relative to pavement location, water as applicable): Valves, concrete curb; gutter and fittings, fire hydrants, sidewalks; elevations of surface permanent sample points, drainage flows to insure proper service taps and meters routings of storm water runoff, location of inlets, manholes, 2 Sanitary Sewers - Manholes outfalls, endwalls and control and cleanouts structures, as well as pipe inverts, top of grates, rim elevations, and 3 Stormwater systems. Inlets, other features that were manholes and outfalls constructed in the Project. (including MES). C The Record Drawings shall include 4 Force Mains Valves and complete as installed information of fittings. the utility systems, (water, sanitary sewer and storm water systems) 5 Reuse Mains Valves, fittings, including service laterals, sample permanent sample points, points, valves, backflow preventers, service taps and meters. information relative to location of manholes, valve pits (enclosures), 6 Wellfields Wellheads and wet wells, lift stations, as well as valves the inverts and nm elevations, and any other features that were either 7 General Street light poles, constructed as part of the project or hand -holds and pull boxes discovered during the construction of the project Any and all As -Built H Representative items of work that utilities that vary from the design shall be shown on the Record drawing set shall be moved Drawings as verified, changed or spatially to its correct locations and added are shown below. reflected accordingly in the AutoCAD, PDF, and hard copy 1 Plans Record Drawings a Structure types, location D Dimensional ties to water lines shall with grade of rim and flow - be provided, both horizontal and line elevations vertical, at a minimum of every 200 linear feet (If). Each water line Boynton Beach Utilities — Central Seacrest —Phase 1 SC01705 -6 RECORD DRAWING REQUIREMENTS r, b Piping system type (water e All tie -ins to existing lines main, gravity sewer, etc ), shall be shown in an length, size and enlarged detail of the tie -in elevations configuration c Utility type, length, size f All water services and elevation in conflict structures 2. Record Drawings of all gravity sanitary sewer lines include the d All maintenance access following information structures, valve pits, valves and hydrants within a Rims, inverts and length of right -of way piping between structures as well as slopes. e Critical spot elevations at high or low intersections b Separation callouts and the midpoint of all between water main, intersections. sanitary sewer mains and laterals and storm f Sewer laterals drainage piping and structures 2 Pavement Marking and Signing Plans Sign location where c The stub ends of all sewer installed if different from plans. laterals shall be located via GPS and if there are I Record Drawing shall include the any cleanouts installed on following criteria at a minimum the sewer laterals then the invert elevation of these 1 Record Drawings of water lines cleanouts need to be shall include the following obtained. information d Lift station Record a. Top of pipe elevations and Drawings shall consist of horizontal location every top of wet well elevation, 100 linear feet (If) invert elevation of the incoming line, bottom of b Separation callouts the wet well and of the between water main, compound area sanitary sewer mains and laterals, reclaimed water 3. Force main Record Drawings and storm drainage piping shall be prepared the same as and structures the water line Record Drawings c Final elevations of surface feature including roadway 4 Reclaimed water Record crown, edge of pavement Drawings shall be prepared the (roadway and sidewalk) same as the water line Record and swale elevations Drawings every 200 liner feet (If). 5 Record Drawings of all storm d GPS locations and water drainage systems shall elevations of fittings, include the following valves, fire hydrants, information permanent sample points and water service taps a Structures, grate and meters elevations, inverts and diameter and length of pipe line between Boynton Beach Utilities — Central Seacrest —Phase 1 SC01705 -7 RECORD DRAWING REQUIREMENTS structures, type of conformance to the plan drainage system details (conveyance and /or exfiltration) and weir 7. Lake and canal bank Record elevations if applicable. Drawings shall include a key sheet of the lake for the b Separation callouts location of cross sections between water main, Lake and canal bank cross sanitary sewer mains and sections shall be plotted at a laterals and storm minimum of every 100 linear drainage piping and feet (If) and the top and bottom structures of slope /edge of water around the lake or canal, unless c Cross section (ROW to otherwise specified. Record ROW) every 50 feet or Drawings shall consist of the critical change in elevation location and elevation of the and at each Inlet showing top of bank, edge of water and sidewalk, inlet grate and /or the deep cut line, with the top and bottom of distance between each shown swale /slope, edge of on the drawing. If there are roadway, roadway crown, contours indicated on the edge of roadway, grate design plans, then they shall and sidewalk elevations be recorded as well. 6 All rock and asphalt Record a Retention area Record Drawings for parking lot, Drawings elevations shall roadways and swales areas be taken at the bottom of shall consist of the following: the retention area and at the top of bank If there a. Rock elevations at all high are contours indicated on and low points, and at the design plans, then enough intermediate they shall be recorded as points to confirm slope well consistency and every 50' for roadways. b If a change is made via field order or deviation to b Rock elevations shall be any structure, pipeline, taken at all locations etc , a new location shall where there is a finish be noted on the Record grade elevation shown on Drawings The Consultant the design plans may request additional Record Drawing c All catch basin and information to verify manhole rim / grate horizontal or vertical elevations shall be shown. locations d Elevations around island 107 SUBMITTAL areas are required A Record Drawings - As a condition e As constructed elevations precedent to the Contractor's shall be taken on all paved request for Final Inspection, and unpaved swales prior Testing and Acceptance, the to placement of asphalt Contractor shall furnish to CITY a and /or topsoil /sod, at complete set of full size paper enough intermediate prints, marked -up Record Drawings points to confirm slope with "RECORD DRAWINGS" consistency and clearly printed on each sheet for review and approval If there was Boynton Beach Utilities — Central Seacrest —Phase 1 SC01705 -8 RECORD DRAWING REQUIREMENTS no change to the drawing, it shall include all features that were shown be marked "RECORD DRAWING — on the approved construction plans NO CHANGE" All final Record Drawing sheets shall be certified, E When identified on the Schedule of signed and sealed by the Bid Items as a separate pay item, Contractor's surveyor. Record Drawings shall be paid for once the FINAL project Record B Additionally, the Contractor shall Drawings have been submitted to certify by stamping and signing and accepted by the CITY and each Record Drawing sheet CONSULTANT indicating the fact that it has been reviewed and accepted PART 2 PRODUCTS - Not Used C Initially, two (2) signed and sealed paper pnnts are to be submitted to PART 3 EXECUTION - Not Used the Project Manager for review Following review by the Consultant and CITY, any comments are to be END OF SECTION addressed On final submission, the following items shall be provided 1 Two (2) sets of signed and sealed drawings (24 in. x 36 in) If sent by mail or couner, the drawings shall be packaged in properly sized shipping tubes 2 PDF and AutoCAD electronic files on CD or DVD All proposed data must be crossed out and the computer generated As -Built data must be easily identified and put on AutoCAD layers other than those used by the Design Engineer, with the text "ASB" preceding the layer name A bold or different font and line weight may be used. A sample of record data must be added to the legend and shown on each plan /profile sheet. D The electronic files submitted must be in PDF and AutoCAD 2010 or newer format. All digital files are to be copied on CD or DVD All fonts and linetypes shall be from the standard AutoCAD library Any attachments to drawings (i e , XREFs, Images, CTB files, or any such attached files) shall be written to CD or DVD Original layer states shall be saved in AutoCAD prior to making any changes to drawings using the Layer State Manager under the Layer Properties Manager dialog box As a minimum requirement, electronic files must Boynton Beach Utilities — Central Seacrest —Phase 1 SC01705 -9 RECORD DRAWING REQUIREMENTS s SECTION 01710 — CLEANING PART 1 - GENERAL C. Contractor shall coordinate and cooperate with the CITY for the 1 01 DESCRIPTION routine collection of garbage, debris and recycle materials by assuring A Scope of Work Contractor shall access to oversized vehicles. If execute cleaning, during progress of access to the property owner pick - the Work and at completion of the up points, Contractor shall gather Work. the collection bins, stage them in a pick -up area and then return to the 1.02 DISPOSAL REQUIREMENTS individual property owners after the garbage and /or recycle has been A Contractor shall conduct cleaning picked -up. and disposal operations to comply with codes, ordinances, regulations, 3.02 DUST CONTROL and anti - pollution laws. A Clean interior spaces prior to the PART 2 - PRODUCTS start of finish painting and continue cleaning on an as- needed basis until 2.01 MATERIALS paint is finished A. Use only those cleaning materials B. Schedule operations so that dust which will not create hazards to and other contaminants resulting health or property and which will not from cleaning process will not fall on damage surfaces. wet or newly- coated surfaces. B. Use only those cleaning materials 3.03 FINAL CLEANING and methods recommended by manufacturer of the surface material A. Employ skilled workmen for final to be cleaned. cleaning B. Remove grease, mastic, adhesives, C. Use cleaning materials only on dust, dirt, stains, fingerprints, labels, surfaces recommended by cleaning and other foreign materials from material manufacturer. sight - exposed interior and exterior surfaces. PART 3 - EXECUTION C. Prior to final completion, or Owner 3.01 DURING CONSTRUCTION occupancy, Contractor shall conduct an inspection of sight- exposed A. Execute daily cleaning to keep the interior and exterior surfaces and all Work, the site and adjacent work areas, to verify that the entire properties free from accumulations Work is clean. of waste materials, rubbish and windblown debris, resulting from END OF SECTION construction operations or personal activities. B. Remove waste materials, debris and rubbish from the site as needed and dispose of at legal disposal areas away from the site Boynton Beach Utilities — Central Seacrest — Phase 1 SC01710 -1 CLEANING 0 SECTION 01720 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL Working Drawings and Samples. 1 01 IN- PROGRESS PROJECT RECORD DOCUMENTS 7 Field Test records. A All dimensions and annotations 8. Maintenance of Traffic that are noted below shall be (MOT) Plans included on the progress and final Record Drawings 9. Construction photographs Contractor shall maintain on site one (1) record copy for the B Related Requirements Consultant of the following as it Described Elsewhere: progresses. 1. Field Engineering: Section 1. Drawings: SC01050. a. Trench bottom 2 Shop Drawings, Working elevations Drawings and Samples: Section SC01340 b Top of bedding (when imported bedding is 3. Construction Photographs. required) Section SC01380. c. Pipe invert at each 4. Video and Photographic Site structure Survey. Section SC01390 d Station and off -set 1.02 RECORDING measurements including grate A. Label each document elevations for "PROJECT RECORD" in neat structures. large printed letters e. GPS B Record information concurrently coordinates /notations with construction progress f Mapping of all soil 1. Do not conceal any work density test results until required information is (pass and fail) recorded. 2. Specifications C Drawings: Legibly mark to record actual construction 3 Addenda 1. Depths of various elements 4. Change Orders and other of foundation in relation to modifications of the finish first floor datum Contract 2. Location of existing internal 5 Consultant's Field Orders or utilities and appurtenances written instructions. concealed in the construction, referenced to 6 Approved Shop Drawings, visible and accessible Boynton Beach Utilities — Central Seacrest — Phase 1 SC01720 -1 PROJECT RECORD DOCUMENTS features of the structure PART 2 - PRODUCTS (NOT USED) 3. Field changes of dimension PART 3 — EXECUTION (NOT USED) and detail 4. Changes made by Field END OF SECTION Order or by Change Order. 5. Details not on original Contract Drawings 6. Equipment and piping relocations. D. Specifications and Addenda. Legibly mark each section to record: 1. Manufacturer, trade name, catalog number of Supplier of each product and item of equipment actually installed. 2. Product substitutions and alternates utilized. 3. Changes made by Field Order or by Change Order. 103 SUBMITTAL A. At Contract closeout, deliver Record Documents to the Consultant for the CITY. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4 Title and number of each Record Document. 5 Signature of Contractor or his authorized representative. Boynton Beach Utilities — Central Seacrest — Phase 1 SC01720 -2 PROJECT RECORD DOCUMENTS rfrY , SECTION 01730 - OPERATING AND MAINTENANCE DATA PART 1 - GENERAL B Format 1 01 DESCRIPTION 1 Size 8 -1/2 inches x 11 inches A Scope of Work 2. Paper 20 pound minimum, white, for typed pages 1 Contractor shall compile product data and related information 3. Text Manufacturer's printed data, appropriate for CITY's maintenance or neatly typewritten and operation of products furnished under Contract 4 Drawings a Prepare operating and a. Provide reinforced punched maintenance data as specified binder tab, bind in with text in this Section and as referenced in other pertinent b Reduce larger drawings and sections of Specifications fold to size of text pages but not larger than 14 inches x 17 2 Contractor shall instruct CITY's inches. personnel in maintenance of products and in operation of 5 Provide fly -leaf for each separate equipment and systems product, or each piece of operating equipment B Related Requirements Described Elsewhere a Provide typed descnption of projects and major component 1 Contract Closeout Section parts of equipment SC01700 b Provide identified tabs 2 Project Record Documents Section SC01720 6 Cover Identify each volume with typed or printed title "OPERATING 1 02 QUALITY ASSURANCE AND MAINTENANCE INSTRUCTIONS" List A Preparation of data shall be done by personnel a Title of Project 1 Trained and experienced in b. Identity of separate structure maintenance and operation of as applicable described products c Identity of general subject 2 Familiar with requirements of the matter covered in the manual Section C Binders 3 Skilled as technical wnter to the extent required to communicate 1 Commercial quality three -post essential data binders with durable and cleanable plastic covers 4 Skilled as draftsman competent to prepare required drawings 2 Maximum post width 2 inches 1 03 FORM OF SUBMITTALS 3 When multiple binders are used, correlate the data into related A Prepare data in form of an instructional consistent groups manual for use by CITY's personnel 1 04 CONTENT OF MANUAL Boynton Beach Utilities — Central Seacrest — Phase 1 SC01730 -1 OPERATING AND MAINTENANCE DATA A Neatly typewritten table of contents for Documents to assure correct each volume, arranged in systematic illustration of completed installation order 3. Do not use Project Record 1 Contractor, name of responsible Documents as maintenance principal, address and telephone drawings number D Written test, as required to supplement 2 A list of each project required to be product data for the particular included, indexed to content of the installation volume. 1 Organize in consistent format under 3 List, with each project, name, separate headings for different address and telephone number of procedures. a. Subcontractor or installer. 2 Provide logical sequence of instruction of each procedure b A list of each product required to be included, indexed to E Copy of each warranty, bond and content of the volume service contract issued. c Identify area of responsibility of 1 Provide information sheet for each CITY's personnel, give: d Local source of supply for parts a Proper procedures in event of and replacement failure 4 Identify each product by product b Instances which might affect name and other identifying symbols validity of warranties or bonds as set forth in Contract Documents 1.05 MANUAL FOR MATERIALS AND FINISHES B Product Data A Submit six (6) copies of complete 1 Include only those sheets which are manual in final form to the CITY pertinent to the specific product through the CONSULTANT 2. Annotate each sheet to B Content for architectural products, applied materials and finishes a Clearly identify specific product or part installed. 1. Manufacturer's data, giving full information on products b Clearly identify data applicable to installation a. Catalog number, size, composition. c Delete references to inapplicable information b Color and texture designations C. Drawings: c Information required for reordering special 1. Supplement product data with manufacturing products drawings as necessary to clearly illustrate 2 Instructions for care and maintenance, a Relations of component parts of equipment and systems a Manufacturer's recommendation for types of b Control and flow diagrams. cleaning agents and methods. 2 Coordinate drawings with information in Project Record b Cautions against cleaning Boynton Beach Utilities — Central Seacrest — Phase 1 SC01730 -2 OPERATING AND MAINTENANCE DATA r ;jam N agents and methods which are instructions detrimental to product d Special operating instructions c Recommend schedule for cleaning and maintenance 3 Maintenance procedures. C Content, for moisture protection and a Routine operations weather- exposed products b Guide to "trouble- shooting ". 1 Manufacturer's data, giving full information on products c Disassembly, repair and reassembly a Applicable standards d. Alignment, adjusting and b Chemical composition checking c Details of installation 4 Servicing and lubrication required 2 Instructions for inspection, 5 Manufacturer's printed operating maintenance and repair and maintenance instructions D Additional requirements for 6. Description of sequence of maintenance data Respective sections operation by control manufacturer of Specifications 7. Original manufacturer's parts list, 106 MANUAL FOR EQUIPMENT AND illustrations, assembly drawings SYSTEMS and diagrams required for maintenance A Submit five (5) copies of complete manual in final form to the CITY through a Predicted life of parts subject the CONSULTANT to wear B Content, for each unit of equipment and b Items recommended to be system, as appropriate stocked as spare parts 1 Description of unit and component 8 As- installed control diagrams by parts controls manufacturer. a Function, normal operating 9 Each contractor's coordination characteristics, and limiting drawings conditions a. As- installed color coded piping b Performance curves, diagrams. engineering data and tests. 10 Charts of valve tag numbers, with c Complete nomenclature and location and function of each valve. commercial number of replaceable parts 11 List of original manufacturer's spare parts, manufacturer's current prices 2 Operating procedures. and recommended quantities to be maintained in storage a Start -up, break -in, routine and normal operating instructions 12 Other data as required under pertinent sections of specifications b Regulation, control, stopping, shut -down and emergency C Content, for each electric and electronic instructions systems, as appropriate - c Summer and winter operating 1 Description of system and Boynton Beach Utilities — Central Seacrest — Phase 1 SC01730 -3 OPERATING AND MAINTENANCE DATA component parts E. Additional requirements for operating and maintenance data Respective a Function, normal operating sections of Specifications characteristics, and limiting conditions 1 07 SUBMITTAL SCHEDULE b. Performance curves, A. Submit two (2) copies of completed data engineering data and tests in final form to the CITY through the CONSULTANT no later than thirty (30) c Complete nomenclature and days following the Consultant's review commercial number of of the last shop drawing and /or other replaceable parts submittal specified under Section SC01340 2 Circuit directories and panelboards 1 One copy will be returned with a. Electrical service comments to be incorporated into final copies. b. Controls B Submit six (6) copies of approved c. Communications manual in final form directly to the offices of the Consultant, within thirty 3 As installed color coded wiring (30) calendar days of product shipment diagrams to the project site and preferably within 30 days after the reviewed copy is 4. Operating procedures received. a Routine and normal operating C Append six (6) copies of addendum to instructions. the operation and maintenance manuals as applicable and certificates as b Sequences required specified within thirty (30) days after final inspection and plant start-up test. c Special operating instructions 1.08 INSTRUCTION OF CITY'S PERSONNEL 5. Maintenance procedures A Fully instruct CITY's designated a Routine operations. operating and maintenance personnel in operation, adjustment and maintenance b Guide to "trouble- shooting ". of products, equipment and systems c Disassembly, repair and B. Review operating and maintenance reassembly manual with CITY's operating and maintenance personnel in full detail to 6 Manufacturer's printed operating explain all aspects of operations and and maintenance instructions maintenance 7 List of original manufacturer's spare C A list shall be provided to the CITY parts, manufacturer's current detailing the date, time and attendees of prices, and recommended all training sessions quantities to be maintained in storage. PART 2 - PRODUCTS (NOT USED) 8 Other data as required under PART 3 - EXECUTION (NOT USED) pertinent sections of specifications. END OF SECTION D Prepare and include additional data when the need for such data becomes apparent during instruction of CITY's personnel Boynton Beach Utilities — Central Seacrest — Phase 1 SC01730 -4 OPERATING AND MAINTENANCE DATA ry SECTION 01740 - WARRANTIES AND BONDS PART 1 - GENERAL or service maintenance contract. 101 DESCRIPTION 6 Provide Information for A. Scope of Work: CITY's personnel. 1 Contractor shall compile a. Proper procedure in specified warranties and case of failure bonds, as in Article 5 and 13 of the General Conditions b. Instances which might and as specified in these affect the validity of Specifications. warranty or bond. B Related Work Described 7 Contractor, name of Elsewhere. responsible principal, address and telephone 1. General Conditions. Articles number. 5 and 13 1.03 FORM OF SUBMITTALS 2 Contract Closeout: Section SC01700. A. Prepare in duplicate packets 1 02 SUBMITTAL REQUIREMENTS B Format A. Assemble warranties, bonds 1. Size 8 -1/2 inches by 11 and service and maintenance inches, punch sheets for contracts, executed by each of standard three (3) post the respective manufacturers, binder. suppliers, and subcontractors. a Fold larger sheets to fit B. Number of onginal signed into binders copies required: Two (2) each. 2. Cover: Identify each packet C Table of Contents: Neatly with typed or printed title typed, in orderly sequence. "WARRANTIES AND Provide complete information for BONDS ". List• each item. a. Title of Project 1 Product of work item b. Name of Contractor. 2 Firm, with name of principal, address and telephone C. Binders: Commercial quality, number three (3) post binder, with durable and cleanable plastic 3 Scope. covers and maximum post width of two (2) inches. 4 Date of beginning of warranty, bond or service 1 04 WARRANTY SUBMITTALS and maintenance contract REQUIREMENTS A. For all major pieces of 5 Duration of warranty, bond equipment, submit a warranty Boynton Beach Utilities — Central Seacrest — Phasel SC01740 -5 WARRANTIES AND BONDS from the equipment design, improper assembly or manufacturer. The erection, defective workmanship manufacturer's warranty period and materials, leakage, shall be concurrent with the breakage or other failure of all Contractor's for one (1) year, equipment and components unless otherwise specified, furnished by the manufacturer commencing at the time of final acceptance by the CITY. PART 2 - PRODUCTS (NOT USED) B. The Contractor shall be PART 3 - EXECUTION (NOT USED) responsible for obtaining certificates for equipment warranty for all major equipment END OF SECTION specified under technical specifications for Divisions 11 Equipment; 13: Special Construction; 15: Mechanical; and 16: Electrical and which has at least a 1 hp motor or which lists for more than $1,000. The Consultant reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one -year warranty period even though certificates of warranty may not be required. C In the event that the equipment manufacturer or supplier is unwilling to provide a one (1) year warranty commencing at the start of the Correction Period, the Contractor shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two (2) year warranty from the manufacturer shall not relieve the Contractor of the one (1) year warranty. D. The CITY shall incur no labor or equipment cost during the guarantee period. E. Guarantee shall cover all necessary labor, equipment and replacement parts resulting from faulty or inadequate equipment Boynton Beach Utilities — Central Seacrest — Phasel SC01740 -6 WARRANTIES AND BONDS SECTION 01800 - MISCELLANEOUS WORK AND CLEANUP PART 1 - GENERAL and replace existing fences during construction Only the sections 1 01 DESCRIPTION directed by the Consultant shall be removed. If any section of fence is A Scope of Work. damaged due to the Contractor's negligence, it shall be replaced with 1 This Section includes operations fencing equal to or better than that which cannot be specified in damaged, and the work shall be detail as separate items but can satisfactory to the Consultant be sufficiently described as to the kind and extent to work 3.02 CLEAN UP involved. The Contractor shall furnish all labor, materials, A. The Contractor shall remove all equipment and incidentals to construction material, buildings, complete the work under this equipment and other debris Section. remaining on the job as the result of construction operations and shall 2 The work of this Section render the site of the work in a neat includes, but is not limited to, and orderly condition. the following 3.03 INCIDENTAL WORK a Restoring of driveways and fences. A Do all incidental work not otherwise specified, but obviously necessary b Cleaning up. for the proper completion of the contract as specified and as shown c Incidental work on the Drawings PART 2 - PRODUCTS END OF SECTION 2 01 MATERIALS A Materials required for this Section shall be of the same quality as materials that are to be restored. Where possible, the Contractor shall reuse existing materials that are removed and then replaced. PART 3 - EXECUTION 3 01 RESTORING OF DRIVEWAYS AND FENCES A Existing public and private driveways disturbed by the Contractor shall be replaced Paved drives shall be repaved to the limits and thickness existing prior to construction Gravel drives shall be replaced and regraded B The Contractor shall remove, store Boynton Beach Utilities — Central Seacrest — Phase 1 SC01800 -1 MISCELLANEOUS WORK AND CLEAN -UP TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS - TABLE OF CONTENTS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 DIVISION 2 — SITE CONSTRUCTION 02060 Aggregate Materials 02082 Public Manholes and Structures 02112 Asbestos Cement Pipe Removal - Disposal 02221 Demolition 02230 Site Clearing 02270 Sedimentation and Erosion Control 02300 Earthwork 02320 Trenching and Excavation 02322 Dewatering and Drainage 02324 Backfill 02371 Riprap and Rock Lining 02513 Public Water and Reclaimed Water Distribution Systems 02516 Disinfection of Water Distribution Systems 02538 Sanitary Sewer System 02630 Storm Drainage 02660 Project Material Specifications 02668 Valves and Appurtenances 02730 Milling of Existing Asphalt Pavement 02740 Subgrade, Base Course, and Asphalt 02761 Pavement Markings 02924 Seed, Mulch, and Fertilizer 02925 Sodding 02960 Restoration of Surface Improvements DIVISION 3 — CONCRETE 03300 Cast -In -Place Concrete END OF SECTION SECTION 02060 AGGREGATE MATERIALS ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2000 or 2010 (where applicable) as reference documents. It is the intent of the Utilities Department that this technical specification (02060) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 204 - Graded Aggregate Base • Section 210 - Reworking Limerock Base • Section 220 - Shaping and Compacting Local Base Rock • Section 230 - Limerock Stabilized Base • Section 911 - Limerock Material for Base and Stabilized Base • Section 240 - Sand -Clay Base • Section 250 - Shell Base • Section 913 - Shell Material • Section 913A - Shell - Rock Material • Section 914 - Stabilization Materials • Section 260 - Shell Stabilized Base • Section 270 - Soil Cement Base • Section 901 - Course Aggregate • Section 902 - Fine Aggregate In the event that this technical specification (02060) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Aggregate materials 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section 02300 - Earthwork Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02060 -1 Aggregate Materials E. Section 02320 - Trenching and Excavation F. Section 02322 - Dewatering and Drainage G. Section 02324 - Backfill H. Section 02371 - Riprap and Rock Lining I. Section 02740 - Subgrade, Base Course and Asphalt 1.3 REFERENCES A. Florida DOT Standard Specifications for Road and Bridge Construction cited at the beginning of this section. B. AASHTO - M147 - Standard Specification for Materials for Aggregate and Soil- Aggregate Sub base, Base and Surface Courses C. AASHTO T180 - Standard Specification for Moisture - Density Relations of Soils Using a 4.54 -kg (10 -1b) Rammer and a 457 -mm (18 -in) Drop D. ASTM C136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates E. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (6,000 ft- lbf /ft3 (2,700 kN -m /m3) F. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) G. ASTM D2922 - Standard Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth) H. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) I. ASTM D4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 UNIT PRICES - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 - MEASUREMENT AND PAYMENT PROCEDURES. 1.5 SUBMITTALS A. Submittals for review and authorization to proceed Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02060 -2 Aggregate Materials 1. Materials Source: Submit name of imported materials suppliers 2. Materials: Submit material certificates including proctor and sieve analysis of each type of aggregate supplied PART 2 - PRODUCTS 2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate Type FDOT 57 Stone 2.2 FINE AGGREGATE MATERIALS A. Fine Aggregate Type FDOT Standard Specification for Road and Bridge Construction Section 902. B. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). C. Materials generated from the on -site excavations or imported from an off -site source may be utilized for backfill of pipeline and associated structure excavations provided the materials consist of relatively clean sands or reasonably well graded, relatively clean sand - gravel mixtures that are free of timber, roots, clods, construction demolition debris, rubbish, trash or other deleterious matter. The materials shall have a maximum size of 1 inch, have not more than 10 percent passing the US Standard No. 200 Sieve and contain no more than 2 percent (by weight) of organic matter. 1. Backfill materials classification shall comply with the Unified Soil Classification System (ASTM D 2487) Group Symbols of SP, SP -SM, GP or GP -GM. 2. The S =Sand, G= Gravel, P= Poorly Graded, and M =Silty all per ASTM D 2487. 2.3 SOURCE QUALITY CONTROL A. Coarse Aggregate Material - Testing and Analysis: Perform in accordance with ASTM D1557 or AASHTO T180 B. Fine Aggregate Material - Testing and Analysis: Perform in accordance with ASTM D1557 or AASHTO T180 C. If tests indicate materials do not meet specified requirements, change material or material source and retest Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02060 -3 Aggregate Materials D. Provide materials of each type from same source throughout the Work PART 3 - EXECUTION 3.1 QUALITY ASSURANCE A. Perform Work in accordance with State of Florida DOT standards 3.2 STOCKPILING A. Stockpile materials on site at locations designated by Engineer. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.3 STOCKPILE CLEANUP A. Remove stockpile, leave area in a clean and neat condition. Grade site surface to prevent free - standing surface water. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02060 -4 Aggregate Materials SECTION 02082 PUBLIC MANHOLES AND STRUCTURES ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2004 or 2010 (where applicable) as reference documents. It is the intent of the Utilities Department that this technical specification (02082) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 400 - Concrete Structures • Section 415 - Reinforcing Steel • Section 416 - Installing Adhesive - Bonded Anchors and Dowels for Structural Applications • Section 417 - Epoxy Coating of Reinforcing Welded Wire Fabric • Section 425 - Inlets, Manholes, and Junction Boxes In the event that this technical specification (02082) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Modular precast concrete manhole and inlet sections with tongue- and - groove joints, risers, transition to lid, frames, covers, anchorage, and accessories. 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section SC01700 - Contract Closeout E. Section 02060 - Aggregate Materials F. Section 02320 - Trenching and Excavation G. Section 02322 - Dewatering and Drainage H. Section 02324 - Backfill Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -1 Public Manholes and Structures I. Section 02513 - Public Water & Reclaimed Water Distribution Systems J. Section 02630 - Storm Drainage K. Section 02740 - Subgrade, Base Course and Asphalt 1.3 REFERENCES Not Used. 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 - MEASUREMENT AND PAYMENT PROCEDURES B. The replacement of existing irrigation (public or private) in the Public ROW as the result of public manholes and structures installation is NOT a pay item. Replacement of existing ROW irrigation (to match existing quality, quantity and size) shall be incidental to the Unit Price of the pipeline, structure or swale development. 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. Shop Drawings: Indicate location and size of reinforcing steel, manhole locations, inlet locations, elevations, piping, conduit, and any weir control structures, sizes and elevations of penetrations for the following: B. Precast Manhole (including reinforcing and joint), including Frame and Cover and all brickwork. C. Precast Structure / Inlet (including reinforcing and joint) including Frame and Cover / Grate (all grates for storm water inlets shall be reticuline with a traffic rating of H -20) and all brickwork. D. Precast Junction Box and conflict structure (including reinforcing and joint), including Frame and Cover and all brickwork. 1.6 PROJECT RECORD DOCUMENTS A. Refer to Section SC01700 CONTRACT CLOSEOUT for additional requirements. B. Refer to Section SC01720 PROJECT RECORD DOCUMENTS for additional requirements. 1.7 DELIVERY, STORAGE AND HANDLING A. Comply with precast concrete manufacturer's instructions for unloading, storing and moving precast Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -2 Public Manholes and Structures manholes and drainage structures. Cracks or broken ends due to improper handling will not be acceptable. Lift holes will not be allowed. B. Store precast concrete manholes and drainage structures to prevent damage to Owner's property or other public or private property. Repair property damaged from materials storage. C. Mark each precast structure by indentation or waterproof paint showing date of manufacture, manufacturer, and identifying symbols and numbers shown on Drawings to indicate its intended use. PART 2 - PRODUCTS 2.1 MANHOLES (SANITARY) A. Materials 1. Concrete: 4,000 psi 2. Reinforcement: a. All reinforcement shall be A.S.T.M A615, Grade 60 or 65 ksi welded wire fabric, either smooth or deformed. b. Except when ACI hooks are specifically required, reinforcement top and slab shall be straight embedment. c. All steel bars shall have 1 -1/2" minimum cover unless otherwise shown except for precast circular units manufactured under ASTM C -76 or ASTM C -478. Horizontal steel in rectangular structures shall be lapped a minimum of 24 bar diameters at corners. 3. Flexible Gasket: Ram Neck Seal 4. Sanitary Sewer Manhole Coatings: a. Interior Coating: SewperCoat is the preferred interior coating material. With written authorization from the Project Manager CHEM- REX ThoRoc may be used. b. Exterior Coating: CARBOLINE (Koppers) Bitumastic 300M Outside Structure: ls£ coat red, 2 nd coat black. 5. Manhole Brick: ASTM C32 -73 (3 -hole) and shall be sound, hard and uniformly burned brick, regular and uniform in shape and size, of compact texture, and satisfactory to the Engineer. Brick shall Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -3 Public Manholes and Structures comply with the ASTM Standard Specification for Sewer and Manhole Brick (made from clay or shale). Grade SS brick shall be used for paved inverts and shelves, and grade MS shall be used for walls. 6. Masonry Mortar: ASTM C270 -82, Type M - Type II Cement. 7. Manhole Frame and Cover: Traffic rated, conforming to U.S. Foundry No. 230 -AB -M or 663 -AB -M, or equal. 8. Manhole frames and covers shall be the Utility Department Standard as shown on the project construction drawings and of such quality and composition as will make the metal of the casing strong and tough and of even grain. They shall be smooth, free from scale, lumps, blisters and sand holes. No plugging or filling will be allowed. The words "SANITARY SEWER" shall be cast in the cover so as to be plainly visible. Frames and covers shall have a protective coating of black paint. All covers shall have a non - penetrating or concealed type pick hole. B. Construction 1. Manholes shall be constructed of precast reinforced concrete. Reinforcing for the base section and top shall be as shown on the drawings. Reinforcing for the wall sections shall be as specified in ASTM C478 and shall extend into the tongue and groove of the joints. There shall be a #4 continuous rebar hoop around openings. The base shall be monolithic with the first wall section using a water stop between base and first wall section. Adjustable riser rings are preferred for all manholes. 2. Water stop shall be manhole manufacturer's standard. If the manufacturer does not have a standard, use a 4 -inch wide, #10 gauge steel sheet, welded continuous through the joint. 3. Joints shall be tongue and groove suitable for flexible Ram Neck seal gasket. 4. Lifting hooks shall be used throughout. Lift holes will not be allowed. 5. Components of the manhole shall be free of fractures, cracks, and undue roughness. Concrete shall be free of defects that indicate improper mixing or placing, and surface defects such as honeycomb or spalling. The Owner reserves the right to inspect manholes at the factory. Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -4 Public Manholes and Structures 2.2 INLETS, JUNCTION BOXES, MANHOLES (STORM) A. Materials 1. Concrete: 4,000 psi. 2. Reinforcement: As stated above. 3. Sizing a. Standard structure bottoms 4' -0" diameter and smaller (Alt. A) and 3' -6" square (Alt. B) are designated Type P. Larger standard structure bottoms are designated Type J. Adjustable riser rings are preferred for all structures. b. Walls of circular structures (Alt. A) constructed in place may be of non - reinforced concrete or brick or reinforced concrete. Precast and rectangular structures (Alt. B) shall be constructed of reinforced concrete only. c. Wall thickness and reinforcement are for either reinforced cast -in -place or precast concrete units except that precast circular units may be furnished with walls in accordance with either ASTM C -478 (up to 96" diameter) or ASTM C -76 Class III B Wall, modified where the elliptical steel cage area is placed in the center one -third of the wall. d. Top and floor slab thickness and re- enforcement are precast and cast -in -place construction. Top and floor slabs shall be of Class II concrete. Concrete as specified in ASTM C -478 (4,000 psi) may be used in lieu of Class I and Class II concrete in precast items manufactured in plants which are under the 'Standard Operating Procedures' for the inspection of precast drainage products. e. Structure bottoms may be used in conjunction with curb inlet tops Types 1,2,3,4,5,6,9, and 10, and any manhole or junction box unless otherwise shown in the plans or other standard drawings. Alt. B structure bottoms may be used in conjunction with curb inlet Types 7 & 8, or any ditch bottom inlet unless otherwise shown in the plans or other standard drawings. f. Rectangular structures may be rotated as directed by the Engineer in order to Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -5 Public Manholes and Structures facilitate connections between the structure walls and storm sewer pipes. g. The corner fillets shown are necessary for rectangular structures used with circular risers and inlet throats and used on skew with rectangular risers, inlet and inlet throats. Fillets will be required in lieu of the bottom slab of the Alt. B riser when used with the Alt. A box. Each fillet shall be reinforced with 2- #5 bars. 4. Frames, Covers and Grates: a. All grates for storm water inlets shall be reticuline with a traffic rating of H -20 as shown on FDOT Standard Index No.232. b. Inlet throats, riser or manhole tops shall be secured to structures as shown on FDOT Standard Index No. 201. c. For manhole and junction box tops for frames and covers, and for supplementary details, see same FDOT Standard Index No. 201. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section SC01400 QUALITY REQUIREMENTS. 3.2 EXAMINATION A. Verify items provided by other sections of Work are properly sized and located. B. Verify that the Project is ready to receive the structures. C. Verify excavation for manholes is correct. 3.3 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other sections. 3.4 MANHOLE INSTALLATION (WASTEWATER) A. Trenches and excavations shall be kept dry while work is in progress. Excavations for manholes and other structures shall be over - excavated and plastic filter fabric (Geotextile), of a sufficient size to envelope the rock support bed shall be placed in the bottom of the excavation, then place a 12 inch thick (or as Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -6 Public Manholes and Structures specified on the project construction drawings)rock support bed of FDOT 57 rock and then install the structure. The manhole invert shall be carefully shaped to conform to the pipe flow channel. Flow channels within the manholes involving changes of direction or slide slopes shall smoothly direct the flow in accordance with detail drawings. All concrete irregularities shall be plastered with cement mortar in such a manner as to give neat and watertight job. Manholes shall be core - drilled to provide pipe opening when precast hole is not available. B. "Ram -nek" or equivalent and, in the case of AGRU Sure - Grip, a cap strip and extrusion welds shall be used at all riser joints. Structures with any leakage will not be accepted. For the inside of the manhole, if CHEM- REX ThoRoc is used, apply with the first coat being in color red and the second coat being in color white. 3.5 INSTALLATION OF PIPE INTO MANHOLE (WASTEWATER) A. Trenches and excavations shall be kept dry while work is in progress. All pipe penetrations shall be supplied with NPC KOR -N -SEAL flexible pipe -to- manhole connector. Base slab and wall thickness for precast manholes shall be as shown on the detail drawings. Invert shall be constructed as shown on the detail drawings. Steep slopes outside the invert channels shall be avoided. Changes in size and grade shall be made gradually and evenly. Changes in the direction of the sewer and entering branch or branches shall have a true curve; of as large a radius as the size of the manhole will permit. Manhole inverts may be constructed prior to installation by grouting pipe in place with cement mortar and approved joint mix. B. Refer to the AGRU Sure -Grip, ChemRex ThoRoc or SewperCoat details for installation details and requirements. 3.6 INLET / STRUCTURE INSTALLATION (STORMWATER) A. Trenches and excavations shall be kept dry while work is in progress. Appurtenance(s) shall be set to the pipe grade firm and plumb in the location(s) shown on the project construction drawings. Excavations for inlets and other stormwater structures shall be over - excavated and plastic filter fabric (Geotextile), of a sufficient size to envelope the rock support bed shall be placed in the bottom of the excavation, then place a 12 inch thick rock support bed of FDOT 57 rock and then install the structure. Joints shall be cleaned, primed and the required gasket or sealant applied as recommended by the manufacturer. Voids remaining in the Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -7 Public Manholes and Structures joint shall be caulked with anhydrous cement grout on both the inside and outside to make a smooth watertight seal. 3.7 INSTALLATION OF CONDUIT INTO INLET / STRUCTURE A. Trenches and excavations shall be kept dry while work is in progress. The diameter for the pipe opening in the structure shall be 6 inches larger than the outside diameter of the pipe. Pipe shall penetrate the inside wall of the inlet /structure a minimum of 2 -inchs and a maximum of 4- inches. After pipe is set, the space between the pipe and inlet /structure wall shall be filled with 3 -holes brick and hydraulic cement or sealed in accordance with the project construction drawings. Refer to Section 02538 SANITARY SEWER SYSTEM and 02630 STORM DRAINAGE for discipline specific requirements. Base slab and wall thickness for precast structures shall be as shown on the detail drawings. Slopes within the inlet / structure bottom shall be avoided. B. If inlet / structure contains a weir of other water elevation control structure, the weir wall shall incorporate the bleed down orifice with the opening bottom set at the normal control elevation. The top of the weir wall shall be set at the design elevation that shall be between 6" and 12" below the bottom of the structure top slab or inlet grate. 3.8 FRAMES AND COVERS A. The manhole, inlet and structure frames and covers shall be set firmly in mortar so that the top of cover will be flush with the finished grade in paved areas (following the cross slope / slope of roadways and /or driveways) and 1 -inch above the finished grade in unpaved areas, unless shown otherwise on the project construction drawings. END OF SECTION • Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02082 -8 Public Manholes and Structures SECTION 02112 ASBESTOS CEMENT PIPE REMOVAL /DISPOSAL PART 1 GENERAL 1.1 SECTION INCLUDES A. The WORK in this Section includes the proper and safe removal, material protection, documentation, transportation and delivery for removal /disposal of asbestos cement pipe (ACP). There is NO new ACP installation in the WORK. B. Federal Regulations classify asbestos cement pipe (ACP) as Category II, non - friable asbestos containing material (A term as defined in 40 CFR 61, Subpart M and EPA 340/1 -90 -018 that means any material containing more than 1 percent asbestos that when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure). As such, the Contractor shall ensure the ACP is handled in a manner which will maintain that classification and not create hazardous conditions. If at any time during construction the ACP becomes friable, the Contractor shall report it immediately to the City and local, County, State, and Federal regulatory agencies as required. The Contractor shall be responsible for all additional costs and compliance with all local, County, State, and Federal regulations related to friable ACP. C. Contractor shall carefully review the specific requirements in the Utilities Engineering Design Handbook and Construction Standards for the City of Boynton Beach, Utilities Department. D. The Contractor shall comply with the requirements of the Palm Beach County Health Department and Solid Waste Authority of Palm Beach County, specifically the Asbestos Disposal Policy and Procedures. E. Contractor shall exercise special and proper care during all aspects of the WORK so as to prevent damage to the existing ACP. 1.2 APPLICABLE PUBLICATIONS The following documents are listed for general reference and may not be inclusive of all standards applicable for this project. The current version of the following documents form a part of this specification and are applicable to the extent specified. Work shall conform to applicable federal, state and local government regulations and to the Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02112 -1 Asbestos Cement Pipe Removal /Disposal requirements specified herein. Whenever inconsistencies occur between the referenced materials, the more stringent shall apply. The intent of these documents is to verify the work is conducted at the highest level of safety. American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) Code of Federal Regulations (CFR) 29 CFR Safety and Health Regulations for the Construction Industry, Part 1926 40 CFR Environmental Protection Agency Part 61 49 CFR Department of Transportation National Institute for Occupational Safety and Health NIOSH) State Requirements Chapter 62 -257 Florida Asbestos Program Chapter 469 Florida Asbestos Abatement 1.3 SUBMITTALS The Contractor shall submit to the City a detailed plan of the ACP removal /disposal program. The Contractor shall secure City approval for the program before starting the pipe removal. The plan shall contain at least the following: • Contractor's / Sub - contractor's previous experience with ACP removal /disposal. • Location of prior experience. • Current licenses (if any) or training in Class II Asbestos. • Proposed crew and level of expertise on ACP handling, removal, and disposal. • Detailed proposed methods and procedures for the ACP removal, transportation, and disposal. • Acknowledgement of local, County, State, and Federal regulations related to the work to be performed. • List of documentation to be provided to the City, and other local, County, State, or Federal agencies. • Safety, Health and Accident Prevention Plan. PART 2 - EXECUTION 2.1 PROJECT CONDITION Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02112 -2 Asbestos Cement Pipe Removal /Disposal A. The work consists of the removal /disposal of asbestos - containing materials, which can cause a serious health risk to humans. Local, County, State, and Federal rules, regulations and laws govern the work. The Contractor agrees by accepting the contract that their company is fully knowledgeable of this information and shall bear full responsibility for the health and safety of their workers. B. The Contractor shall cooperate,with the City during all work. This cooperation shall include allowing access to the work areas to allow for visual and air monitoring, collecting samples, providing requested data on personnel, equipment, scheduling and facilitating monitoring of the work. C. Contractor shall submit a 10 -day notification to the Florida Department of Environmental Protection / Palm Beach County Health Department prior to the start of work. D. The ACP shall be placed in leak tight vehicles or containers (i.e., pipes wrapped in 6 -mil polyethylene sheeting) with required warning and hazardous generator labels. The ACP shall be transported to a landfill that accepts asbestos waste. A waste shipment record shall be properly maintained and provided to the City. 2.2 REMOVAL A. It is the intent of the WORK to require that all ACP materials shall be properly and safely removed, transported and disposed in accordance with all applicable asbestos regulations and local solid waste landfill requirements. This provides for proper and safe removal of the buried asbestos cement pipe, proper bagging in leak tight plastic (with total of 6 mil thickness) for the Class II non - friable asbestos containing materials, transportation and delivery to the Solid Waste Authority operated Landfill, proper ACP materials documentation and use of personal protective equipment while within the Asbestos Disposal Compound. B. All work involved in the proper and safe removal and transportation and disposal of ACP shall be the responsibility of the Contractor. C. The Contractor shall make written notifications as required under the asbestos regulations to the appropriate regulatory agencies and City as required in advance of any ACP materials being removed from the work site and transported for disposal. Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02112 -3 Asbestos Cement Pipe Removal /Disposal D. The AC pipe shall be removed in an intact condition to the maximum extent feasible. Removal shall be performed using wet methods. Intact means that the ACP is not to be crumbled, pulverized, or otherwise deteriorated so that the asbestos becomes friable and may be no longer bound in the piping materials. No visible emissions of asbestos materials shall be permitted. E. The ACP shall be kept wet before, during, and after any disturbance using an airless sprayer. F. If the ACP needs to be cut into smaller sections, Contractor shall use a wheel -type pipe cutter such as a snap cutter, carbide - tipped blade cutter, manual field lathes, etc. to eliminate the generation of dust. Apply dropcloth of 6 -mil polyethylene sheeting to the area beneath and a minimum of 3 feet beyond the section to be cut. Apply lockdown encapsulant to exposed edges of pipe. Pick up all pipe debris which may have fallen outside dropcloth. G. Contractor is prohibited from sawing, grinding, or crushing ACP. Contractor is prohibited from using high -speed abrasive disc saws that are not equipped with point of cut ventilator or enclosures with HEPA filtered exhaust air, using compressed air to remove asbestos unless the compressed air is used in conjunction with an enclosed ventilation system designed to capture the dust cloud created by the compressed air, dry sweeping, shoveling or other dry clean -up of dust and debris containing ACP, and employee rotation as a means of reducing employee exposure to asbestos. H. Use of compressed air to clean ACP is prohibited. At no time should ACP or pieces be mixed in with fill. I. ACP Removal Superintendent: Designate a qualified employee as superintendent. The superintendent shall meet the requirements of a competent person /supervisor in accordance with OSHA requirements and possesses ACP removal experience. 2.3 DISPOSAL A. The removed ACP material shall be delivered to a landfill permitted for disposal of Category II non - friable asbestos containing materials. B. The Contractor is advised the Palm Beach County landfills do not accept friable asbestos - containing materials for disposal. Friable asbestos - containing materials are regulated as hazardous waste. A friable material is defined as material that can be crumbled, Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02112 -4 Asbestos Cement Pipe Removal /Disposal pulverized, or reduced to powder in the hand. C. Palm Beach County landfills do accept Category II non - friable asbestos - containing materials, under specific conditions. The Contractor shall comply with the current requirements for encapsulation and plastic wrapping to allow disposal at the landfill. D. All asbestos material shall be wrapped in 6 -mil polyethylene sheeting. Include site - specific labels as required by the local jurisdiction. Labels are to be waterproof, legible, and large enough in size to be readily visible. E. No overnight storage of ACP waste will be allowed. The Contractor shall transport the ACP waste directly from the site to the landfill. The procedure for hauling and disposal shall comply with all local, County, State, and Federal standards. The waste manifests shall be prepared in accordance with the requirements of the Solid Waste Authority Landfill. F. The unloading of trucks and disposal of the ACP at the landfill shall be in accordance with all applicable regulations. Provide asbestos waste shipment records to the City within three (3) days after delivery of the ACP to the landfill. 2.4 ABANDONMENT IN PLACE A. On a special case -by -case basis, ACP removal and disposal as described under section 3.1 may be determined to be infeasible. In these cases, the Contractor may request approval from the Owner to abandon sections of the ACP in place. In these special approved cases, the following requirements shall be followed: i. Any and all ACP approved to be abandoned in place shall not be cut or crushed. ii. The ACP approved to be abandoned in place shall be filled with grout. The grout mix and slump shall meet the specifications and requirements of the City. Electronic full -range markers shall be placed at each end of the pipe. iii. The locations of all ACP approved by the City to be abandoned in place shall be clearly shown on the Record Drawings. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC — 02112 -5 Asbestos Cement Pipe Removal /Disposal - SECTION 02221 DEMOLITION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site B. Demolition and removal of foundations and slabs -on -grade C. Disconnecting and capping or removal of identified utilities D. Removal of underground tanks and piping E. Refer to items as indicated 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01700 - Contract Closeout C. Section 02060 - Aggregate Materials D. Section 02230 - Site Clearing 1.3 REFERENCES Not Used. 1.4 QUALIFICATIONS A. Demolition Firm: Company specializing in performing the Work of this Section with minimum three (3) years documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to City code for demolition of structures, safety of adjacent structures, dust control, runoff control, disposal, and site restoration. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02221 - 1 Demolition D. Do not close or obstruct roadways, sidewalks, or utilities without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. F. Test soils around buried tanks for contamination. G. At least ten (10) business days prior to demolition, the Contractor or his designated subcontractor will complete a National Emission Standard for Hazardous Air Pollutants (NESHAP) asbestos notification form. Deliver the completed forms by hand or certified mail to the following agencies: Original to: Department of Environmental Protection Bureau of Air Quality 2600 Blair Stone Road Tallahassee, FL 32399 Attention: State Asbestos Coordinator Copy to: Department of Health Palm Beach County Public Health Unit 800 N. Clematis Street West Palm Beach, FL 33401 Attention: Asbestos Coordinator Palm Beach County Risk Management 100 Australian Ave., Suite 200 West Palm Beach, FL 33406 H. Contractor must wait ten (10) days from the postmarked date of mailing to commence demolition. Any modifications of this information require notification to the above agencies by telephone, followed by a written revision to the "Notification" form. PART 2 - PRODUCTS 2.1 FILL MATERIALS A. Fill Material: Type S1 fill, specified in Section 02060 AGGREGATE MATERIALS. PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02221 - 2 Demolition B. Protect existing landscaping materials, appurtenances, structures and site improvements that are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent occupancies. B. Cease operations immediately if adjacent structures appear to be in danger. Notify authority having jurisdiction. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.3 DEMOLITION A. Disconnect remove and cap and identify designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four (4) feet below finished grade beyond area of new construction. C. Remove concrete slabs on grade. D. Use of explosives will not be permitted. E. Empty buried tanks located within demolition area. Remove buried tanks, components, and piping from site. F. Remove materials to be re- installed or retained in manner to prevent damage. Store and protect in accordance with City requirements. G. Backfill areas excavated caused as a result of demolition, in accordance with Section 02324 BACKFILL. H. Rough grade and compact areas affected by demolition to maintain site grades and contours. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02221 - 3 Demolition I. Remove demolished materials from site. J. Do not burn or bury materials on site. Leave site in clean condition. K. Remove temporary work. 3.4 SCHEDULES A. Provide a schedule when known items are to be turned over to the Owner, salvaged and reused in construction later, or is destined for other use. List known items considered relics or antiques, for retention by Owner. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02221 - 4 Demolition SECTION 02230 SITE CLEARING ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02230) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 110 - Clearing and Grubbing In the event that this technical specification (02230) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 GENERAL 1.1 SECTION INCLUDES A. Clearing B. Removal C. Topsoil Excavation 1.2 RELATED SECTIONS A. Section 02221 - Building Demolition B. Section 02300 - Earthwork 1.3 REFERENCES Not Used. 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT Not Used. 1.5 SUBMITTALS Not Used. 1.6 REGULATORY REQUIREMENTS A. Conform to city code for environmental requirements, disposal of debris, and grading of site. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02230 - 1 Site Clearing B. Coordinate clearing Work with Utility Department and other utility companies. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.1 PREPARATION A. Verify that existing plant life designated to remain is tagged or identified. B. Identify a waste area for placing removed materials. 3.2 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain, as final landscaping. C. Protect benchmarks, survey control points, and existing structures from damage or displacement. 3.2 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove trees and shrubs within marked areas. Remove stumps, main root ball, system to a depth of twenty - four (24) inches, surface rock, and other features not included in the final site plan designated "to remain ". C. Clear undergrowth and dead wood, without disturbing subsoil. D. Apply herbicide to remaining stumps to inhibit growth. 3.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. B. Remove paving, curbs, and concrete slabs not designated "to remain ". 3.4 TOPSOIL EXCAVATION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02230 - 2 Site Clearing A. Excavate topsoil from areas to be further excavated, re- landscaped, or re- graded, without mixing with foreign materials. B. Do not excavate wet topsoil. C. Stockpile in area designated on site to depth not exceeding 8 feet and protect from erosion. D. Remove excess topsoil not intended for reuse, from site. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02230 - 3 Site Clearing SECTION 02270 SEDIMENTATION AND EROSION CONTROL PART 1 - GENERAL 1.1 DESCRIPTION A. Furnish all labor, materials, equipment and incidentals required and perform all installation, maintenance, removal and area cleanup related to erosion and sedimentation control work as shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to; installation of temporary access ways and staging areas, silt fences, stone filter boxes, stone filter berms, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, excelsior matting installation and final cleanup. CONTRACTOR is responsible for providing effective temporary erosion and sediment control measures during construction or until final controls become effective. 1.2 RELATED WORK A. Section SCO1110 - Environmental Protection Procedures B. Section SC01568 - Temporary Erosion and Sedimentation Control C. Section SC01340 - Shop Drawings, Work Drawings, and Samples D. Section 02300 - Earthwork E. Section 02322 - Dewatering and Drainage F. Section 02924 - Seed, Mulch and Fertilizer G. Section 02925 - Sodding 1.3 SUBMITTALS A. Submit, in accordance with Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES, within 10 days after award of Contract, technical product literature for all commercial products, including straw mulch tackifier, to be used for erosion and sedimentation control. 1.4 QUALITY ASSURANCE A. Be responsible for the timely installation and maintenance of all sedimentation control devices Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -1 Sedimentation and Erosion Control necessary to prevent the movement of sediment from the construction site to off site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off site shall be installed, maintained, removed, and cleaned up at the expense of the CONTRACTOR. No additional charges to the OWNER will be considered. B. Sedimentation and erosion control measures shall conform to the requirements outlined in the drawings and in The Florida Development Manual. PART 2 - PRODUCTS 2.1 MATERIALS A. Crushed stone for sediment filtration devices, access ways and staging areas shall conform to FDOT "Standards and Specifications for Highway and Bridges ". B. Berm structural stone shall be rip -rap as follows: 1. Rip -rap shall be sound, durable rock which is roughly rectangular shape and of suitable quality to insure permanence in the condition in which it is to be used. Rounded stones, boulders, sandstone or similar soft stone will not be acceptable. Material shall be free from overburden, spoil, shale and organic material, meet the ENGINEER's approval and be well graded within the following limits: Weight of Stone Percent Finer by Weight 40 lb 100 12 lb 50 3 lb 0 C. Sediment Fence 1. Sediment fence shall be a prefabricated commercial product made of a woven, polypropylene, ultraviolet resistant material such as "Envirofence" by Mirafi Inc., Charlotte, NC or equal. D. 1 /4 -in woven wire mesh for filter boxes shall be galvanized steel or hardware cloth. E. Straw mulch shall be utilized on all newly graded areas to protect areas against washouts and erosion. Straw mulch shall be comprised of threshed straw of oats, wheat, barley, or rye that is free from noxious weeds, Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -2 Sedimentation and Erosion Control mold or other objectionable material. The straw mulch shall contain at least 50 percent by weight of material to be 10 -in or longer. Straw shall be in an air -dry condition and suitable for placement with blower equipment. F. Latex acrylic copolymer, or organic tackifier shall be a commercial product specifically manufactured for use as straw mulch tackifier. G. An asphalt tackifier shall only be used when temperatures are too low to allow the use of a latex acrylic copolymer and only with prior written approval from the Project Manager and Engineer. H. Erosion control blanket shall be installed in all seeded drainage swales and ditches as shown on the Drawings or as directed by the ENGINEER. Erosion control blanket shall be 100 percent agricultural straw matrix stitch bonded with degradable thread between two photodegradable polypropylene nettings, such as Model S150 Double Net Short -Term Blanket (10 months) by North American Green, Evansville, IN or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Sediment Fence Installation 1. Sediment fences shall be positioned as indicated on the Drawings and as necessary to prevent off site movement of sediment produced by construction activities as directed by the Project Manager and Engineer. 2. Dig trench approximately 6 -in wide and 6 -in deep along proposed fence lines. 3. Drive stakes, 8 -ft on center (maximum) at back edge of trenches. Stakes shall be driven 2 -ft (minimum) into ground. 4. Hang filter fabric on posts carrying to bottom of trench with about 4 -in of fabric laid across bottom of trench. Stretch fabric fairly taut along fence length and maintain secure both ways. 5. Backfill trench with excavated material and tamp. 6. Install pre - fabricated silt fence according to manufacturer's instructions. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -3 Sedimentation and Erosion Control B. Construct filter boxes as detailed on the Drawings, from 1 /4 -in woven wire mesh or hardware cloth and wood. Fill with crushed stone and place over all drop inlets and manholes to storm drain system as each inlet is completed. This should be done prior to setting casting, if there is a delay between installation of inlet structures or drain manholes and setting of castings. An alternate method is to ring each inlet with a sediment fence. C. Stone Filter Berm Installation 1. Place berm structural stone across channel just below lower sandbag wall at work area. Face upstream side of structural berm with crushed stone. D. Staging areas and access ways shall be surfaced with a minimum depth of 4 -in of crushed stone. 3.2 MAINTENANCE AND INSPECTIONS A. Inspections 1. The CONTRACTOR shall make a visual inspection of all erosion and sedimentation control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas, promptly install additional devices as needed. Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance 1. Sediment Fences a. Remove accumulated sediment once it builds up to 1/2 of the height of the fabric. b. Replace damaged fabric, or patch with a 2 -ft minimum overlap. c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 2. Filter Boxes a. Replace crushed stone when it becomes saturated with silt. 3. Stone Filter Berm Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -4 Sedimentation and Erosion Control a. Muck out trapped silt from dewatering operations when it has built up to within 6 -in of the top of the berm. b. Replace crushed stone filter when saturated with silt. 4. Add crushed stone to access ways and staging area as necessary to maintain a firm surface free of ruts and mudholes. 3.3 TEMPORARY MULCHING A. Apply temporary mulch to areas where rough grading has been completed but final grading is not anticipated to begin within 30 days of the completion of rough grading. B. Straw mulch shall be applied at rate of 100 lbs /1000 sq ft and tackified with latex acrylic copolymer at a rate and diluted in a ratio per manufacturer's instructions. 3.4 EROSION CONTROL BLANKETS A. Erosion control blankets shall be installed in all seeded drainage swales and ditches as shown on the Drawings and as directed by the Project Manager and Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded with permanent vegetation before the blanket is applied. When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow and stapled. Blankets shall be placed a minimum of three rows (of 4 -ft) wide (total approx. 12 -ft width) within the drainage swale /ditch and stapled together in accordance with manufacturer's instructions. Side overlaps shall be 4 -in minimum. The staples shall be made of wire, .091 -in in diameter or greater, "U" shaped with legs 10 -in in length and a 1- 1 /2 -in crown. Commercial biodegradable stakes may also be used with prior approval by the Project Manager and Engineer. The staples shall be driven vertically into the ground, spaced approximately two linear feet apart, on each side, and one row in the center alternately spaced between each size. Upper and lower ends of the matting shall be buried to a depth of 4 -in in a trench. Erosion stops shall be created every 25- ft by making a fold in the fabric and carrying the fold into a silt trench across the full width of the blanket. The bottom of the fold shall be 4 -in below the ground surface. Staple on both sides of fold. Where the matting must be cut or more than one roll length is required in the swale, turn down upper end of Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -5 Sedimentation and Erosion Control downstream roll into a slit trench to a depth of 4 -in. Overlap lower end of upstream roll 4 -in past edge of downstream roll and staple. 1. To ensure full contact with soil surface, roll matting with a roller weighing 100 lbs /ft of width perpendicular to flow direction after seeding, placing matting and stapling. Thoroughly inspect channel after completion. Correct any areas where matting does not present a smooth surface in full contact with the soil below. 3.5 PERFORMANCE A. Should any of the temporary erosion and sediment control measures employed by the Contractor fail to produce results which comply with the requirements of the State of Florida or the Federal Government, Contractor shall immediately take whatever steps are necessary to correct the deficiency at his own expense. 3.6 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Re -grade all areas disturbed during this process and stabilize against erosion with surfacing materials as indicated on the Drawings. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02270 -6 Sedimentation and Erosion Control SECTION 02300 EARTHWORK ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02300) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 110 - Clearing and Grubbing • Section 120 - Excavation and Embankment In the event that this technical specification (02300) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Soil Materials B. Execution C. Examination D. Preparation E. Project Conditions F. Excavation G. Placement and Compaction H. Frequency of Tests I. Finish / Final Grading J. Protection of Finished Work K. Layout and As -Built Survey 1.2 RELATED SECTIONS A. Section SCO1010 - Summary of Project Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -1 Earthwork B. Section SC01025 - Measurement and Payment Procedures C. Section SC01400 - Quality Requirements D. Section SC01700 - Contract Closeout 1.3 REFERENCES A. AASHTO T180 - Standard Specification for Moisture - Density Relations of Soils using a 4.54 -kg (10 -1b) Rammer and a 457 -mm (18 -in) Drop. B. ASTM D1556 - Standard Test Method for Density of Soil in Place by the Sand -Cone Method. C. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (6,000 ft- lbf /ft3 (2,700 kN- m /m3)). D. ASTM D2922 - Standard Test Method for Density of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) . 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 - MEASUREMENT AND PAYMENT PROCEDURES B. Material that is excavated for the purpose of installing water mains and service connections, force mains, sanitary sewers and laterals or storm drainage piping and their associated public manholes and structures and then reused as bedding and /or backfill material are not subject to this UNIT PRICE - MEASUREMENT AND PAYMENT provision. This backfill material shall be considered as incidental to the item installation. C. The use or disposal of excavated material as bedding and /or backfill material shall be determined by the Project Manager and /or Engineer. 1.5 SUBMITTALS A. As specified in Part 2 below. PART 2 - PRODUCTS 2.1 SOIL MATERIALS Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -2 Earthwork A. All fill material shall be approved by the Project Manager and Engineer. Contractor shall notify the Project Manager and Engineer 1 week in advance of providing imported material, shall provide a 1 cubic yard sample and the results of a signed and sealed proctor test for the material. B. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GW, GP, GM, SM, SW, and SP. C. Unsatisfactory soil materials are defined as those complying with ASTM D2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT. D. Coarse Aggregate shall conform to FDOT Specification 901 with the exception that slag or crushed slag shall not be used. Stone size shall be No. 57. E. Fine Aggregate shall conform to FDOT Specification 902. F. Subbase, Backfill, and Fill Materials: Satisfactory soil materials free of clay, debris, waste, vegetation, rock or gravel larger than 2 inches in any dimension, and other deleterious matter. 2.2 ACCESSORIES A. Geotextile Fabric: Non - biodegradable, woven per FDOT specification Section 514. PART 3 EXECUTION 3.1 FIELD QA /QC A. Verify that survey benchmark and intended elevations for the Work are as indicated. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. B. Locate, identify (stake and flag), and protect utilities that remain, from damage. C. Notify utility owner to remove and /or relocate utilities if required and not part of the project. D. Protect bench marks, survey control point, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -3 Earthwork 3.3 PROJECT CONDITIONS A. Site Information: Subsurface soil investigation report (if performed) will be made available for review. Data on indicated subsurface conditions is not intended as representative or a warranty of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn there from by Contractor. Data is made available only for convenience of Contractor. Additional test borings and other exploratory operations may be performed by Contractor, at the Contractor's option; however, no change in the Contract Sum will be authorized for such additional exploration. B. Existing Utilities: Locate existing underground utilities in areas of excavation work. If utilities are indicated to remain in place, provide adequate means of support and protection during earthwork operations. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult with Project Manager and utility owner (ex. Bell South, FPL, FPUC, Comcast) or Sunshine State One Call immediately for directions. Uncharted or incorrectly charted underground utilities that are discovered during construction shall be incorporated into the project As- Builts with vertical and horizontal coordinates. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. Do not interrupt existing utility services except when permitted in writing by Project Manager and then only after acceptable temporary utility services have been provided. C. Use of Explosives: Use of explosives is not permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -4 Earthwork hazards created by earthwork operations. Perform excavation by hand within drip line of large trees to remain. Protect root systems from damage or dry out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with moistened burlap. 3.4 EXCAVATION A. Excavation is unclassified and includes excavation to subgrade elevation indicated, regardless of character of materials and obstructions encountered. 3.5 PLACEMENT AND COMPACTION A. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density, in accordance with AASHTO T -180 specifications or ASTM D1557: Structures, (10' outside building lines) Building Slabs and Steps: Compact top 24 inches of subgrade and each layer of backfill or fill material to 98% of the modified proctor maximum dry density. Pavements: Compact top 12" of subgrade and each layer of backfill or fill material to 98% of the modified proctor maximum dry density. Lawn or Unpaved Areas: Compact top 6 inches of subgrade and each layer of backfill or fill material to 95% of the modified proctor maximum dry density. Walkways: Compact top 6 inches of subgrade and each layer of backfill or fill material to 95% of the modified proctor maximum dry density. 3.6 FREQUENCY OF TESTS A. Berms: Every 200 feet per lift. B. Swales: For areas that have been built -up and a swale cut -in every 200 feet; otherwise, density testing of swales cut -in to existing ground does not require density testing. C. Proof roll compacted fill surfaces under slabs -on- grade, pavers, paving, and other appurtenances as required. D. The Contractor is to "map" all density test results on the Record Drawings on each day when field tests are performed. Contractor's testing laboratory shall leave a copy of the day's density testing results on site. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -5 Earthwork E. Contractor is to instruct their Testing Lab to copy the Project Manager on all Test Reports. 3.7 FINAL AND FINISH GRADING A. Final grading shall be performed and the grades shaped to match existing. Except as otherwise indicated or specified, finish grades shall be flush with the edges of existing paving, etc. Excess materials not utilized for final and finish grading shall be removed from the site and disposed of off site at suitable and appropriate disposal areas. B. Upon project completion all areas of the site limits and adjacent areas affected by the project shall be completely cleaned of all debris. 3.8 PROTECTION OF FINISHED WORK A. Reshape and re- compact fills subjected to vehicular traffic. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to required density prior to further construction. C. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn, or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.9 LAYOUT AND "AS BUILT" SURVEY A. Tolerances: 1. Top surface of backfill for site clearing and general earthwork shall be plus or minus 0.10 foot from required elevations. 2. Top surface of berms or other stormwater containment earthworks shall be plus 0.10, minus 0.00 foot of the required elevations. B. Layout for all construction improvements, paved and surface areas and other appurtenances to be constructed shall be performed by Contractor in strict accordance with drawings and work performed shall ensure true lines, angles, and elevations. All angles, lines, Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -6 Earthwork grades, and elevations shall be thoroughly checked by Contractor. C. Upon completion of placement of construction improvement, paved and surfaced areas, the Contractor shall provide Owner and Engineer with a complete and accurate "As- Built" Survey. A surveyor registered in State of Florida shall perform "As- Built" Survey. "As- Built" Survey shall indicate exact horizontal and vertical location (relative to property lines and N.G.V.D.) of buildings, concrete and asphalt surfaces and all drainage features including lakes, detention areas, berms, embankments, and swales. All of the spot elevations shown on the paving and drainage plans shall be measured and the individual "As- Built" grades shall be included on the "As- Built" Survey. D. Additionally, where grading between any two elevations on the plan has not been constructed at a uniform slope, then sufficient "As- Built" information shall be included to provide a true representation of the constructed grading conditions. In addition to the information outlined above, the "As- Built" Survey shall include cross section elevations at 50 -foot stations of all swales, lakes, roadways and drainage retention area (including banks, berms, bottom and transitions) constructed or improved. All elevations shown on the "As- Built" Survey shall be accurate to the nearest hundredth of a foot. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02300 -7 Earthwork SECTION 02320 TRENCHING AND EXCAVATION ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02320) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 120 - Excavating and Embankment • Section 125 - Excavation for Structures and Pipe • Section 160 - Stabilizing • Section 514 - Plastic Filter Fabric (Geotextile) In the event that this technical specification (02320) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 — GENERAL 1.1 SECTION INCLUDES A. Definitions B. Field Measurements C. Fill Materials D. Preparation E. Dewatering and Drainage F. Excavation G. OSHA Safety Compliance H. Field Quality Control I. Pavement Removal and Replacement Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -1 Trenching and Excavation 1.2 RELATED SECTIONS A. Section SC01010 - Summary of Project B. Section SC01025 - Measurement and Payment Procedures C. Section SC01400 - Quality Requirements D. Section 02300 - Earthwork E. Section 02322 - Dewatering and Drainage F. Section 02324 - Backfill G. Section 02740 - Subgrade, Base Course and Asphalt 1.3 REFERENCES A. AASHTO T180 - Standard Specification for Moisture - Density Relations of Soils Using a 4.54 -kg (10 -1b) Rammer and a 457 -mm (18 -in) Drop B. ASTM C136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates C. ASTM D1556 - Standard Test Method for Density of Soil in Place by the Sand -Cone Method D. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort [6,000 ft- lbf /ft3 (2,700 kN- m /m3)] E. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications F. ASTM D2922 - Standard Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth) G. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Unit pricing will only be considered for special trenching requirements not associated with utility installations. If required and as approved by Project Manager, a Change Order will be issued to authorize payment to the Contractor for special trenching. 1.5 SUBMITTALS Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -2 Trenching and Excavation Not used. 1.6 DEFINITIONS A. Excavation consists of removal of material encountered to subgrade elevations indicated and subsequent disposal or reuse of materials removed. B. Additional Excavation: If the Engineer believes that the existing soil at subgrade will not support the planned construction, the Engineer may order additional excavation and replacement of the unsuitable material with select material. C. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position, when acceptable to Engineer. In locations other than those above, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Engineer. D. Subgrade: The undisturbed earth or the compacted soil layer immediately below granular subbase, drainage fill, or topsoil materials. E. Structure: Buildings, foundations, slabs, tanks, curbs, or other man -made stationary features occurring above or below ground surface. F. Utility: Any buried pipe, duct, conduit, cable or structure. 1.7 FIELD MEASUREMENTS A. Verify that survey benchmark, control points, and intended elevations for the Work are as shown on drawings. PART 2 - PRODUCTS 2.1 FILL MATERIALS Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -3 Trenching and Excavation A. Coarse Aggregate shall conform to FDOT Specification 901 with the exception that slag or crushed slag shall not be used. Stone size shall be No. 57. B. Fine Aggregate Type FDOT Specification for Road and Bridge Construction Section 902 C. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) shall be used in the identification, classification and acceptance of fill materials. 2.2 Concrete: Lean concrete Class 1 conforming to Section 03300 CAST -IN -PLACE CONCRETE with a compressive strength of 2,500 psi, unless otherwise noted on the construction plans. 2.3 ACCESSORIES A. Geotextile Fabric: Non - biodegradable, woven per FDOT specification Section 514. PART 3 EXECUTION 3.1 PROJECT CONDITIONS A. Site Information: Subsurface soils investigation report (if performed) has been included in the project bid package for information only. Data on indicated subsurface conditions is not intended as representative or a warranty of accuracy or continuity between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn by Contractor from the soils investigation report. Data is made available only for convenience of Contractor. Additional test borings and other exploratory operations may be performed by Contractor, at the Contractor's option; however, no change in the Contract Sum will be authorized for such additional exploration. B. Existing Utilities: Locate existing underground utilities in areas of excavation work. If utilities are indicated to remain in place, provide adequate means of support and protection during earthwork operations. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult with Project Manager and utility owner (ex. Bell South, FPL, FPUC, Comcast) or Sunshine State One Call immediately for directions. Uncharted or incorrectly charted underground utilities Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -4 Trenching and Excavation that are discovered during construction shall be incorporated into the project Record Drawings with vertical and horizontal coordinates. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. Do not interrupt existing utility services except when permitted in writing by Project Manager and then only after acceptable temporary utility services have been provided. C. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. D. Use of explosives is not permitted. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Protect plant life, lawns, rock outcropping and other features remaining as a portion of final landscaping. C. Protect benchmarks, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. D. Maintain and protect above and below grade utilities that are to remain. E. Cut out soft areas of subgrade not capable of compaction in place. Backfill with approved materials as specified in Part 2 above. F. Dewatering, when and where required due to the groundwater elevation relative to the bottom of the excavation or subgrade (in the case of roadway construction) shall be performed in accordance with Section 02322 DEWATERING AND DRAINAGE. 3.3 EXCAVATION A. Prior to commencement of trenching and /or excavation, the Contractor shall physically locate all underground utilities as shown on the project construction drawings or as marked by Sunshine One Call or the underground utility Owners. This information shall be provided to the Project Manager prior to trenching and excavation. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -5 Trenching and Excavation B. Perform all excavation to depths indicated or as specified. During excavation, pile material suitable for backfilling in an orderly manner a sufficient distance from banks of trench to avoid overloading and to prevent slides or cave -ins. Unsuitable backfill material shall be identified and segregated from suitable backfill material and shall be removed from the project site by the Contractor at no expense to the Owner. C. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Project Manager and Engineer. D. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick ", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by screened gravel fill as required by the Project Manager and Engineer at the Contractor's expense. E. The length of open trench shall be related closely to the rate of pipe lay. Accurately grade bottom of excavations to provide uniform bearing and support for the item being installed on undisturbed soil at every point along its entire load bearing sections, except for portions of pipe sections where it is necessary to excavate for bell holes and for proper sealing of pipe joints. F. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the trench shall be performed manually, providing a flat bottom true to grade upon undisturbed or slightly disturbed material. G. Grade area to prevent surface water from flowing into trenches or other excavations, and remove any water accumulating therein by pumping or by other approved methods. H. Correct areas over excavated in accordance with Section 02300 EARTHWORK or Section 02324 BACKFILL. I. Where encountered in trench bed, rock shall be excavated to a depth of 1/4 of the pipe diameter below the bottom of the pipe but in no case less than 4 inches. All undercut excavations shall be backfilled Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -6 Trenching and Excavation and tamped with materials as specified in accordance with Section 02300 EARTHWORK or Section 02324 BACKFILL. J. Dig bell holes and depressions for joints after trench bottom has been graded and only of such length, depth, and width as required for properly making particular type of joint, so that pipe rests on prepared bottom for as nearly to its full length as practicable. K. Were wet or unstable soil that is incapable of properly supporting pipe, as determined by Project Manager and Engineer, is encountered in the bottom of trench, the trench bottom shall be excavated to a depth of at least two feet below the specified trench bottom. Place filter fabric in the bottom of the trench and support the filter fabric along the trench walls until the trench stabilization has been placed to the proper grade. The ends of the filter fabric shall be overlapped prior to placing the pipe. L. For Public Water Distribution Systems, Force Mains, Sanitary Sewers and Storm Drainage: Provide width of trench, at and below top of the pipe, with a clear space between barrel of pipe and trench wall as required by the pipe manufacturer recommendations. As a minimum, the distance between the pipe barrel and the trench wall shall not be less than 24- inches on both sides. This spacing does not apply to exfiltration trenches and the exfiltration trench width shall be as shown on the project construction drawings. The pipe shall rest firmly on undisturbed soil or pipe bedding material for as nearly to the full length of barrel as proper jointing operations will permit. M. Electrical Ducts or Cables: Provide trenches for cables or duct of a depth that will provide not less than 2 feet of cover below finished grade. Cut trenches for cables to an over depth of not less than 3 inches. Use select backfill material for not less than 3 inches bedding and 3 inches backfill over cable. N. Excavation for Appurtenances: Make sufficient excavation for manholes and similar structures to leave at least 18- inches of clearance between their outer surfaces and embankment or timber which may be used to hold and protect banks. Consider any over depth excavation below such appurtenances that has not been directed by Project Manager or Engineer as unauthorized and fill with sand, gravel, or concrete as directed by the Project Manager or Engineer and at expense of Contractor. O. Do not interfere with 45 bearing splay of foundations. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -7 Trenching and Excavation P. Excavations shall not be left open overnight. 3.4 DISPOSAL OF MATERIALS A. Excavated material shall be stacked without excessive surcharge on the trench bank or obstructing free access to hydrants and gate valves. Inconvenience to traffic and adjacent property owners /users shall be avoided as much as possible. Excavated material shall be segregated for use in backfilling as specified below. B. It is expressly understood that no excavated material shall be removed from the site of the work or disposed of, except as directed by the Project Manager and Engineer. When removal of surplus materials has been approved by the Project Manager and Engineer, dispose of such surplus material in approved designated areas. C. Should conditions make it impracticable or unsafe to stack material adjacent to the trench, the material shall be hauled and stored at a location provided. When required, it shall be re- handled and used in backfilling the trench. 3.5 OSHA SAFETY COMPLIANCE A. Description: The use of trench box or other approved means to comply with the Florida Trench Safety Act (Chapter 90 -96, Laws of Florida), and OSHA Trench Safety Standards, shall be used where excavation exceeds 5 feet in depth. CS /HB 3183 called for the OSHA revised excavation safety standards (29 C.F.R. S 1926.650, Subpart P) to be the safety standards for work under this section. B. Requirements: The Contract bid submitted by the Contractor who will perform such excavation shall include: 1. A reference to the trench safety standards that will be in effect during the period of construction. 2. Written assurance that such Contractor will comply with the applicable trench safety standards. 3. A unit price quotation on the appropriate line item identifying the cost of compliance (as established in the Summary of Bid Items). 4. Slope slides of excavations to comply with local codes, ordinances, and requirements of agencies having jurisdiction. Shore and brace where Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -8 Trenching and Excavation sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling. C. Execution by Contractor 1. The Contractor performing trench excavation shall, as a minimum, comply with the excavation safety standards, which are applicable to this project. 2. Adhere to any special shoring requirements, if any, of the State or other political subdivisions, which may be applicable to such a project. 3. The Contractor shall consider all geotechnical information, including his own site investigation, in his design of the trench safety system he will employ on the project. The Contractor shall submit his design to the Project Manager at the Pre - Construction Conference. 4. Trenches and excavations shall not be left open overnight without the written authorization of the Project Manager. All trenches and excavations within 6 -feet of the edge of roadway shall be backfilled and properly compacted or trench - plated by the Contractor. In either case, the Contractor shall place type II lighted barricades and snow fence around the trench /excavation at the end of each working day. 5. Trenches or excavations that reduce the roadway or travel lane width shall be backfilled with suitable sub -grade material and road rock. If the temporary reinstatement is to be in place longer than 48 hours, the roadway shall backfilled and trench - plated by the Contractor. In either case, the Contractor shall place type II lighted barricades adjacent to the roadway impact area(s). 3.6 SHEETING AND BRACING A. The Contractor shall provide all trench and structural bracing, sheeting, or shoring necessary to construct and protect the excavation, existing utilities, structures and private property of all types and as required for the safety of the employees. Sheeting shall be removed during backfilling operations. Removal of shoring for structures shall be done in such a manner as not to disturb or mar finished masonry or concrete surfaces. B. When moveable trench bracing such as trench boxes, Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -9 Trenching and Excavation moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and backfill. C. When installing pipe, trench boxes, moveable sheeting, shoring or plates that extend below the mid diameter of the pipe shall be raised to the mid diameter of the pipe before they are moved forward or removed from the excavation. As trench boxes, moveable sheeting, shoring or plates are raised and moved, suitable backfill material shall be placed to fill any voids created and the backfill shall be re- compacted and density tested to provide and confirm uniform side support for the pipe. Refer to Section 02324 BACKFILL for additional information and requirements. D. The cost for use of trench boxes and /or steel sheeting will be included in the bid items for pipe and structures and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting and /or bracing shall be immediately refilled with suitable backfill materials by ramming with tools especially adapted to that purpose. Compaction and density verification testing is required. 3.7 PROTECTION OR REMOVAL OF UTILITY LINES A. Prior to construction the Contractor shall locate for physical location, elevation and dimensions and adequately uncover existing utilities, (within the path of his proposed work), to determine possible conflicts. By starting underground constructions, the Contractor has agreed that they are fully responsible for any and all damages and /or delays that may arise from not having adequately locating the underground utilities. This applies to underground utilities that are shown on the project construction drawings and those that have been physically marked in the field by the various locating organizations or agencies. B. Information provided on the plans may be used as an approximate guide to assist the Contractor, however, the Contractor shall rely on actual field investigation to assure that all of the existing utilities are accurately located prior to commencement of his work. C. Existing structures reflect the best available information, but it shall be the Contractor's Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -10 Trenching and Excavation responsibility to acquaint him with all information and to avoid conflict with existing conditions. Protect all existing utility lines that are to be retained, or utility line constructed during excavation operations, from damage during excavation and backfilling; if damaged, repair at Contractor's expense. D. Existing Utility Lines to be Retained: Repair damaged lines that are not shown on drawings, or locations of which are not known to Contractor in sufficient time to avoid further damage. E. Uncharted or incorrectly charted underground utilities that are discovered during construction shall be incorporated into the project As- Builts with vertical and horizontal coordinates. F. Prior to commencement of any excavation, the Contractor shall comply with Florida Statute 553.851 for the protection of underground gas lines and underground telecommunication lines. 3.8 BACKFILL A. Refer to Section 02324 BACKFILL for backfill, compaction and density testing requirements. 3.9 FIELD QUALITY CONTROL A. Section SC01400 QUALITY REQUIREMENTS. B. Compaction testing will be performed in accordance with ASTM D1556 or AASHTO T180. C. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. Refer to Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES. D. Frequency of Density Tests: Refer to Section 02324 BACKFILL. 3.10 PROTECTION OF FINISHED WORK A. Maintain the elevations and contours of berms, ponds and embankments during construction. B. Reshape and re- compact fills subjected to vehicular traffic during construction. 3.11 PAVEMENT, REMOVAL, AND REPLACEMENT A. Removal: Where it is necessary to cut existing pavement, curbs, gutters, make saw cut with neat, Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -11 Trenching and Excavation parallel straight lines, at least 2 feet wider than trench width on each side of trench; approved dust control measures shall be implemented by the Contractor when cutting roadways and curbs. B. Replacement: Replace pavement, curbs and gutters, and sidewalks to same cross section as original, except when otherwise detailed on the project construction drawings, using materials same as original construction. Replace no pavement until trench has been backfilled, compacted and accepted as specified herein. C. Temporary Surfaces: For temporary road surface, use temporary asphalt (preferred) or crushed stone (to be watered at least 3 times a day including weekends), as approved. One -way traffic must be maintained at all times and street must be fully opened to traffic as quickly as possible. The temporary surface or permanent pavement shall be placed no later than 2 days after the trench backfilling. Completely remove temporary materials and dispose when permanent pavement is replaced. * SPECIAL NOTE: The Owner retains the option to utilize up to 20% of the excess material from excavation and trenching operations. If the Owner exercises this option, Contractor shall stockpile the excess material and deliver to the Owner's facility as directed by the Project Manager. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02320 -12 Trenching and Excavation SECTION 02322 DEWATERING AND DRAINAGE ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02322) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 120 - Excavating and Embankment • Section 125 - Excavation for Structures and Pipe • Section 160 - Stabilizing • Section 514 - Plastic Filter Fabric (Geotextile) In the event that this technical specification (02322) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 STATUTORY REQUIREMENTS A. Contractor is responsible to obtain and pay for all permits required for temporary dewatering and drainage systems as required by the appropriate authorities having jurisdiction over the work. B. Original permits shall be prominently displayed on the site prior to constructing dewatering and drainage systems. 1.2 SCOPE OF WORK A. Furnish, install, operate, monitor, maintain and remove temporary dewatering and drainage systems as required and lower and maintain groundwater levels a minimum of 2 feet below sub - grades of excavations. Continuously maintain excavations free of water, regardless of source, and until backfilled to final grade. Prevent surface water runoff from entering or accumulating in excavations. B. Furnish the services of a licensed professional engineer registered in the State of Florida, to prepare dewatering and drainage system designs and submittals. C. Collect and properly dispose of all discharge water Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -1 Dewatermg and Drainage from dewatering and drainage systems in accordance with State and local requirements and permits. As a minimum, no discharge or run -off of groundwater or surface water that is contaminated with any petroleum products (gasoline, diesel fuel, oil, grease, hydraulic fluid, etc.) and /or sanitary waste shall be made to surface water systems such as lakes, rivers, streams, the Intracoastal Waterway or "on- site" retention ponds that secondarily discharge to these surface water systems. D. Repair damage caused by dewatering and drainage system operations. E. Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed areas. F. Furnish, install, monitor, maintain and remove groundwater observation wells (piezometers) as specified herein.] 1.3 RELATED SECTIONS A. The pre- design Geotechnical report (if available) will be provided for "reference only" and to provide the Contractor with the bore hole locations and general findings of subsurface materials. Refer to Section 02320 TRENCHING AND EXCAVATION for additional clarification. B. Section SC01010 - Summary of Project C. Section SC01110 - Environmental Protection Procedures D. Section SC01025 - Measurement and Payment Procedures E. Section SC01400 - Quality Requirements F. Section 02300 - Earthwork G. Section 02320 - Trenching and Excavation H. Section 02324 - Backfill 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. There is no unit pricing for this work and all on -site dewatering and drainage shall be considered to be incidental to the cost of the associated pay item(s). B. If identified in the Schedule of Bid Items, the cost of securing a General Water Use Permit from the South Florida Water Management District shall be reimbursed Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -2 Dewatenng and Drainage as an Allowance in accordance with Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES. 1.5 SUBMITTALS A. Submit, in accordance with Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES the temporary dewatering and drainage system plan and design. At the discretion of the Owner, dewatering and drainage system designs shall be prepared by a licensed professional engineer, registered in the State of Florida, having a minimum of 5 years of professional experience in the design and construction of dewatering and drainage systems. The submittal will be for authorization to make formal permit application to the South Florida Water Management District for the General Water Use Permit. The Contractor shall be responsible for adequacy and safety of construction means, methods and techniques. 1.6 DEFINITIONS A. Wellpoint: A dewatering system utilizing wellpoints to extract surrounding groundwater in the area of trenching /excavating in order to maintain the operation in a dry condition for preparation of the trench bottom, for pipe laying, placement of bedding material and /or backfill, compaction and density testing. B. A dry excavation / trench: Shall be defined as the in situ soil moisture content is no more than two percentage points above the optimum moisture content for that general soil. PART 2 - PRODUCTS 2.1 Pump Drivers A. Noise levels emitted by diesel and /or gasoline pump drivers shall be controlled by the use of a "quiet - pack" muffler system or other suitable sound attenuation methods and shall not exceed 60 dB for daytime use and 55 dB for night time use at the nearest "receiving" property line. Contractor shall demonstrate, measure and record the dB levels at the time of initial set -up. The Contractor shall record dB levels weekly. The City's Code Compliance Division of the Boynton Beach Police Department shall have jurisdictional control over the Contractor's compliance with the City's Noise Ordinance. PART 3 - EXECUTION 3.1 GENERAL Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -3 Dewatenng and Drainage A. Protection of Property - Contractor shall make an assessment for dewatering induced settlement and shall provide devices or systems, including but not limited to re- injection wells, infiltration trenches and cutoff walls, necessary to prevent damage to existing facilities, completed Work and adjacent facilities. B. Control surface water and groundwater such that excavation to final grade is made in the dry, and bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to, the sub -grade due to water seepage. C. Provide protection against flotation for all work. D. The impact of anticipated subsurface soil /water conditions shall be considered when selecting methods of excavation and temporary dewatering and drainage systems. Through the use of groundwater observation wells (piezometers), where groundwater levels are found not to be at least 2 feet below the proposed bottoms of excavations, a pumped dewatering system is required for pre- drainage of the soils prior to excavation and for maintenance of the lowered groundwater level until construction has been completed to such an extent that the foundation, structure, pipe, conduit, or fill will not be floated or otherwise damaged. Type of dewatering system, spacing of dewatering units and other details of the work are expected to vary with soil /water conditions at a particular location. E. Wellpoints shall not be set in such a way that undermines or jeopardizes paved areas; if the setting of wellpoints undermines or impacts paved areas, the impacted areas shall be removed and restored equal to or better than their original condition at the expense of the Contractor. F. Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling. Pipe and conduit which becomes submerged shall be removed and the excavation dewatered and restored to proper conditions prior to reinstalling the pipe and conduit 3.2 SURFACE WATER CONTROL A. Control surface water runoff to prevent flow into excavations. Provide temporary measures such as dikes, ditches and sumps. 3.3 GROUNDWATER OBSERVATION WELLS (PIEZOMETERS) A. Groundwater observation wells (piezometers) shall be installed for monitoring groundwater levels before and during construction / installation of pipelines, Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -4 Dewatenng and Drainage foundations and structures that are below or just above the existing groundwater table. A minimum of one well for every 100 feet of pipeline and two wells at each foundation or structure in locations accepted by the Engineer. Observation wells shall be designed and installed in such a manner as to provide an accurate and reliable indication of the groundwater levels adjacent to the pipelines, foundations and structures. B. Each observation well shall be installed in a 2' inch diameter bore hole extending at least 4 -ft below the invert of the pipeline, foundation or structure. Backfill the annular space surrounding the intake and casing with filter sand especially processed for this purpose. Cap the top of the well to prevent infiltration of surface water. C. Maintain observation wells until pipelines, foundations and structures are backfilled. Observe and record daily the groundwater elevation in each well. Furnish measurements daily to the Project Manager. Periodically verify observation well accuracy by adding water to the well and recording the drop in level from the time the water was added. Redevelop plugged observation wells to maintain accuracy and reliability of groundwater level indication. D. Excavation work shall not be performed until the readings obtained from the observation wells indicate that the groundwater has been lowered at least 2 feet below the bottom of the sub -grade within the limits of excavation. 3.4 DISPOSAL OF DRAINAGE WATER A. All water discharged from temporary dewatering and drainage systems shall be disposed of in accordance with the sedimentation and control plans as specified in Section SCO1110 ENVIRONMENTAL PROTECTION PROCEDURES. Existing or new sanitary sewer systems shall not be used to dispose of drainage without written authorization from the Project Manager. B. Collect and properly dispose of all discharge water from dewatering and drainage systems in accordance with State and local requirements and permits. As a minimum, no discharge or run -off of groundwater or surface water that is contaminated with any petroleum products (gasoline, diesel fuel, oil, grease, hydraulic fluid, etc.) and /or sanitary waste shall be made to surface water systems such as lakes, rivers, streams, the Intracoastal Waterway or "on- site" retention ponds that secondarily discharge to these surface water systems. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -5 Dewatenng and Drainage 3.5 DEWATERING A. All State and local permits associated with dewatering are the responsibility of the Contractor. B. Dewatering systems shall be designed to allow for localized variations in the depths of the excavations. C. Prevent surface water and subsurface or groundwater from flowing into excavations and from flooding project site and surrounding areas. All pumping and drainage shall be done with no damage to property or structures and without interference with the rights of the public, owners of private property, pedestrians and vehicular traffic. D. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of sub - grades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. E. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rainwater and water removed from excavations to collecting or runoff areas. Do not use trench excavations as temporary drainage ditches. F. Dewatering shall be accomplished well enough in advance of excavation to ensure that groundwater is already lowered prior to completing the final excavation to finish grade. G. Lower and maintain groundwater level a minimum of two (2) feet below bottom of excavation during placement and compaction of bedding material and foundation soils and during placement and compaction of fill and back - fill material. H. Excavations for foundations and structures shall be maintained in- the -dry for a minimum of 4 days after concrete placement. In no event shall water be allowed to enter an excavation and rise to cause unbalanced pressure on foundations and structures until the concrete or mortar has set at least 24 hours. I. Dewatering and drainage operations shall at all times be conducted in such a manner as to preserve the natural undisturbed bearing capacity of the sub -grade at the bottom of the excavation. If the sub -grade becomes disturbed for any reason, the unsuitable sub - grade material shall be removed and replaced with concrete, compacted granular fill, or other approved Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -6 Dewatenng and Drainage material to restore the bearing capacity of the sub - grade to its original undisturbed condition at no additional cost to the Owner. 3.6 DAMAGE RESTORATION A. Damage restoration: The Contractor shall be responsible for any heaving, settlement and /or separation of pavement that results from the dewatering operations. A damage restoration /remediation plan will be required for review and authorization to proceed. 3.7 RESTORATION OF DEWATERING ACTIVITIES A. As the wellpoints are withdrawn, the locations of the voided areas shall immediately backfilled by jetting approved backfill material into the voids until they are completely filled. These restored wellpoint voids are subject to random density verification testing. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02322 -7 Dewatering and Drainage SECTION 02324 BACKFILL ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02324) shall govern the applicable project work that it typically identified in the following FDOT Specification and Standard sections: • Section 125 - Excavation for Structures and Pipe • Section 514 - Plastic Filter Fabric (Geotextile) In the event that this technical specification (02324) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Materials B. Execution C. Examination D. Preparation E. Bedding F. Backfilling G. Field Quality Control H. Compaction I. Frequency of Tests 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -1 Backfill D. Section 02060 - Aggregate Materials E. Section 02300 - Earthwork F. Section 02320 - Trenching and Excavation G. Section 02322 - Dewatering and Drainage H. Section 02371 - Riprap and Rock Lining I. Section 02740 - Subgrade, Base Course and Asphalt 1.3 REFERENCES A. AASHTO T180 - Standard Specification for Moisture - Density Relations of Soils Using a 4.54 -kg (10 -1b) Rammer and a 457 -mm (18 -in) Drop. B. ASTM D1556 - Standard Test Method for Density of Soil in Place by the Sand -Cone Method. C. ASTM D1557 - Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (6,000 ft- lbf /ft3 (2,700 kN- m /m3)). D. ASTM D2922 - Standard Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). F. ASTM D 2487 -06 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Material that is excavated for the purpose of installing water mains and service connections, force mains, sanitary sewers and laterals or storm drainage piping and their associated public manholes and structures and then reused as bedding and /or backfill material are not subject to this UNIT PRICE - MEASUREMENT AND PAYMENT provision. The use of the in- situ material as backfill material shall be considered as incidental to the item installation. B. Unless specifically called out in the Schedule of Bid Items, work under this Section shall be considered incidental to the Work as detailed in the related Sections. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -2 Backfill C. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, the existing lines shall be cut - &- capped during the construction /installation process. The replacement of existing irrigation in the Public ROW is NOT a pay item. Replacement of existing ROW irrigation shall be incidental to the Unit Price of the specific work item. Replacement material (pipe, fittings and sprinkler heads) shall be equal to or of a better quality, quantity and size than the pre- existing. PART 2 - PRODUCTS 2.1 FILL MATERIALS - GENERAL A. All fill material shall be approved by the Project Manager and Engineer. Contractor shall notify the Project Manager and Engineer 1 week in advance of providing imported material, shall provide a 1 cubic yard sample and the results of a signed and sealed proctor test and material classification report for the material to the Project Manager and Engineer. B. Materials generated from the on -site excavations or imported from an off -site source may be utilized for backfill of pipeline and associated structure excavations provided the materials consist of relatively clean sands or reasonably well graded, relatively clean sand - gravel mixtures that are free of timber, roots, clods, construction demolition debris, rubbish, trash or other deleterious matter. The materials shall have a maximum size of 1 inch, have not more than 10 percent passing the US Standard No. 200 Sieve and contain not more than 2 percent (by weight) of organic matter. C. Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, SW, and SP. D. Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GC, GM, SC, SM, ML, MH, CL, CH, OL, OH, and PT. E. Coarse Aggregate shall conform to FDOT Specification 901 with the exception that slag or crushed slag shall not be used. Stone size shall be No. 57. F. Fine Aggregate shall conform to FDOT Specification 902. G. Subbase, Backfill, and Fill Materials: Satisfactory soil materials free of clay, debris, waste, vegetation, rock or gravel larger than 2 inches in any dimension, and other deleterious matter. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -3 Backfill H. Flowable fill shall conform to FDOT Specification Section 121. 2.2 ACCESSORIES A. Geotextile Fabric: Non - biodegradable, woven per FDOT Specification Section 514. PART 3 EXECUTION 3.1 EXAMINATION A. Inspect the area to be backfilled to assure that all preceding work activities have been completed and accepted, otherwise, the Contractor will be "at risk" until the preceding work has been accepted by the Project Manager. 3.2 DEFINITION OF BACKFILL ZONES A. Lowest Zone: The lowest zone is backfilled for deep undercuts up to within 6- inches of the bottom of the pipe. B. Bedding Zone: The zone above the lowest zone is the Bedding Zone. Usually it will be backfill which is the 6- inches, or the thickness identified on the project construction drawings, of soil below the bottom of the pipe. If the bedding zone has been constructed (vs. undisturbed in -situ material), the Bedding Zone shall be placed in lifts no greater than 6- inches (compacted thickness). C. Cover Zone: The next zone is backfill that is placed after the pipe has been laid and will be called the Cover Zone. This zone extends to 12- inches above the top of the pipe. The Cover Zone and the Bedding Zone are considered the Soil Envelope for the pipe. The Cover Zone shall be placed in lifts no greater than 6- inches (compacted thickness). D. Top Zone: The Top Zone extends from 12- inches above the top of the pipe to the base or final grade. The Top Zone shall be placed in lifts no greater than 12- inches (compacted thickness). 3.3 BACKFILL FOR PIPELINES A. LOWEST ZONE When over - excavation is required due to unforeseen site conditions backfill of the over -cut shall have a minimum thickness of 6- inches and shall be manually or Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -4 Backfill mechanically tamped to simulate comparable density to that of the native soils. B. BEDDING ZONE 1. Excavate pipe trench in accordance with Section 02320 TRENCHING AND EXCAVATION for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. If a trench box is used for the installation of the piping, it shall be raised to an elevation even with the top of the pipe before the Bedding Zone materials are placed. Once the trench -box has been moved upward, forward or removed from the excavation, the voids created by this action shall receive supplemental backfill material and re- compacted to 98% of modified proctor where applicable. 2. If required, bedding material shall be placed to provide uniform support along the bottom of the pipe and to place and maintain the pipe at the proper elevation. The initial layer of bedding placed to receive the pipe shall be brought to the grade and dimensions indicated on the project construction drawings. All bedding shall extend the full width of the trench bottom. The pipe shall be placed and brought to grade by tamping the bedding material or by removal of the excess amount of the bedding material under the pipe. Adjustment to grade line shall be made by scrapping away or filling with bedding material. Wedging or blocking up of pipe is not permitted. Applying pressure to the top of the pipe, such as with a backhoe bucket, to lower the pipe to the proper elevation or grade shall not be permitted. 3. Were wet or unstable soil that is incapable of properly supporting pipe, as determined by Project Manager and Engineer, is encountered in the bottom of trench, the trench bottom shall be excavated to a depth of at least two feet below the specified trench bottom. Place filter fabric in the bottom of the trench and support the filter fabric along the trench walls until the over - excavation has been backfilled, in two (2) 1 -foot lifts (as applicable based on the backfill material; structural backfill or FDOT rock). The ends of the filter fabric shall be overlapped prior to placing the pipe. C. COVER ZONE Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -5 Backfill 1. Haunching: Initial backfill /haunching material shall be carefully placed by hand until one third of the pipe diameter has been covered. The Contractor shall use non - mechanical means to tamp the backfill /haunching material to form unified initial support for the pipe for each lift. 2. After haunching of the pipe, carefully and evenly backfill trenches on all sides with suitable backfill materials and thoroughly and carefully tamped each lift until the backfill material reaches the same elevation as the top of the pipe. If a trench box is used for the installation of the piping, it shall be raised to an elevation even with the top of the pipe before the Cover Zone backfill materials are placed. Once the trench -box has been moved upward, forward or removed from the excavation, the voids created by this action shall receive supplemental backfill material and re- compacted to 98% of modified proctor. 3. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until approved material has been placed and compacted to a level 1 -foot over the pipe. D. TOP ZONE 1. For the remaining lifts of backfill, the material shall be placed in 12 -inch lifts and compacted. Compact each layer to a density of 98% of modified proctor in paved areas and 95% of modified proctor in landscaped and open areas. 2. For all non - metallic pipeline installations, detection tape shall be buried 4 to 10- inches beneath the ground surface directly over the top of the utility. Should detection tape need to be installed deeper, the Contractor shall provide 3- inch wide tape. In no case shall detection tape be buried greater than 20- inches from the finished grade surface. Detection tape shall be appropriately identified based on the specific utility installation. 3.4 FOR STRUCTURES: A. All structures shall be marked and numbered with gradient lines, by the Contractor, to indicate the required lift thickness. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -6 Backfill B. Carefully backfill around all sides in a continuous and progressive manner in lifts no greater that 6 -inchs (compacted thickness) with excavated materials approved for backfilling, free from large clods of earth and stones and compact to 98% of modified proctor in all areas. C. For the sides of the structure where there is pipe penetration, the compacted backfill shall be brought up to a point where the pipe, at the correct invert elevation, is resting on compacted backfill. A bell- hole, extending no further than 1 -foot from the structure, may be left around the penetration point for mudding -up around the pipe. 3.5 GENERAL BACKFILL A. All backfill operations shall be done in the dry. The dry condition shall be maintained during placement, compaction and density testing. B. As soon as practicable after the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. C. Flooding of backfill (with potable water) will only be permitted when so directed in writing by the Project Manager. D. Reopen improperly backfilled trenches, or trenches where settlement occurs, to depth required for proper compaction, as determined by the Engineer, then refill and compact, with surface restored to required grade and compaction, mounded over and smoothed off. E. Backfill open trenches across roadways or other areas to be paved as specified above, backfill entire depth of trench in 6 -inch layers, and compact each layer to a density of 98% of modified proctor, so that paving can proceed immediately after backfilling is completed. F. Grade ground to reasonable uniformity along all other portions of trenches and leave mounding over trenches in a uniform and neat condition, to the satisfaction of Engineer. G. Except as otherwise indicated, top of all piping and conduit to be 36" below finish grade (keeping project swale development in mind) unless incased in concrete. Concrete encasement to consist of a minimum of 4" thick concrete base slab placed prior to installation of piping or conduit and a minimum 4" thick concrete encasement (sides and top) placed after installation and testing of piping or conduit. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -7 Backfill H. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including, where applicable, damp proofing, waterproofing, and perimeter insulation. 2. Inspection, testing, approval, and recording locations of underground utilities have been performed and recorded. 3. Removal of concrete formwork. 4. Removal of trash and debris from excavation. I. Backfill areas to contours and elevations with approved materials. J. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet or spongy subgrade surfaces. K. Place geotextile fabric over Class A -7 material existing prior to placing next lift of fill (if approved). L. Employ a placement method that does not disturb or damage other work. M. Maintain optimum moisture content of backfill materials to attain required compaction density. N. Backfill against supported foundation walls and concrete structures. Do not backfill against unsupported foundation walls. 0. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. P. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. Q. Make gradual grade changes. Blend slope into level areas. R. Remove surplus backfill materials from site as directed by the Project Manager and /or Engineer. S. Leave fill material stockpile areas free of excess fill materials. T. Flowable fill may be substituted for compacted backfill in the cover zone and the top zone with the approval of the project manager and Engineer. There will no Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -8 Backfill additional cost associated with the use of flowable, however compaction testing will not be required. U. TOLERANCES: 1. Top surface of backfill for site clearing and general earthwork shall be plus or minus 0.10 foot from required elevations. 2. Top surface of backfill for the creation of or improvements to berms or other stormwater containment earthworks shall be plus 0.10 foot, minus 0.00 foot from required elevations. 3.6 FIELD QUALITY CONTROL A. Section SC01400 QUALITY REQUIREMENTS B. Compaction testing will be performed in accordance with ASTM D1556 or AASHTO T180 in locations as specified by the Project Manager or Engineer. Project Manager and /or Engineer are to select specific locations and lifts as well as witnessing of all compaction testing. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.7 COMPACTION A. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density, in accordance with AASHTO T -180 specifications or ASTM D1557: 1. Structures, Building Slabs and Steps: 98% of the modified proctor. 2. Pipe Bedding Zone and Cover Zone: 98% of the modified proctor. 3. Driveway aprons, sidewalk sections that form part of a driveway apron, driveways and roadways: As a minimum, compact top 12" of subgrade and each layer of backfill or fill material to 98% of the modified proctor. Roadways may require special subgrade stabilization as specified in the project construction drawings. 4. Lawn or Unpaved Areas: From 1 -foot above the top of the pipe (Top Zone), 95% of the modified proctor; areas around structures shall be 98% of the modified proctor. 5. Sidewalks and walkways: Compact top 12 inches of subgrade and each layer of backfill or fill Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -9 Backfill material to 95% of the modified proctor. B. All subgrade shall be compacted and tested up to 6- inches from the edge of the pavement (asphalt or concrete). If for specific design reasons and the project construction drawings requires an area greater than 6- inches outside the edge of slab to be compacted and tested, then those more stringent requirements shall take precedence. C. Frequency of Tests: 1. Pipelines: In Public Right Of Way, swales and under sidewalks, every 100 feet per lift, for driveway aprons each lift, for road crossings each lift in three (3) locations, as directed by Engineer or Project Manager. Additionally, in the event of low production, density verification testing shall be performed on each day's work as directed by the Project Manager or Engineer. 2. In utility easements, every 200 feet per lift. 3. Public Manholes and Structures: Each lift around structure; all sides shall be tested in random order. In addition, the final lift under pipe penetrations shall be tested. 4. Berms: Every 200 feet per lift. 5. Swales: For areas that have been built -up and a swale cut -in every 200 feet; otherwise, density testing of swales cut -in to existing ground does not require density testing. D. The Contractor's Test Lab is to "map" all density test results (pass and fail) on the Record Drawings on each day when field tests are performed. Contractor's Testing Lab shall leave a copy of the day's density testing results on site. E. Contractor is to instruct their Testing Lab to directly mail signed and sealed copies of all Test Reports (Proctor, Density, Water Quality, etc.) to the Project Manager and Engineer on a weekly basis. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02324 -10 Backfill SECTION 02371 RIPRAP AND ROCK LINING ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02371) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 530 - Riprap In the event that this technical specification (02371) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Materials B. Placement 1.2 RELATED SECTIONS A. Section 02630 - Storm Drainage 1.3 REFERENCES Not Used. 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Unless specifically called out in the Schedule of Bid Items, work under this Section shall be considered incidental to the Work as detailed in the related Sections. B. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, the existing lines shall be cut - &- capped during the construction /installation process. The replacement of existing irrigation in the Public ROW is NOT a pay item. Replacement of existing ROW irrigation shall be incidental to the Unit Price of the specific work item. Replacement material (pipe, fittings and Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02371 -1 Riprap and Rock Lining sprinkler heads) shall be equal to or of a better quality, quantity and size than the pre- existing. 1.5 SUBMITTALS Not Used. PART 2 - PRODUCTS 2.1 MATERIALS A. Riprap: Provide in accordance with State of Florida DOT (sand- cement, rubble or concrete block); or B. Riprap: Limestone type; broken stone; solid and nonfriable; 3 inch minimum size, 12 inch maximum size; or C. Riprap: Broken stone or Irregular shaped rock, 3 inch minimum size, 8 inch maximum size; solid and nonfriable, contained within gabion wire baskets rectangular shaped to form stepped layered installation. D. Aggregate Type Al: As specified in Section 02060 AGGREGATE MATERIALS. E. Bags: Woven jute or Geotextile fabric (woven or non- woven). F. Binder: Portland cement per FDOT standard specification. PART 3 EXECUTION 3.1 EXAMINATION A. Do not place riprap bags, concrete blocks, and rubble or gabion baskets over unstable subgrade surfaces. 3.2 PLACEMENT A. Place geotextile fabric (as called for on the construction plans) over substrate, lap edges and ends. B. Place riprap at culvert pipe ends, canal protection, and embankment slopes, as indicated on the construction plans. C. Place bags into position. Knead, ram, or pack filled bags to conform to contour of adjacent material as per construction plans. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02371 -2 Riprap and Rock Lining D. Place bags or gabions in a staggered pattern. Remove foreign matter from stacked surfaces. E. Installed Thickness: Refer to construction plans. F. Place rock evenly and carefully over bagged riprap to minimize voids, do not tear bag fabric, place bags and rock in one consistent operation to preclude disturbance or displacement of substrate. G. After placement, spray with water to moisten the bagged mix if used. Maintain moist for 24 hours. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02371 -3 Riprap and Rock Lining SECTION 02513 PUBLIC WATER & RECLAIMED WATER DISTRIBUTION SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submittals B. Products C. Installation Readiness D. Installation E. Connections to Existing Systems F. Cleaning and Testing G. PBC HD Clearance H. Restoration 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section SC01700 - Contract Closeout E. Section 02082 - Public Manholes and Structures F. Section 02320 - Trenching and Excavation G. Section 02322 - Dewatering and Drainage H. Section 02324 - Backfill I. Section 02516 - Disinfection of Water Distribution Systems J. Section 02740 - Subgrade, Base Course and Asphalt K. Section 02960 - Restoration of Surface Improvements L. Section 03300 - Cast -in -Place Concrete 1.3 REFERENCES Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -1 Public Water and Reclaimed Water Distribution Systems A. AWWA C600 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 MEASUREMENT AND PAYMENT. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, any existing irrigation lines shall be marked on the Contractors drawings prior to or at the time of temporary cutting - &- capping. The replacement of existing irrigation in the Public Right -Of -Way as a result of pipeline installation or swale development is NOT a pay item. Replacement of existing ROW irrigation (to match existing quality, quantity and size) shall be incidental to the Unit Price of the pipeline or swale development. 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. Shop and manufacturer's drawings and catalog cut sheets for all pipe system components. Refer to Section SC01340 - SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES. B. Contractor shall prepare and submit to the Project Manager a Flushing, Pressure Testing and Disinfection Phasing Plan prior to the start of the pipe installation. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to Section SC01700 CONTRACT CLOSEOUT and SC01720 PROJECT RECORD DOCUMENTS for requirements. PART 2 - PRODUCTS 2.1 All materials are to be MADE IN THE UNITED STATES OF AMERICA. Allowable exceptions are ductile iron fittings supplied by American Cast Iron Pipe Company from Brazil, Sigma Corporation from China, and Star Pipe Products from the United States and China; and Electronic Marking System (EMS) full -range markers by 3M from Mexico. 2.2 DUCTILE IRON PIPE A. For Aboveground Installation: 1. Ductile iron pipe for aerial canal crossings installations shall conform to ANSI A21.15 and be flanged. Thickness class shall be Class 350. Flanges shall conform to ANSI A21.15. All pipe supports, clamps and /or cradles shall have a Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -2 Public Water and Reclaimed Water Distribution Systems minimum 1 1 inch neoprene liner between the pipe and support. B. For Underground Installation: 1. In general, thickness class shall be Class 350. Ductile iron pipe shall conform to ANSI A21.51. Pipe shall have a wall thickness designed in compliance with ANSI 21.50, "American National Standard for the Thickness Design of Ductile Iron Pipe. 2. Joints shall be push -on rubber gaskets unless identified otherwise in the project construction drawings. 3. Restrained joints shall be as specified in 2.6, Restrained Mechanical Joints. 2.3 POLYVINYLCHORIDE (PVC) PIPE AND FITTINGS A. Pipe shall be unplasticized polyvinyl chloride (PVC) plastic pipe with integral bell containing a locked -in ring and spigot joints 4 -inch through 12 -inch. B. Pipe shall be the requirements of AWWA C900 or C905 "Polyvinyl Chloride (PVC) Pressure Pipe ", Class 150 and shall meet the requirements of SDR -18. PVC compound for pipe and fittings shall meet the requirements of ASTM D1784. C. Fittings shall be DIP of the appropriate and corresponding pressure rating as the main line pipe and as specified in 2.4, Ductile Iron Fittings. D. Restrained joints shall be as specified in 2.6, Restrained Mechanical Joints. 2.4 DUCTILE IRON FITTINGS A. Fittings for ductile iron pipe shall be manufactured of ductile iron shall conform to the requirements of ANSI A21.10 (AWWA C110) or ANSI A21.53 (AWWA C153). Fittings shall be compatible with the pipe and designed for 350 psi working pressure. The lining and coating of the fittings shall be as specified for the pipe. Joints for fittings 16- inches in diameter and under shall be mechanical joint, except above ground fittings shown on the drawings, shall be flanged. Joints for fittings 18- inches in diameter and above shall be restrained type in accordance with the schedule shown on the Standard Detail Drawing. Gaskets for the Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -3 Public Water and Reclaimed Water Distribution Systems flanged joints shall be "Tourseal, TM" or approved equal. B. Lining Pipe and Fittings: 1. DIP and fittings for water mains and reclaimed water mains shall be cement lined in accordance with ANSI A21.4 (AWWA C104). C. Exterior Finish: 1. Potable Water and Reclaimed Water Mains: For aboveground installation, the exterior surfaces of pipe and fittings shall be painted BRIGHT WHITE for potable water systems and PANTONE PURPLE for reclaimed water systems with a coating system approved by the Engineer. A three (3) -coat system with a polyurethane topcoat is required. 2. For underground potable water systems, all pipe and pipe fittings installed under this project will be color coded or marked in accordance with subparagraph 62- 555.320(21)(b) 3, F.A.C., using blue as the predominant color. Underground plastic pipe shall be solid -wall blue pipe, will have a co- extruded blue external skin, or will be white or black pipe with blue stripes incorporated into, or applied to, the pipe wall. 3. For underground reclaimed /reuse water systems, all pipe and pipe fittings installed under this project will be color coded or marked in accordance with subparagraph 62- 555.320(21)(b) 3, F.A.C., using pantone purple as the predominant color. Underground plastic pipe for reclaimed /reuse water systems shall be solid -wall pantone purple pipe, will have a co- extruded pantone purple external skin, or will be white or black pipe with pantone purple stripes incorporated into, or applied to, the pipe wall. Pipe striped during manufacturing of the pipe will have continuous stripes that run parallel to the axis of the pipe wall, that are located at no greater than 90- degree intervals around the pipe, and that will remain intact during and after installation of the pipe. If paint is used to stripe the pipe during the installation of the pipe, the paint will be applied in a continuous line that runs parallel to the axis of the pipe and that is located along the top of the pipe; for pipe with an internal diameter of 24 inches or greater, paint will be applied in continuous lines Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -4 Public Water and Reclaimed Water Distribution Systems along each side of the pipe as well as along the top of the pipe. 2.5 BALL CORPORATION STOP - UP TO 2 INCHES A. Brass body, teflon coated brass ball, rubber seats and stem seals, Tee stem pre- drilled for control rod, AWWA inlet threads end, compression transition outlet, with control rod, extension box and valve key. Teflon tape (minimum of two (2) wraps) shall be applied to the threads prior to installation. 2.6 RESTRAINED MECHANICAL JOINTS A. All pipe -to -pipe, branch connections, valves and all change of direction fittings shall be restrained with EBAA Iron MEGALUG products or approved equal. A second form of restraint, either thrust blocks or tie rods, may be required in certain cases as directed by the Project Manager and Engineer. B. All valves and change of direction fittings 16" diameter and larger shall have two (2) forms of restraint. The valve and fittings shall have mechanical joints with EBAA Iron MEGALUG products or approved equal, and either thrust blocks or tie rods. If tie -rods are approved, the tie -rods shall be in a "mid- span" configuration utilizing EBAA Iron products or approved equal. C. Any line terminated as a construction phase that is a known future extension, shall have a valve placed at the end, and restrained with EBAA Iron MEGALUG products or approved equal to the last two (2) pipe joints. D. Flex -Ring Restrained Joint Ductile Iron pipe supplied by American Cast Iron Pipe Company (ACIPCO)and TR Flex Restrained Joint Ductile Iron pipe supplied by U.S. Pipe & Foundry, LLC may be used as approved by the Project Manager and Engineer. Self restraining push -on gaskets are allowed for Jack & Bore applications only as approved by the Project Manager and Engineer. 2.7 WATER SERVICE A. The tapping saddle shall be a stainless steal double strap service saddle of the size required with an epoxy coated ductile iron body and AWWA threads. Neoprene gaskets shall be cemented in place. B. The corporation ball valve, "Y" Branch if necessary, compression by yoke curb stop(s), yoke bar, expansion nut, female iron pipe tail /outlet pieces, lock nuts, meter adapters, washers, and other fittings required to Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -5 Public Water and Reclaimed Water Distribution Systems make a complete installation shall be brass as shown on the drawings and the project construction drawings, and as manufactured by the Ford Meter Box Co., or approved equal. Internal pipe and tube sleeves shall be stainless steel. C. Sleeves under minor highways, residential streets and rural roads may be PVC Sch. 80 as approved by Engineer and Project Manager. 2.8 POLYETHYLENE PIPE AND TUBE A. Materials used for the manufacture of polyethylene pipe and fittings shall be PE3408 high density polyethylene meeting cell classification 345434C or 345434E per ASTM D3350; and meeting Type III, Class B or Class C, Category 5, Grade P34 per ASTM D1248; shall be listed in the name of the pipe and fitting manufacturer in Plastic Pipe Institute TR -4, Recommended Hydrostatic Strengths and Design Stresses for Thermoplastic Pipe and Fittings Compounds, with a standard grade rating of 1600 psi at 73 ° F. The manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. B. Polyethylene pipe shall be manufactured in accordance with ASTM D3035, Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter and AWWA C906 and shall be so marked. Each production lot of pipe shall be tested for (from material or pipe) melt index, density, % carbon, (from pipe) dimensions and ring tensile strength. C. Polyethylene pipe (PE) shall be Drisco pipe 3408 1 ", 1" & 2" or approved equal. D. All PE pipe shall be color coded to match the water system type; blue for potable water and pantone purple for reclaimed water. 2.9 SERVICE IDENTIFICATION STRIPES A. Refer to paragraph 2.4.C. above for color- coding requirements. 2.10 MISCELLANEOUS A. Electronic Marking System (EMS) full -range markers shall be by 3M. Full -range markers shall be blue for potable water and pantone purple for reclaimed water. The Contractor shall install the full -range markers in accordance with the manufacturer's and City's standards. The full -range markers shall be placed at the following locations: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -6 Public Water and Reclaimed Water Distribution Systems 1. Fittings, bends, reducers, tees, crosses, deflections, valves, and air release valves (ARV). B. The installation of the full -range markers shall be field verified by the Project Manager and Engineer prior to the certification of the work. C. For the installation of the pipe segments and /or structures where moderate to significant root intrusion could be a factor, the Contractor shall furnish and install BioBarrier (or approved equal) as a root barrier as directed by the Project Manager and Engineer. Furnishing and installing a root barrier is considered as an incidental cost. PART 3 - EXECUTION 3.1 INSTALLATION READINESS A. Prior to the start of underground excavations, Contractor shall examine the project construction drawings and have repair materials on site to effect repairs to all sizes of existing water mains, branch and /or service connections. Typical repair materials include, but are not limited to: 1. Full encirclement repair clamps 2. Fittings (DIP and brass) 3. Poly tubing 4. All - thread 3.2 EXAMINATION A. Verify that trench cut is ready to receive Work as required by this Section and excavations, dimensions, and elevations are as indicated on project construction drawings. 3.3 PREPARATION A. When the project drawings indicate, or when it is discovered during the course of the work, that the street or area's sanitary sewer main lines are in front of the properties (and that the new water mains will have to cross), the Contractor shall pothole each sewer lateral prior to beginning installation of the new water mains and provide the individual sewer lateral depths to the Project Manager and the proposed depth of the new water main before beginning water main installation. B. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, and remove burrs. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -7 Public Water and Reclaimed Water Distribution Systems C. Remove scale and dirt on inside and outside before assembly. D. Prepare pipe connections to equipment with flanges or unions. 3.4 INSTALLATION A. Pipeline Installation: 1. All trenching and excavations associated with the water main and service lines shall conform to the requirements in Technical Specification 02320 - TRENCHING AND EXCAVATION. 2. Installation of potable water pipe and associated fittings shall be in accordance with current AWWA and NSF specifications, and manufacturer's requirements for their particular products. All mains shall have a 36" clear cover to finished grade (keeping in mind the project's swale requirements) with pipe being as level as possible. Any variance will require approval by the Project Manager. Changes in pipe alignment may be accomplished using appropriate fittings or through pipe deflection. Pipe deflection at the joint is allowed with ductile iron pipe only and shall not exceed 75% of the manufacturer's recommended maximum joint deflection. 3M full -range markers are required at all fittings and valves. Regardless of pipeline or pipeline component depth, the full -range markers shall be installed no deeper than 8 feet and shall be directly over the fitting or adjacent to the valve. 3. All pipe shall be laid in trenches having a dry and stable bottom. Backfill shall be free of boulders and debris and in accordance with Technical Specification 02324 - BACKFILL. Pipe shall be fully supported along its entire length. Sharp or rocky material encountered in the base shall be replaced with proper bedding. Pipe shall be laid on line and grade as designed. 4. All valves shall be placed according to project construction drawings unless relocation is approved by the Project Manager. After installation, backfill and compaction and where applicable after asphalting, all valves are to be exercised in the presence of the Project Manager and Engineer. As -built drawings shall reflect the Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -8 Public Water and Reclaimed Water Distribution Systems actual location of all mains, hydrants, services, and valves. All taps must be at least 18" from fitting or bell. Potable water main shall not be laid in fuel contaminated areas. 5. Clearance of 18" or one pipe diameter, whichever is greater, shall be maintained between all fittings (bells, valves, flanges, etc.). 6. All road crossings, pavement cuttings and restoration shall be in accordance with the requirements of the Owner or Palm Beach County (if project is located in their jurisdiction but within the Department's service area). 7. Generally, joints for ductile iron pipe shall be push -on or mechanical type designed in accordance with ANSI A21.11 (AWWA C111) or ANSI A21.53 (AWWA C153). Joint lubrication shall be as furnished by the manufacturer. B. Valves 1. Valves shall generally be installed at intervals of no greater than 1,000 LF on transmission mains, at intervals of no greater than 700 LF on main distribution loops and feeders, and on all primary branches connected to these lines. In high - density areas, valves shall be installed to minimize the number of persons affected by a break. 2. In all instances, effectiveness of placement shall be primary criteria in determining valve location. Valves placed in curbs will not be accepted. For potable water, all valve boxes require lids be marked as "Water" and painted BLUE. For reclaimed /reuse water, all valve boxes require lids be marked "Reuse" and painted PANTONE PURPLE. C. Fire Hydrants 1. Fire hydrants shall be installed with the center of the pumper nozzle approximately 18" - 24" above finished grade. Hydrants shall not be placed in sidewalks or traffic areas. It will be the responsibility of the Contractor to move hydrants placed in an unacceptable location and provide protection from traffic damage if necessary, upon the Project Manager's request. 2. Fire hydrant branches (from main to hydrant) shall not be less than 6" ID and be as short as possible to minimize any potential for potable water main stub with no flow. Long branch leads will require Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -9 Public Water and Reclaimed Water Distribution Systems a second gate valve. Each branch shall be provided with a gate valve located as close as possible to the main. 3. Hydrants shall be located 5 feet to 10 feet from edge of pavement and no less than 6 feet from driveways with pumper discharge nozzle facing the roadway. Hydrants shall be located so as to minimize their vulnerability to traffic. At the direction of the Project Manager, for potential traffic protection, bollards may be required where minimum distances cannot be met. 4. Fire hydrants shall be placed in an accessible, unobstructed location with 5 feet clearance in all directions (except for protective bollards). 5. Fire hydrants shall be powder coated "Fire Engine" or "Safety" red in color. Valve box lids for fire hydrant or Siamese connections shall be painted RED. 6. Fire Hydrants shall be provided and installed in accordance with the project construction drawings. Newly installed fire hydrants, prior to being put into service, shall be clearly marked as being "OUT OF SERVICE" with signage. 7. For every ten (10) new fire hydrants installed, Contractor shall supply one (1) traffic repair kit and one (1) shoe repair kit and supplied by the fire hydrant manufacturer. D. Corrosion Protection: 1. For protection against corrosive soils in those areas designated by the Engineer and Project Manager, ductile iron pipe and fittings shall additionally be enclosed in a polyethylene sheet or tube and each length joined with 2 -inch wide polyethylene adhesive tape. The sheet or tube shall be made from polyethylene resin meeting the requirements of ASTM D1248 and shall be Type I, Class C, Category 5, Grade J -3 with minimum carbon black content of 2.5% and 8 mils thickness. The sheet or tube shall be in accordance with the provisions of ANSI A21.5 (AWWA C105). Methods shall be such as to minimize danger to the sheet also be used to repair tears or punctures. 2. Installation of polyethylene encasement shall be in accordance with ANSI A21.5. E. Service Connections Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -10 Public Water and Reclaimed Water Distribution Systems 1. Water service taps on the water main shall be spaced at a minimum distance of 18" apart. All service lines shall be installed in accordance with the details on the project construction drawings. All long -side service connections shall be sleeved. The sleeve is to be installed by jack & bore to avoid open -cuts across roadways for service connections. The minimum diameter of service connection taps shall be 3/4 -inch for f- inch service connections, 1 3/8 -inch for 1 1/2- inch service connections and 1 3/4 -inch for 2 -inch service connections. 2. Service lines, between the corp stop and curb stop shall be one continuous line without any splices or fittings unless specifically authorized by the Project Manager and Engineer. 3. Services shall not exceed 100 feet to the meter. Services crossing under parking tracts shall have their meters placed prior to the crossing so that the Owner is not responsible for these lines. 4. In developments where the property line is not clearly defined (condominiums and commercial), the meter shall be placed in a readily accessible location. 5. Private services shall not cross potable water main. The Contractor shall coordinate the installation of private service lines with location of meters to deliver potable water to the correct multi- family dwelling unit or bay and shall identify each to the Project Manager. 6. Wet taps equal or larger than one half the pipe diameter require a stainless steel full contact saddle with flange and valve. F. Connection to Existing System: 1. All connections to existing water main shall be made under the direct supervision of the Project Manager. Based on the existing pipe configuration and materials, the Contractor may be required to provide temporary restraints. All connections to existing water mains shall have double valves unless specifically authorized by the Project Manager. Valves on existing water mains shall be operated by Department personnel or under direct supervision by the Project Manager. Tapping sleeves and their valves shall be pressure tested at 150 psig for 1 hour prior to tapping (entire tapping sleeve shall be bubble tested with a soap solution during the pressure testing). Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -11 Public Water and Reclaimed Water Distribution Systems 2. All pipe coupons from tapping sleeve tie -ins shall be saved, labeled and dated by the Contractor and transmitted to the Project Manager. 3. If service must be cut off to existing customers, the Project Manager must have fourteen (14) working days notice to make necessary arrangements. The Contractor shall prepare a Shutdown Request form in accordance with the directions given during the Pre - Construction Meeting. 4. The Contractor shall be ready to proceed with as much material pre - assembled as possible at the site to minimize the length of service interruption. The Project Manager will postpone a service cut -off if the Contractor is not ready to proceed on schedule. Such connections may be made at night to minimize effects. No customer should be without service for more than six (6) hours. Local chlorination, in compliance with ECR II, will be required for all pipe and fittings used to complete connections with potable water. G. TESTING Contractor shall prepare a Flushing, Pressure Test, Disinfection and PBC HD Clearance Plan for review and authorization by the Project Manager prior to water main installation. The plan shall include a schematic that indicates swab locations, direction of flush, sample points and affected valves. The PBC HD Clearance requires the Contractor's Pressure Test Report, Disinfection Report, Boynton Beach Water Quality Lab Reports and As -Built drawings. Reclaimed water mains and service connections shall be flushed and pressure tested (per the requirements below) but do NOT require disinfection or PBC HD Clearance. 1. Cleaning and Flushing: a. Upon completion of pipe installation, for any section, perform swabbing and cannon flushing in accordance with the Cleaning and Flushing Procedure detail shown on the project construction drawings. The Project Manager must observe the swab being inserted into the line and witness the cleaning and flushing process. The swab is to be one (1) pipe size diameter larger than the pipe being cleaned. 2. Pressure: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -12 Public Water and Reclaimed Water Distribution Systems a. Prior to conducting the official pressure test, to be witnessed by the Project Manager and Engineer, the Contractor shall conduct and document a preliminary pressure test meeting all of the following requirements. b. Potable water shall be supplied to the main and pumped to the minimum of 155 psi. The water main being tested shall be separated from the supply line or isolated by a double valve arrangement. c. The Contractor shall prepare a documented test report for each test identifying, date, time, weather, linear foot of pipe being tested, the piping segment tested (station to station), beginning test pressure and time, ending test pressure and time, amount of "make -up" water and a clear "pass / fail" statement. The test report shall be signed by the Contractor, Engineer and Project Manager. After test acceptance, Contractor shall provide copies of the test report to the Project Manager and Engineer and retain the original test report for inclusion in the Project Record Documents. d. Contractor shall provide all necessary equipment such as pumps, gages and water measuring tanks, and all necessary work required for pipe pressure and leakage tests. Make pressure and leakage tests between valves and /or connections for each section being tested, using procedure outlined in ANSI /AWWA C -600. e. Test lines at a minimum of 155 psi for no less than two (2) hours and test all fire lines at 200 psi for no less than one (1) hour in accordance with NFPA -24. f. Allowable leakage not to exceed value derived from following formula: L= SD,J 148,000 L = Allowable leakage (gallon per hour) S = Length of pipe (feet) D = Nominal diameter of pipe (inches) P = Average test pressure (PSIG) Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -13 Public Water and Reclaimed Water Distribution Systems g. Conduct pressure tests with all valves servicing hydrants, services, etc., in open position. h. All potable water mains shall be pressure tested before bacteriological acceptability. i. The maximum length of line to be tested as one section will be 2,000 linear feet. The test shall be performed as determined in the current AWWA specification. The standard test duration is two (2) hours. The maximum quantity of water that must be supplied into the tested pipe to maintain pressure within 5 psi of the specified test pressure shall not exceed the applicable AWWA C -600 Standard. j. Bacteriological testing shall not begin until after the pressure test has been accepted by the Project Manager. Refer to Section 02516 DISINFECTION OF WATER DISTRIBUTION SYSTEM. H. ABANDONMENT OF EXISTING WATER MAINS 1. Existing water mains shall be abandoned in accordance with the project drawings, including temporary restraints, cutting and capping with masonry plugs or mechanical blind flanges, thrust blocks and grout filled (where required). I. RESTORATION 1. Restoration shall be concurrent with the water main installation and shall be performed as required by Section 02960 RESTORATION OF SURFACE IMPROVEMENTS. END OF SECTION (SHUTDOWN REQUEST FORM ON FOLLOWING PAGE) Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02513 -14 Public Water and Reclaimed Water Distribution Systems PUBLIC WATER DISTRIBUTION SYSTEMS SHUTDOWN REQUEST (Must be submitted 14 days in advance of shutdown) SECTION A: THIS SECTION IS TO BE COMPLETED BY THE CONTRACTOR Requested By: Date / Time: Signature: Company Name: Project Name: Contact Name: Mobile No.: Requested Shutdown Date: Time: Duration: Highlighted Project Drawing (s) attached: Number of (Requests for shutdown will NOT be accepted drawing without drawings) pages attached: Purpose of Shutdown: Request accepted By (CBB): Date / Time: Distribution by CBB for "Heads Up" Only: Distribution Supervisor, Laboratory Supervisor, Project Manager SECTION B: THIS SECTION TO BE COMPLETED BY THE CBB UTILITY LOCATIONS DEPARTMENT Boil Water Notice: YES NO ES a Houses Affected YES ❑ No. of Valves to be Number of Houses : Shutdown: Development/ Neighborhood Name: Type Address Businesses Affected: Special Conditions: Locates and Pre- Date: Shutdown Completed: After Locations has completed their pre- shutdown, Locations faxes to: Distribution Supervisor, Laboratory Supervisor, Project Manager SECTION C: THIS SECTION IS TO BE COMPLETED BY THE CBB WATER QUALITY LAB Shutdown Authorized Shutdown By (Lab): Date: Time: After the Lab has completed their pre- shutdown notifications, Lab faxes to: Distribution Supervisor, Locations, Project Manager Boynton Beach Utilities - Central Seacrest - Phase 1 TC - 02513 -15 Public Water and Reclaimed Water Distribution Systems SECTION 02516 DISINFECTION OF WATER DISTRIBUTION SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submittals B. Project Record Documents C. Products D. Execution E. Field Quality Control 1.2 RELATED SECTIONS A. Section 02513 - Public Water and Reclaimed Water Distribution System 1.3 REFERENCES A. AWWA C651 - Standards for Disinfecting Water Mains 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. The cost of disinfecting the new water distribution system is considered to be incidental to the installation of the water main. 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. Contractor shall prepare and submit a Flushing, Pressure Testing, Disinfection and PBC HD Clearance Plan to the Project Manager for review and authorization prior to the start of pipeline installation. 1.6 PROJECT RECORD DOCUMENTS A. Disinfection Report from Contractor shall be signed and dated: 1. Type, form and quantity of disinfectant used. 2. Diameter and linear feet of pipe being disinfected 3. Date and time of disinfectant injection start and time of completion 4. Test locations. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02516 -1 Disinfection of Water Distribution Systems 5. Initial and 24 hour disinfectant residuals (quantity in treated water) in ppm for each outlet tested. 6. Date and time of flushing start and completion 7. Disinfectant residual after flushing in ppm for each outlet tested. a. At the conclusion of the Contractor's disinfection process, the Total Chlorine shall be a minimum of 2.5 ppm. B. Bacteriological Report (from City Lab): 1. Date issued, project name, and testing laboratory name, address, and telephone number. 2. Time and date of water sample collection. 3. Name of person collecting samples 4. Sample point numbers and test locations. 5. Initial and 24 hour disinfectant residuals in ppm for each outlet tested. 6. Coliform bacteria test results for each outlet tested 7. Signed certification that water conforms, or fails to conform, to bacterial standards of the Palm Beach County Health Department. C. Palm Beach County Health Department release 1.7 REGULATORY REQUIREMENTS A. Conform to applicable Palm Beach County Health Department rules or regulation for performing the work of this Section. PART 2 - PRODUCTS 2.1 Commercial dry or liquid chlorine for disinfection. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that piping system has been cleaned, inspected, and pressure tested. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02516 -2 Disinfection of Water Distribution Systems 3.2 EXECUTION A. Install, clean and flush the water distribution piping system in accordance with the project construction drawings. Refer to Section 02513 PUBLIC WATER AND RECLAIMED WATER DISTRIBUTION SYSTEM. B. Pressure test the water distribution piping system in accordance with the project requirements. Refer to Section 02513 PUBLIC WATER AND RECLAIMED WATER DISTRIBUTION SYSTEM. C. After successful pressure testing, provide and attach required equipment to perform the work of this Section. D. Inject treatment disinfectant into piping system. E. Maintain disinfectant in system for 24 hours. F. Flush, circulate, and clean until required cleanliness is achieved; use municipal domestic water. G. Verify disinfection and record results on the Disinfection Report as specified in paragraph 1.6 A above. H. After receipt of signed City laboratory test reports, Contractor shall remove the temporary sample points and re- install permanent system devices. 3.3 FIELD QUALITY CONTROL A. The Contractor shall assure the accuracy of the disinfection testing and provide a copy of the Contractor's disinfection report to the Project Manager before the Project Manager will schedule the City's Lab for formal bacteriological testing. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02516 -3 Disinfection of Water Distribution Systems SECTION 02538 SANITARY SEWER SYSTEM PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Products. C. Precast Manholes. D. Sewer Laterals. E. Bedding. F. Installation. G. Inspection and Testing. 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01720 - Project Record Documents C. Section 02060 - Aggregate Materials D. Section 02320 - Trenching and Excavation E. Section 02324 - Backfill F. Section 02740 - Stabilization, Base Course and Asphalt G. Section 03300 - Cast -in -Place Concrete 1.3 REFERENCES A. ASTM C14 - Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe. B. ASTM C76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. C. ASTM C443 - Standard Specifications for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. D. ASTM D3034 - Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -1 Sanitary Sewer System E. ASTM A746 - Standard Specification for Ductile Iron Gravity Sewer Pipe. F. ASTM C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. G. ASTM D1785 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. H. ASTM D2922 - Standard Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth). 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 - MEASUREMENT AND PAYMENT PROCEDURES. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, the existing lines shall be cut - &- capped. The replacement of existing irrigation in the Public ROW as the result of pipeline and /or public manholes and structures installation is NOT a pay item. Replacement of existing ROW irrigation shall be incidental to the Unit Price of the pipeline, public manholes and structures or swale development. B. Unless specifically called out in the Schedule of Bid Items, work under this Section shall be considered incidental to the Work as detailed in the related Sections. 1.5 SUBMITTALS A. Reinforcing steel, manhole locations, inlet locations, elevations, pipe, conduit, and any weir control structures, sizes and elevations of penetrations. B. Submit shop drawings for the following: 1. Precast Manhole (including reinforcing and joint), including Frame and Cover. 2. Precast Junction Box and conflict structure. C. Submit for the various types of pipe and fittings will be specified in the in Part 2 PRODUCTS below. 1.6 PROJECT RECORD DOCUMENTS A. Refer to Section SC01720 PROJECT RECORD DOCUMENTS for additional requirements. 1.7 REGULATORY REQUIREMENTS Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -2 Sanitary Sewer System A. Conform to applicable Palm Beach County Health Department rules for installation of the Work of this section. PART 2 - PRODUCTS 2.1 SEWER PIPE MATERIALS A. Polyvinyl Chloride (PVC) Pipe 1. AWWA C -900 SDR -18 B. Polyvinyl Chloride (PVC) Pipe Fittings 1. AWWA C -900 SDR -18 C. DUCTILE IRON PIPE 1. For Underground Installation: a. In general, thickness class shall be Class 350. Ductile iron pipe shall conform to ANSI A21.51. Pipe shall have a wall thickness designed in compliance with ANSI A21.50, "American National Standard for the Thickness Design of Ductile Iron Pipe ". Earth loads to be taken from the standard tables in the manual based on a minimum 150 psi working pressure, trench condition 2, width d + (2 feet) and depth of cover as shown on the profile drawings. b. Generally, joints for ductile iron pipe shall be push -on or mechanical type designed in accordance with ANSI A21.11 (AWWA C111) or ANSI A21.53 (AWWA C153). Joint lubrication shall be as furnished by the manufacturer. c. At certain locations restrained joints shall be used in accordance with the details on the project construction drawings. (i) Joints shall be special restrained push - on joint with ductile iron bell and spigot restraining rings, one of which can be rotated for alignment. The movement of the loose restraining ring shall be limited by galvanized restraining bar welded around the pipe spigot to limit the axial movement of the loose spigot restraining ring. (ii) Joint shall be Lok -Fast or Lok -Ring as manufactured by American Cast Iron Pipe Company, or TR Flex as manufactured by Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -3 Sanitary Sewer System United States Pipe and Foundry Company, or equal. 2. Fittings for ductile iron pipe shall be manufactured of ductile iron and shall conform to the requirements of ANSI A21.10 (AWWA C110) or ANSI A21.53 (AWWA C153). Fittings shall be compatible with the pipe and designed for 250 psi working pressure. The lining of the fittings shall be as specified for the pipe. Joints for fittings 16- inches in diameter and under shall be mechanical joint, except above ground fittings shown on the drawings, shall be flanged. Joints for fittings 18- inches in diameter and above shall be restrained type in accordance with the schedule shown on the Standard Detail Drawing. Gaskets for the flanged joints shall be "Tourseal, TM" or approved equal. 3. Lining: a. The interior of ductile iron pipe and fittings shall be lined with an amine cured novalic epoxy. The lining shall be resistanct to fatty oils, detergents, sewage generated hydrogen sulfide, and liquids in a pH range of 1 -14. The lining shall be guaranteed against peeling. Lining shall be applied to a thickness of at least 50 mils DFT, tapering at the pipe ends where it shall be brushed on to 10 mil thickness in the last 6 inches. Coating shall be Protecto 401 Ceramic Epoxy, applied and tested in accordance with the manufacturer's recommendations, or approved equal. 4. Exterior Finish: a. For underground installation pipe and fittings shall have the standard bituminous coat on the exterior. 5. Corrosion Protection: a. For protection against corrosive soils in those areas designated by the Project Manager, ductile iron pipe and fittings shall additionally be enclosed in a polyethylene sheet or tube and each length joined with 2- inch wide polyethylene adhesive tape. The sheet or tube shall be made from polyethylene resin meeting the requirements of ASTM D1248 and shall be Type I, Class C, Category 5, Grade J -3 with minimum carbon black content Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -4 Sanitary Sewer System of 2.5% and 8 mils thickness. The sheet or tube shall be in accordance with the provisions of ANSI A21.5 (AWWA C105). Methods shall be such as to minimize danger to the sheet also be used to repair tears or punctures. b. Installation of polyethylene encasement shall be in accordance with ANSI A21.5. D. DIP shall be required in the following circumstances: 1. Anytime a wastewater line passes under any other pipe with less than 18" clearance. (No joint within 10 feet of crossing potable /reclaimed water lines). 2. When a wastewater line passes over any potable /reclaimed water main regardless of separation and over the pipe with less than 18" clearance (No joint within 10 feet of crossing potable /reclaimed water lines). 3. When there is less than four (4) feet from finish surface to the invert of the pipe. Four and one half (4.5) feet to invert shall be the standard design depth. Less depth will not be accepted unless it is unavoidable and has prior approval from the Project Manger. 4. Any time the wastewater line is separated horizontally (wall to wall) from a potable water main by less than ten (10) feet or reclaimed water main by less than three (3) feet. 5. When the wastewater line is placed out of a right - of -way, between buildings, along property lines, or in extensive areas potentially subject to landscaping, or is not under pavement. (PVC pipe will be considered on a case by case basis.) 6. The last run of pipe into a wet well. 7. Inside bore & jack casings (with mechanical joint). 2.2 PRECAST MANHOLES A. MANHOLES 1. Materials a. Concrete: 4,000 psi. b. Reinforcement: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -5 Sanitary Sewer System i. All reinforcement shall be A.S.T.M A615, Grade 60 or 65 ksi welded wire fabric, either smooth or deformed. ii. Except when ACI hooks are specifically required, reinforcement top and slab shall be straight embedment. iii. All steel bars shall have 1 -1/2" minimum cover unless otherwise shown except for precast circular units manufactured under ASTM 0 -76 or ASTM C -478. Horizontal steel in rectangular structures shall be lapped a minimum of 24 bar diameters at corners. c. Flexible Gasket: Ram Neck Seal d. Sanitary Sewer Manhole Coatings: i. Interior Coating: AGRU Sure -Grip or CHEM -REX ThoRoc. ii. Exterior Coating: CARBOLINE (Koppers) Bitumastic 300M Outside Structure: 1St coat red, 2 coat black. Minimum thickness is 12 - 15 mils per coat or per manufacturer's recommendations. e. Manhole Brick: ASTM C32 -73 (3- hole), Grade MA. f. Masonry Mortar: ASTM C270 -82, Type M - Type II Cement. g. Manhole Frame and Cover: Traffic rated, conforming to U.S. Foundry No. 230 -AB -M or 663 -AB -M, or equal. h. Manhole frames and covers shall be the Utility Department Standard as shown on the project construction drawings and of such quality and composition as will make the metal of the casing strong and tough and of even grain. They shall be smooth, free from scale, lumps, blisters and sand holes. No plugging or filling will be allowed. The words "SANITARY SEWER" shall be cast in the cover so as to be plainly visible. Frames and covers shall have a protective coating of black paint. All covers shall have a non - penetrating or concealed type pick hole. 2. Construction Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -6 Sanitary Sewer System a. Manholes shall be constructed of precast reinforced concrete. Reinforcing for the base section and top shall be as shown on the drawings. Reinforcing for the wall sections shall be as specified in ASTM C478 and shall extend into the tongue and groove of the joints. There shall be a #4 continuous rebar hoop around openings. The base shall be monolithic with the first wall section using a water stop between base and first wall section. b. Water stop shall be manhole manufacturer's standard. If the manufacturer does not have a standard, use a 4 -inch wide, #10 gauge steel sheet, welded continuous through the joint. c. Joints shall be tongue and groove suitable for flexible Ram Neck seal gasket. d. Lifting hooks shall be used throughout. Lift holes will not be allowed. e. Components of the manhole shall be free of fractures, cracks, and undue roughness. Concrete shall be free of defects, which indicate improper mixing or placing, and surface defects such as honeycomb or spalling. The Owner reserves the right to inspect manholes at the factory. 2.3 SEWER LATERALS AND CLEANOUTS A. C -900 PVC: Refer to the details on the project construction drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that trench cut is ready to receive Work as required by this Section and excavations, dimensions, and elevations are as indicated on project construction drawings. 3.2 BEDDING A. Excavate pipe trench in accordance with Section 02320 for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. Correct over excavation with fine aggregate. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -7 Sanitary Sewer System B. Place bedding material at trench bottom, level materials in continuous layer not exceeding 6 inches compacted depth, compact to 98 percent modified proctor. C. Backfill around sides and to top of pipe with cover fill, tamp in place and compact to 98 percent modified proctor for One (1) foot above the top of pipe. Once this elevation has been achieved continue backfilling in accordance with Section 02324 BACKFILL. 3.3 INSTALLATION A. Pipe Installation: 1. Gravity wastewater lines shall be laid accurately to both line and grade. The Project Manager will generally not accept any line laid with a slope varying by more than 10% of its design slope especially for lines laid at minimum gradients. For specific instance the minimum acceptable slope of an 8" line shall be 0.40% if the design called for 0.44%. The Project Manager reserves the right to independently verify questionable survey results. Visible leakage deflections, horizontal misalignment, significant bowing, non - constant slopes between manholes and sagging joints shall each be grounds for rejection of lines. Certified verification by televising of line will be required by the Project Manager. 2. The minimum design depth of a PVC gravity wastewater line shall be 4.5 feet to invert. DIP shall be placed for all lengths with less than 4.0 feet to invert in cases where this cannot be met and prior approval is obtained. 3. Trenches and excavations shall be kept dry while work is in progress. The contractor shall be responsible to ensure that all safety requirements are met. Unsuitable excavated material such as boulders, logs, and other deleterious material shall be removed from the site. The pipe barrel shall be uniformly supported along its entire length on undisturbed soil or bedding material. Proper bedding shall be supplied if the existing material includes rock, organic material, or other sharp or unsuitable material. 4. By- passing of sewage during construction shall be minimized. Wherever it is required to connect to Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -8 Sanitary Sewer System existing facilities or test new treatment facilities after flows have been accepted, the work or tests shall be planned and scheduled so as to allow little or no bypassing of sewage. Such plans and schedule shall be submitted to the Engineer for approval by the proper authority before any bypassing takes place. 5. Where connecting to existing lines, it shall be done at such a time in such a manner to cause the least amount of interruption to the customer services and the handling of any "wet sewers" shall be in accordance with the regulations of the Palm Beach County Health Department. B. Manhole Installation: 1. Manholes shall be set according to project construction drawings and shall be precast in accordance with approved shop drawings, specification detail and project construction drawings for this project. The manhole invert shall be carefully shaped to conform to the pipe flow channel. Flow channels within the manholes involving changes of direction or slide slopes shall smoothly direct the flow in accordance with detail drawings. All concrete irregularities shall be plastered with cement mortar in such a manner as to give neat and water -tight job. Manholes shall be core - drilled to provide pipe opening when precast hole is not available. 2. "Ram -nek" or equivalent and, in the case of AGRU Sure -Grip, a cap strip and extrusion welds shall be used at all riser joints. Structures with any leakage will not be accepted. For the inside of the manhole, use CHEM -REX ThoRoc, with the first coat being in color red and the second coat being in color white. C. Service Lateral Installation 1. Service lines shall be connected to the sewer lines by means of a wye fitting with a branch as shown on the standard drawings. The branch of the wye fitting will be elevated as directed depending on the depth of the sewer and the elevation of the property to be served. Eighth bends shall be used to connect the service line at the wye branch. Service lines shall be installed at such grades as will adequately serve the properties. 2. Service lines shall extend from the sewer main to the property line and be plugged, unless otherwise shown. Service lines shall be 6- inches. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -9 Sanitary Sewer System D. Cleanouts 1. Material to be the same as service line. Configuration to be shown on the project construction drawings. Cleanouts in traffic bearing areas, shall be installed in "mini - manholes". 2. Establish elevations and pipe inverts for cleanout wye inline connection. E. All road crossings and pavement cuttings shall be in accordance with the requirements of the City or Palm Beach County (if the project is located in their jurisdiction and within the Department's service area). 3.4 INSPECTION AND TESTING A. VISUAL INSPECTION: 1. Test for Displacement of Sewers: Sewer mains will be checked by Engineer to determine whether any displacement of pipe has occurred, after trench has been backfilled to 2 feet above pipe and tamped as specified. Light will be flashed between manholes, or, if manholes have not as yet been constructed, between locations of manholes, by means of flashlight or by reflecting sunlight with a mirror. If illuminated interior of pipelines show poor alignment, displaced pipe, or any other defects, remedy as determined by the Engineer, defects designated by Engineer at Contractor's expense. 2. Watertight Construction: It is imperative that all sewers and force mains, manholes, and service connections be built practically watertight and that the Contractor adhere rigidly to the specifications for material and workmanship. All of the sewage will be pumped for treatment and special care and attention must be given to securing watertight construction. B. Static Head Pressure Test: 1. Contractor shall test all sewer lines for infiltration /exfiltration using a static -head pressure test. The maximum allowable leakage shall not exceed 200 gallons /inch pipe diameter per mile per 24 -hour period. Once a system or system segment has passed the static head pressure test, the Contractor shall generate a Test Report, signed by the Contractor and Project Manager, for inclusion in the Project Record Documents. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -10 Sanitary Sewer System C. Final Inspection: 1. Inspection: Contractor shall clean and perform a T. V. inspection with video tape recording and log of the sewer line. All repairs shown necessary by the T. V. video are to be made, all deposits removed and the sewers left true to line and grade, clean and ready for use. 2. All inspection costs shall be paid for by the Contractor. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02538 -11 Sanitary Sewer System SECTION 02630 STORM DRAINAGE ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02630) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 400 - Concrete Structures • Section 425 - Inlets, Manholes, and Junction Boxes • Section 430 - Pipe Culverts and Storm Sewers • Section 435 - Structural Plate Pipe and Pipe Arch Culverts • Section 440 - Underdrains • Section 901 - Course Aggregate In the event that this technical specification (02630) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. Unit Price - Measurement and Payment B. Products C. Exfiltration Trench D. Installation E. Inspection and Testing 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section SC01700 - Contract Closeout Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -1 Storm Drainage E. Section 02060 - Aggregate Materials F. Section 02300 - Earthwork G. Section 02082 - Public Manholes and Structures H. Section 02320 - Trenching and Excavation I. Section 02322 - Dewatering and Drainage J. Section 02324 - Backfill K. Section 02371 - Riprap and Rock Lining L. Section 02740 - Subgrade, Base Course and Asphalt M. Section 03300 - Cast -in -Place Concrete 1.3 REFERENCES A. Florida DOT Standard Specifications for Road and Bridge Construction cited at the beginning of this section. B. AASHTO MP6, ASTM D2412, and /or AASHTO M294 Type S, or M252 Polyethylene piping C. AASHTO M196 - Standard Specification for Corrugated Aluminum Alloy Culverts and Underdrains D. ASTM A444/A444M Steel Sheet, Zinc Coated (Galvanized) by the Hot Dip Process for Storm Sewer and Drainage Pipe E. ASTM C14 - Standard Specifications for Concrete Sewer, storm Drain, and Culvert Pipe F. ASTM C76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe G. ASTM C443 - Standard Specifications for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, any existing irrigation lines shall be marked on the Contractors drawings prior to or at the time of temporary cutting - &- capping. The replacement of existing irrigation in the Public Right -Of -Way as Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -2 Storm Drainage the result of pipeline installation or swale development is NOT a pay item. Replacement of existing ROW irrigation (to match existing quality, quantity and size) shall be incidental to the Unit Price of the pipeline or swale development. 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. Inlets / Structures - Refer to Section 02082 PUBLIC MANHOLES AND STRUCTURES. B. Submit per Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES shop and manufacturer's drawings and catalog cut sheets for the various pipe, fittings and gaskets as well as FDOT No. 4 and FDOT No. 57 stone and geotextile as identified in Part 2 PRODUCTS below. 1.6 SUBMITTALS FOR PROJECT CLOSEOUT A. Refer to Section SC01700 CONTRACT CLOSEOUT and SC01720 PROJECT RECORD DOCUMENTS for additional requirements. PART 2 - PRODUCTS 2.1 All materials are to be MADE IN THE UNITED STATES OF AMERICA. Allowable exceptions are ductile iron fittings supplied by American Cast Iron Pipe Company from Brazil, Sigma Corporation from China, and Star Pipe Products from the United States and China; and Electronic Marking System (EMS) full -range markers by 3M from Mexico. 2.2 INLETS, JUNCTION BOXES, MANHOLES and CONFLICT STRUCTURES A. Refer to Section 02082 PUBLIC MANHOLES AND STRUCTURES. 2.3 Reinforced Concrete Pipe (RCP): The pipe shall conform with the requirements of Table III of ASTM C- 76 -82b, and to the FDOT Specifications, 2010, Section 430. Bell and spigot with round rubber gasket shall be required. Fittings for RCP shall be of the same strength as the adjoining pipe; tongue- and - groove gasketed joints shall comply with ASTM C- 443. 2.4 Corrugated Metal Pipe (CMP): The pipe shall conform to the requirements of AASHTO M -196 with bituminous coating, and with the FDOT Specifications, 2010, Section 943. If aluminum pipe is used (ALCMP), the pipe shall conform with the requirements of AASHTO M -196 and to the FDOT Specifications, 2010, Section 945. Installation of Corrugated Metal Pipe: All joints on storm sewer pipe shall be made up with either 1/2" neoprene or 1/4" strip sealant gasketed material. All bands shall have the same corrugated design as the pipe. Width of the bands Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -3 Storm Drainage shall be as follows: 12" up to 48" diameter pipe, 24" over 48" diameter pipe. 2.5 High Density Polyethylene Pipe (HDPE): Provide high- density polyethylene smooth interior pipe with annular exterior corrugation. Provide pipe fittings and accessories of same material and weight /class as pipes, with joining method as indicated. For systems identified as "water tight ", special pipe -to- structure water -stop gaskets are required and must be included in the applicable shop drawing package. All materials shall comply with AASHTO MP -6, ASTM D 2412, and /or AASHTO M 294, Type S, or M 252. All pipe and fittings shall be as manufactured by Advance Drainage Systems, Inc., "HI -Q" as manufactured by Hancor, Inc., or as approved by the Project Manager. 2.6 EXFILTRATION TRENCH A. The exfiltration trench (or drainfield) may use either slotted concrete pipe, perforated metal pipe or perforated PVC or HDPE pipe as the distribution conduit within the trench. All perforations / slots shall be in conformance with the applicable FDOT index. Perforated / slotted pipe shall terminate five (5) feet from the inlet / structure with the final five (5) feet of pipe being solid. B. Trench rock shall be FDOT No. 4 stone washed. The trench shall be lined on all sides with a plastic filter fabric (Geotextile) and shall comply with FDOT Specifications. 1. FDOT No. 4 Stone (naturally occurring material) i) FDOT No. 4 Stone, specified for exfiltration systems shall be purchased as a "washed" stone. Additionally, after being received on site, the material shall be thoroughly washed again to remove all fines adhering to the gravels such that the product has not more than 1% by weight passing the US Standard No. 4 Sieve, and not more than 0.1% passing the US Standard No. 40 Sieve. The site stockpiles shall be monitored and tested to assure that the amount of fines is maintained at or below this threshold. 2. FDOT 57 Stone (naturally occurring material) 2.7 OUTFALLS A. Construct cast -in -place or precast concrete as indicated on the project construction drawings, with Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -4 Storm Drainage reinforced headwall or mitered end section, apron, and tapered sides. Provide rip -rap as indicated to prevent washout from outfall discharge. 2.8 BEDDING AND COVER MATERIALS A. Refer to Section 02324 BACKFILL 2.9 MISCELLANIOUS A. The installation of the pipe segments and /or structures, where moderate to significant root intrusion could be a factor, the Contractor shall furnish and install Bio- Barrier (or approved equal) as a root barrier as directed by the Project Manager and Engineer. Furnishing and installing the BioBarrier is considered to be incidental to the cost. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that trench cut is ready to receive Work as required by this Section and excavations, dimensions, and elevations are as indicated on project construction drawings. Refer to Section 02320 TRENCHING AND EXCAVATION for trench widths. 3.2 INSTALLATION A. Pipelines: 1. Gravity stormwater lines shall be laid accurately to both line and grade. The Project Manager will generally not accept any line laid with a slope varying by more than 15% of its design slope, especially for lines laid at minimum gradients where scouring velocity cannot be achieved. The Project Manager reserves the right to independently verify questionable as -built survey results. Visible leakage (unless designed for a percolation system), deflections, horizontal misalignment, vertical joint sagging shall be grounds for rejection of the storm lines. 2. As soon as the excavation is complete to normal grade of the bottom of the trench, granular material bedding shall be placed and graded to provide continuous support for the pipe. The pipe shall be laid accurately to the lines and grades indicated on the Drawings. Blocking under the pipe will not be permitted. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -5 Storm Drainage 3. Pipe joints shall be wrapped with an overlapping layer of geotextile material. 4. Initial backfill shall be placed evenly on each side of the pipe in 6 -in lifts and hand tools shall be used where needed to give firm continuous support for the pipe. For pipe diameters that are designated as 24 -inch and greater, the initial backfill shall be placed in two (2) lifts to the spring -line of the pipe, each lift thoroughly compacted and density tested. The next section to be backfilled shall be to the top of the pipe, in two (2) lifts, thoroughly compacted and each lift density tested. 5. The final backfill to 3 feet above the pipe shall be placed in 1 -ft layers and carefully compacted. The compaction shall be done evenly on each side of the pipe and motorized compaction equipment shall not be operated directly over the pipe until sufficient backfill has been placed to ensure that such compaction equipment will not have a damaging effect on the pipe. 6. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the backfill. Trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below top of the pipe. If trench boxes, moveable sheeting, shoring or plates have been installed below the top of the pipe, they shall be moved slowly taking care not to disturb pipe, bedding or backfill. As trench boxes, moveable sheeting, shoring or plates are moved, pipe backfill shall be placed to fill any voids created and the backfill shall be re- compacted and density tested to provide and confirm uniform side support for the pipe. 7. The minimum design depth and the minimum cover of a stormwater line shall be as shown on the project construction drawings. Project Manager prior approval shall be obtained if either of these minimums cannot be met. 8. Trenches and excavations shall be kept dry while work is in progress. The Contractor shall be responsible to ensure that all safety requirements are met. Unsuitable material such as boulders and logs shall be removed from the site. The pipe Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -6 Storm Drainage barrel shall be uniformly supported along its entire length on undisturbed soil or bedding material. Proper bedding shall be supplied if the existing material includes rock, organic material or other sharp or unsuitable material. 9. The backfill, compaction and density information provided above is a general narrative of the process, refer to Section 02324 BACKFILL for specific backfill, compaction and density testing procedures and requirements. B. INLET / STRUCTURE INSTALLATION (STORMWATER) 1. Structures shall be set to the pipe grade firm and plumb in the location(s) shown on the project construction drawings. Excavations for inlets and other stormwater structures shall be over - excavated and plastic filter fabric (Geotextile), of a sufficient size to envelope the rock support bed shall be placed in the bottom of the excavation, then place a 12 inch thick (or as specified on the project construction drawings) FDOT No. 4 or FDOT No. 57 stone support bed, wrap and overlap the geotextile and then install the structure. Joints shall be cleaned, primed and the required gasket or sealant applied as recommended by the manufacturer. Voids remaining in the joint shall be caulked with anhydrous cement grout on both the inside and outside to make a smooth watertight joint seal. 2. Structures shall be located along the center line of the swale and parallel to the edge of roadway and /or sidewalk. In the event of a design "bust ", final grate elevation shall be 0.10 of a foot lower that the adjacent final grade of the roadway or sidewalk, whichever is lower. 3. Backfill, compaction and density testing shall be in accordance with Section 02324 BACKFILL. C. INSTALLATION OF CONDUIT INTO INLET / STRUCTURE 1. The diameter for the pipe opening shall be 6 inches larger than the outside diameter of the pipe. The pipe shall penetrate the interior wall of the structure a minimum of 2- inches and shall be centered in the opening. After pipe is set, the annular space around the outside of the pipe and the wall of the structure shall be filled with a minimum of one (1) course of 3 -hole brick and cement mortar or approved grout mix. Drainage systems designated as water tight shall have Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -7 Storm Drainage approved gaskets and /or water -stop fittings at all pipe -to- structure joints. 2. If inlet / structure contains a weir or other water elevation control structure, the weir wall shall incorporate the bleed down orifice with the opening bottom set at the normal control elevation. The top of the weir wall shall be set at the design. D. FRAMES AND COVERS 1. The manhole, inlet and structure frames and covers shall be set firmly in place with 3 -hole brick and cement mortar so that the top of cover will be flush with the finished grade in paved areas (following the cross slope / slope of roadways and /or driveways) and 1" above the finished grade in unpaved areas, unless shown otherwise on the project construction drawings. E. Swales shall be developed and /or improved as shown on the project construction drawings. 3.3 INSPECTION AND PIPE TESTING A. Testing of all HDPE pipe shall be as follows: 1. Allowable Deflection Test a. Pipe deflection measured not less than 45 days after the backfill has been completed as specified shall not exceed 5 percent of the pipe's base inside diameter as defined in AASHTO M -294 and as required by FDOT Section 430. b. Deflection for pipe diameters 36 inches and less shall be measured with a rigid mandrel (Go /No -Go) device cylindrical in shape and constructed with evenly spaced arms or prongs. The dimensions of the mandrel will be field verified by the Engineer. The mandrel shall be hand - pulled through all pipelines. Mandrels used for large diameter pipe need to be modified to be installed within the dimensions of the manhole and manhole openings. c. Any section of pipe not passing the mandrel shall be uncovered at no additional cost to the Owner and the bedding and backfill replaced to prevent excessive deflection. Repaired pipe shall be retested. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -8 Storm Drainage B. VISUAL INSPECTION: 1. Upon completion of the installations, the system shall be flushed thoroughly to remove dirt and other foreign matter. 2. Storm drainage conduits shall be internally inspected by any combination of the following methods, i.e., confined space entry and physical measurements taken or lamping. The Contractor shall be responsible for providing all necessary actions and equipment for confined space entry. If the internal inspection shows poor pipe alignment, deflected, deformed, leaking or displaced pipe, or any other defects, the Contractor at their expense shall correct these defects. 3. At the Project Manager's discretion, portions of or the entire system may be televised by the Utilities Department. If the televised pipelines show poor alignment, deflected, deformed or displaced pipe or any other defects, the Contractor at their expense shall correct these defects. 4. Upon completion of the storm water improvements and corresponding roadway, under the observation of the Project Manager, the Contractor shall utilize either their water truck or City fire hydrants (with Contractor's temporary water meter installed) to thoroughly flood the roadway to verify drainage flow lines. Correction of incorrect flow lines (not corresponding to the grades and lines shown on the construction plans) and any birdbaths is the responsibility of the Contractor (at their expense). END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02630 -9 Storm Dranage SECTION 02660 PROJECT MATERIAL SPECIFICATIONS PART 1 - GENERAL 1.1 PERFORMANCE A. Section generally defines Contractors responsibilities unless otherwise indicated, for the following: 1. Pipe 2. Fittings 3. Valves 4. Service connections 5. Ancillary materials 1.2 RELATED SECTIONS A. SC01340 - Shop Drawings, Work Drawings, and Samples B. 02060 - Aggregate Materials C. 02082 - Public Manholes and Structures D. 02513 - Public Water Distribution Systems E. 02630 - Storm Drainage F. 02740 - Subgrade, Base Course and Asphalt G. 02960 - Restoration of Surface Improvements H. 02668 - Valves and Appurtenances 1.3 REFERENCES A. ANSI /AWWA C104/A21.4 (Latest Revision) - Cement mortar lining for ductile iron pipe and fittings for water. B. ANSI /AWWA C110/A21.10 (Latest Revision) - Ductile iron and grey iron fittings 3 inch through 48 inch for water and other liquids. C. ANSI /AWWA C111/A21.11 (Latest Revision) - Rubber gasket joints for ductile iron and grey iron pressure pipe and fittings. D. ANSI /AWWA C600 (Latest Revision) - Installation of ductile iron water mains and appurtenances. E. ANSI /AWWA C153/A21.53 (Latest Revision) - Ductile Iron Compact Fittings for Water Service. 1.4 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02660 -1 Project Material Specifications A. Contractor shall submit shop and manufacturer's drawings, catalog cut sheets and material data for all system components in accordance with SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES and the applicable discipline specification(s). PART 2 - PRODUCTS 2.1 All materials are to be MADE IN THE UNITED STATES OF AMERICA. Allowable exceptions are ductile iron fittings supplied by American Cast Iron Pipe Company from Brazil, Sigma Corporation from China, and Star Pipe Products from the United States and China; and Electronic Marking System(EMS) full -range markers by 3M from Mexico. 2.2 Main Line and Accessories Product Size Comments Manufacturer Model # Push on and All US Pressure Class mechanical 6" - 20" 350 domestic N/A joint DIP suppliers 6" - 12" AWWA C- 900/905, Diamond Push on PVC 14" - SDR 18,150 psi National N/A 24" for water J -M Resilient Kennedy 4571 Series Wedge Gate 6" - 12" MJ, open left Clow F1600 Valve (SS Hardware) Series American 2500 Series Tapping Ford Fast Series Sleeve 4 "- 16" N/A JCM 432 Series Stainless Steel Romac SS1 Series American 2500 Darling Resilient wedge Mueller H -687 Tapping Valve 6 "- 16" MJ Series Kennedy 4950 Series Clow F -5093 Series Mueller Centurion A -423 Fire Hydrants N/A N/A Clow Medallion American Darling B -84 -B Cast Iron N/A 5 ;11 shaft Tyler / 6850 Series Valve Box screw -type Union Ductile Iron Mechanical MJ class 153 Joint 4" - 16" compact Tyler /Union 0153 Fittings (Domestic only) Ductile Iron 4" - 16" FLG /250 PSI Tyler /Union DI 125 Flanged Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02660 -2 Project Material Specifications Fittings 1100 Mega Lugs 4" - 16" N/A EBBA IRON Series -DIP 2000 Series -PVC Product Size Comments Manufacturer Model # Self U.S. Pipe "Field -Lok" Restraining 4" - 16" In approved Gasket for areas only American "Fast Grip" Push on DIP Hymax 3" - 10" Repair Coupling Hymax 262 Series Coupling Permanent Sampling All Aluminum Housing Eclipse # 88 Station EMS Markers All Full Range 3 -M 1400 -xrID series 2.3 Potable Water Service Line and Accessories Product Size Comments Manufacturer Model # DBL Strap SS Ford FC 202 Saddles All Epoxy Coated Smith Blair 317 Saddle FB10004 for 1" Corp Stop All CC x CTS Comp Ford FB10006 for Ball Corp Stop 1 " FB1000 for 2" 1" Poly Tubing 1 CTS size 3408 Driscopipe N/A 2" SDR 9 Vanguard Copper Tube N/A Mueller K Soft 1" Ford 52 Inserts 1 -" N/A Ford 54 2" Ford 55 Pack Joint - 1 l - "x N/A Ford Y44 -264 Y- Branch 1 "xl" Curb Stop 1" Comp by Yoke Ford B94 -344W Yoke 1" N/A Ford Y504 Expansion 1" N/A Ford EC -4 connection C92 -44 (for Yoke outlet flared (Tail piece) 1" N/A Ford copper) and C94 -44 (for PVC) Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02660 -3 Project Material Specifications 2.4 Miscellaneous Product Comments Road Rock FDOT certified quarry FDOT No. 4 Naturally occurring stone FDOT No. 57 Naturally occurring stone Tack /Prime Asphalt FDOT Type S -III Concrete FDOT 3000psi mix PART 3 - EXECUTION Not used. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02660 -4 Project Material Specifications SECTION 02668 VALVES AND APPURTENANCES PART 1 - GENERAL 1.1 PERFORMANCE A. Section generally defines Contractors responsibilities unless otherwise indicated, for the following: 1. Gate Valves 2. Butterfly Valves 3. Air Release Valves 4. Valve Boxes 1.2 RELATED SECTIONS A. All of Division 1. B. Section 02320 - Trenching and Excavation. C. Section 02324 - Backfill. D. Section 02513 - Public Water & Reclaimed Water Distribution Systems 1.3 REFERENCES A. ANSI /AWWA C104/A21.4 (Latest Revision) - Cement mortar lining for ductile iron pipe and fittings for water and reclaimed water. B. ANSI /AWWA C110 /A21.10 (Latest Revision) - Ductile iron and grey iron fittings 3 inch through 48 inch for water and other liquids. C. ANSI /AWWA C111/A21.11 (Latest Revision) - Rubber gasket joints for ductile iron and grey iron pressure pipe and fittings. D. ANSI /AWWA C600 (Latest Revision) - Installation of ductile iron water mains and appurtenances. E. ANSI /AWWA C153/A21.53 (Latest Revision) - Ductile Iron Compact Fittings for Water and Reclaimed Services. PART 2 - PRODUCTS 2.1 MATERIALS A. Gate Valves: 1. Gate valves, unless otherwise specified or Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02668 -1 Valves and Appurtenances approved, shall be ductile iron body, resilient seat gate valves with mechanical joints conforming to the AWWA standard specifications for gate valves for ordinary water works service, designation C509, in so far as applicable. 2. Gate valves shall be as manufactured by Mueller, American or approved equal as provided in Section 02660 Material Specifications. 3. Buried gate valves shall be non - rising stem type with 2 inch square cast iron wrench nuts. 4. Face to face dimension shall conform to ANSI standard face to face and end to end dimensions of ferrous valves, (ANSI B16.10) for 125 -pound cast - iron valves. 5. Hand wheels or chain wheels shall be turned counter clockwise to open the valves. Hand wheels shall be of ample size and shall have an arrow and the word "open" cast thereon to indicate the direction of opening. 6. Stuffing box follower bolts shall be of brass and the nuts shall be of bronze. 7. Where required, gate valves shall be provided with a box cast in a slab and a box cover. 8. Box cover opening shall be for valve stem and nut. Valve wrenches and extension stems shall be provided by the manufacturer to actuate the valves. B. Air Release Valves: 1. The air release valves shall be installed as shown on the drawings and shall be the automatic type. 2. Air release valves shall have a cast iron body, cover and baffle, stainless steel float, bronze water diffuser Buna -N or Viton seat and stainless steel trim. 3. Air release valves shall be provided with a vacuum check to prevent air from re- entering the line. 4. Air release valve fittings shall be threaded. 5. Air release valves shall be per Handbook Exhibit 6. Air release valve manholes shall be precast concrete and shall conform to ASTM C478 and ASTM Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02668 -2 Valves and Appurtenances C -76, latest revision, Class II, Wall B, Type II Portland Cement, 4,000 psi. Steel reinforcing shall conform to ASTM A 185. Walls shall be 8" minimum. Manholes shall have a minimum 7 day cure time prior to delivery. Any visible reinforcing or honeycombing shall be cause for rejection. The base slab and first ring of the manhole shall be cast monolithically. The minimum diameter of the MH shall be 48" with a 22 -k" frame and cover. The interior of the MH shall be coated with the high solids epoxy compound REZCLAD 125S in strict accordance with the manufacturer's instructions. The exterior of the MH shall be coated with two coats of an approved coal tar epoxy (Koppers 300 -M or approved equal). The frame shall have a 30" opening. The cover shall be two piece and shall have the words "POTABLE WATER ARV ", "RECLAIMED WATER ARV" or "FORCE MAIN ARV" (as appropriate) cast into it. Cover and frame shall be US Foundry & Mfg. Corp. Model # 690 -AG -M or approved equal. C. Valve Boxes: 1. All buried valves shall have cast iron two piece valve boxes with cast iron covers. 2. Valve boxes shall be provided with suitable heavy bonnets and will extend to an elevation at or slightly above the finished grade surface as directed by the Engineer. 3. The barrel shall be one or two piece, screw type, having a 5 -1/4 inch shaft diameter. 4. Covers shall have "Water ", "Reuse" or "Sewer" cast into the top and shall be painted the corresponding color (blue, pantone purple or green) for the pipe commodity that they are for. 5. All valves shall have actuating nuts extended to within six inches of the top of valve box cover. PART 3 - EXECUTION NOT USED END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02668 -3 Valves and Appurtenances SECTION 02730 MILLING OF EXISTING ASPHALT PAVEMENT ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (02730) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 327 - Milling of Existing Asphalt Pavement In the event that this technical specification (02730) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SCOPE A. The work specified in this Section consists of removing existing asphaltic concrete pavement by milling to improve the rideability of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing, or to completely remove existing pavement. B. When milling to improve rideability, an average depth of cut will be specified in the plans. C. Unless otherwise specified, the milled material becomes the property of the Contractor. 1.2 REFERENCES A. Florida Department of Transportation - Standard Specifications for Road and Bridge Construction (2010 Edition. PART 2 - EQUIPMENT 2.1 MILLING MACHINE A. The milling machine shall be capable of maintaining a depth of cut and cross slope that will achieve the results specified in the plans and specifications. The overall length of the machine (out to out measurement Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02730 -1 Milling of Existing Asphalt Pavement excluding the conveyor) shall be a minimum of 18 feet. The minimum cutting width shall be six feet. B. The milling machine shall be equipped with a built -in automatic grade control system that can control the transverse slope and the longitudinal profile to produce the specified results. C. Any commercially manufactured milling machine meeting the above requirements will be approved to start the project. If it becomes evident after milling has started that the milling machine cannot consistently produce the specified results, the milling machine will be rejected for further use. D. When milling to lower the grade adjacent to existing curb or other areas where it impractical to use the above described equipment, the use of a smaller milling machine will be permitted. E. The milling machine shall be equipped with means to effectively limit the amount of dust escaping the removal operation. For complete pavement removal, the use of alternate removal and crushing equipment, in lieu of the equipment specified above, may be approved by the Engineer. PART 3 - EXECUTION 3.1 CONSTRUCTION A. When milling to improve rideability, the existing pavement shall be removed to the average depth specified in the plans, in a manner that will restore the pavement surface to a uniform cross section and longitudinal profile. The Project Engineer may require the use of a stringline to ensure maintaining the proper alignment. B. The contractor may elect to make multiple cuts to achieve the required pavement configuration or depth of cut. The milling machine shall be operated to effectively minimize the amount of dust being emitted from the machine. Pre - wetting of the pavement may be required. C. If traffic is to be maintained on the milled surface prior to the placement of the new asphaltic concrete, the pattern of striations shall be such as to produce an acceptable riding surface. D. Prior to opening an area which has been milled to traffic, the pavement shall be thoroughly swept with a power broom or other approved equipment to remove to Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02730 -2 Milling of Existing Asphalt Pavement the greatest extent practicable, fine material which will dust under traffic. This operation shall be conducted in a manner so as to minimize the potential for creation of a traffic hazard and to minimize air pollution. E. Sweeping of the milled surface with a power broom will be required prior to placing asphaltic concrete. F. In urban and other sensitive areas where dust would cause a serious problem, the Contractor shall use a street sweeper (using water) or other equipment capable of removing and controlling dust. Approval of the use of such equipment is contingent upon its demonstrated ability to do the work. G. To prevent, to the greatest extent practicable, the infiltration of milled material into the storm sewer system when the milling operation is within the limits of and adjacent to a municipal curb and gutter or a closed drainage system, the sweeping operation shall be performed immediately after the milling operations or as directly by the Engineer. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02730 -3 Milling of Existing Asphalt Pavement SECTION 02740 SUBGRADE, BASE COURSE AND ASPHALT ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2000 or 2010 (where applicable) as reference documents. It is the intent of the Utilities Department that this technical specification (02740) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 121 - Flowable Fill • Section 160 - Stabilizing • Section 165 - Lime - Treated Subgrade • Section 200 - Limerock Base • Section 210 - Reworking Limerock Base • Section 230 - Limerock Stabilize Base • Section 250 - Shell Base • Section 260 - Shell Stabilized Base • Section 913 - Shell Material • Section 913A - Shell -Rock Material • Section 914 - Stabilization Materials • Section 285 - Optional Base Course • Section 330 - Hot Bituminous Mixtures - General Construction Requirements • Section 331 - Type S Asphaltic Concrete • Section 332 - Type II Asphaltic Concrete • Section 333 - Type III Asphaltic Concrete • Section 334 - Superpave Asphalt Concrete • Section 335 - Sand - Asphalt Hot Mix • Section 337 - Asphaltic Concrete Friction Courses • Section 339 - Miscellaneous Asphalt Pavement • Section 706 - Raised Retro- Reflective Pavement Markers and Bituminous Adhesive • Section 709 - Traffic Stripes and Markings - Two Reactive Components • Section 710 - Painting Traffic Stripes • Section 711 - Thermoplastic Traffic Stripes and Markings In the event that this technical specification (02740) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, or with specific requirements by the County or FDOT, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -1 Subgrade, Base Course and Asphalt PART 1 GENERAL 1.1 SECTION INCLUDES A. Unit Price - Measurement and Payment B. Submittals C. Products D. Execution including examination, excavation, subgrades and base course E. Overlay Operations F. Striping, Reflective Pavement Markers (RPMs) and Roadway Signage G. Field Quality Control 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section SC01410 - Testing Laboratory Services E. Section SC01700 - Contract Closeout F. Section 02060 - Aggregate Materials G. Section 02322 - Dewatering and Drainage 1.3 REFERENCES A. The references to "Standard Specifications" shall mean the Florida Department of Transportation Standard Specifications cited above except for those paragraphs referring to Measurement and Payment. B. AASHTO M216 - Standard Specification for Lime for Soil Stabilization C. AI MS -2 - Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types D. ASTM D946 - Standard Specification for Penetration - Graded Asphalt Cement for Use in Pavement Construction Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -2 Subgrade, Base Course and Asphalt E. ASTM C977 - Standard Specification for Quicklime and Hydrated Lime for Soil Stabilization F. TAI - (The Asphalt Institute) - MS -8 Asphalt Paving Manual G. NLA (National Lime Association) Bulletin 326 - Lime Stabilization Construction Manual 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. The job mix formula including the prime and tack coat, materials (including RPMs), and construction methods shall be submitted to the Engineer for approval before paving begins. Refer to Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES for additional requirements. B. Rock Record Drawings 1.6 QUALITY ASSURANCE A. The Contractor will employ a testing laboratory to evaluate the materials delivered to and placed at the site. B. Certificates of material compliance, signed by material supplier and Contractor, may be submitted in lieu of material testing when acceptable to the Engineer and Project Manager. 1.7 PROJECT CONDITIONS A. Grade Control: Establish and maintain required lines and elevations. PART 2 - PRODUCTS 2.1 MATERIALS A. Lime: 1. Lime used as a stabilizing material: ASTM C207 Type N. B. Limerock Base: 1. Limerock as stabilizing material or base coarse shall be to a compacted depth of at least 8 inches and shall consist of fossiliferous limestone of uniform quality, and shall not contain hard or Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -3 Subgrade, Base Course and Asphalt flinty pieces that will prevent attainment of a smooth pavement surface free from pits and pockets. At the Contractor's option, either Ocala limerock or Miami Oolite limerock may be used, but only one type may be used on this Project. 2. Limerock shall be composed of not less that 70% of carbonates of calcium and magnesium, and not more than 3% of water - sensitive clay mineral. C. Shell Base: 1. Shell as a stabilizing material or base course shall be to a compacted depth of at least 8 inches and shall be of mollusk family (i.e. oysters, mussels, clams, or cemented coquina). Steamed shell will not be permitted. 2. At least 50% (by weight) of the total material shall be retained on a No. 4 sieve. Not more than 7.5 % (by weight) of the total material passing the No. 200 sieve shall be removed by washing and the remainder shall consist of shell particles, chert and sand. D. Prime /Tack Coat: The bituminous material to be used for prime /tack coats shall be either Cut -back Asphalt, Grade RC -70 or RC -250, or emulsified asphalt grades as specified in Section 300 -2.1 of the "Standard Specifications" and approved by the Engineer. Materials shall conform to "Standard Specifications ", Section 916 and the AASHTO requirements specified therein. E. Asphaltic Concrete Surface Course: 1. Asphaltic concrete surface course Superpave, Type S, S -I, S -II and S -III shall be composed of a mixture of aggregate, mineral filler and asphalt cement. Other types will be considered if not specified on the construction plans. Type should match adjacent existing pavement type if the Project requires restoration and not total resurfacing. 2. The job mix formula, size and percent of aggregates shall be as specified in the "Standard Specifications ". PART 3 - EXECUTION 3.1 EXAMINATION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -4 Subgrade, Base Course and Asphalt A. Contractor must examine the site conditions and assure themselves that all proceeding construction activities are complete and the area is ready, as applicable, for stabilizing, application of base course and /or asphalt. B. Paver must examine the areas and conditions under which paving is to be installed. Notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Paver. 3.2 EXCAVATION A. Excavation shall be as required for the subgrade and cross section as shown on the project construction drawings. All suitable materials removed from the excavation shall be used as far as practicable in the formation of embankments, subgrades, and shoulders, and in such other places as directed by the Engineer. No excavated material shall be wasted without permission and where necessary to waste such material, it shall be disposed of in the locations directed by the Engineer. Muck and other unsuitable material shall be removed and replaced with suitable material. All material used shall be free of stumps, roots, brush, sod, rubbish, rocks or other unsuitable material. 3.3 SUBGRADES A. Subgrade construction shall consist of bringing the bottom of excavations and top of embankments of the roadway, between the outer limits of the paving or base course, to a surface conforming to the grades, lines and cross sections shown on the drawings, of uniform density, ready to receive the base course. The entire subgrade in both cuts and fills shall be thoroughly plowed and mixed to a depth of at least 12 inches below grade. B. The limits of the roadbed included in the designation of subgrade shall be as shown in the profile shown on the project construction drawings. The lines and grades shall be established by the Contractor as shown on the drawings and shall be maintained by means of grade stakes placed in lines parallel to the centerline of the area to be paved and spaces so that string lines may be stretched between the stakes. C. At least 6 inches (loose measurement) of a suitable commercial stabilizing material shall be mixed into the subgrade for stabilization in accordance with the "Standard Specifications ", Section 160 and 230. The Florida Bearing Value (FBV) shall be 75 pounds. Density tests will be paid for by Contractor except for Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -5 Subgrade, Base Course and Asphalt additional tests requested by the Project Manager and /or Engineer. D. After the subgrade has been prepared, it shall be kept free from ruts, depressions and any damage resulting from the hauling or handling of tools and equipment. 3.4 BASE COURSE A. Limerock or Shell: 1. Base material shall be dumped on the end of the preceding spread without dumping or hauling directly on the sub - grade. Equipment for spreading and grading shall be as specified in Section 200 and 250 of the "Standard Specifications ". After the spreading is completed, the entire surface shall be scarified and then shaped to produce the required grade and cross section after compaction. Water shall be added as required to obtain the specified density. B. If, at any time, the subgrade material should become mixed with the base course material, the Contractor shall, without additional compensation, dig out and remove the mixture, reshape and compact the subgrade, and replace the materials removed with clean base material which shall be shaped and compacted as specified above. C. The completed base course shall be thoroughly cured before the prime coat or wearing surface is laid. The prime coat shall be applied only when the moisture content of the base does not exceed 90% of the optimum moisture for the base material. The Contractor shall maintain the base course to a true and satisfactory surface until the first lift of asphalt is laid. D. After completion of compaction, the surface of the base course shall be checked with a template cut to the required crown, and the thickness shall be checked by borings. Any surface irregularities in excess of 1/4 inch or any deficient thickness shall be corrected by scarifying and adding material after which the entire area shall be re- compacted and examined. E. With the approval of the Project Manager and Engineer, Flowable Fill may be used to establish the base course. No additional payment will be made for the use of Flowable Fill, however compaction will not be required. 3.5 SURFACE PREPARATION A. Overlay Operations Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -6 Subgrade, Base Course and Asphalt 1. Mill all keyways and areas as shown on the project construction drawings. 2. Remove all loose material from existing asphalt surface immediately before applying prime coat. 3. Tack Coat: Apply at the rate of 0.02 to 0.08 gallon per sq. yd., over existing asphalt surface. Application of tack coat shall be immediately before overlay operations. B. Roadway Construction 1. Proof roll prepared base course surface to check for unstable areas and areas requiring additional compaction. 2. Remove all loose material from compacted base surface immediately before applying prime coat. 3. Prime Coat: Apply at the rate of 0.35 to 0.40 gallon per sq. yd., over compacted base course. Apply material to penetrate and seal, but not flood, surface. Apply a light uniform cover of sand and allow to cure. Unless approved by the Project Manager, application of prime coat shall be within 48 hours of the asphalting operations. 3.6 PLACING ASPHALT A. General 1. Lay all asphalt, including leveling course, other than adjacent to curb and gutter or other true edges, by the string line method to obtain an accurate, uniform alignment of the pavement edge. For overlay operations only, an alternative to the initial string line method would be to apply the asphalt overlay, survey and mark the roadway centerline, measure lane width on each side of centerline then string line and saw -cut the edge to match the existing in order to obtain an accurate, uniform alignment of the pavement edge. In no case shall the asphalt overlay material "overhang" the edge of the existing roadway. 2. Place asphalt mixture on clean prepared surface, spread and strike -off. Place inaccessible and small areas by hand. Place each course to required grade, cross - section and compacted thickness. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -7 Subgrade, Base Course and Asphalt 3. Follow "Standard Specification" Section 330 for general construction of the surface course as applicable to this project. B. Joints: 1. Make joints between old and new pavements, or between successive days work, to ensure continuous bond between adjoining work. 2. Construct joints to have same texture, density and smoothness as other sections of asphalt concrete course. Clean contact surfaces and apply tack coat. C. Protection: 1. Immediately after placement, protect pavement from mechanical injury for sufficient time necessary or until surface temperature is less than 140 ° F. 2. Erect barricades to protect paving from traffic until mixture has cooled and attained its maximum degree of hardness. 3.7 STRIPING (TEMPORARY AND PERMANENT) RAISED PAVEMENT MARKINGS AND SIGNAGE A. Once the asphalt has been placed and has achieved its maximum degree of hardness, Contractor shall apply temporary STOP BARS and striping as specified on the project construction drawings or in the applicable FDOT Index (9535 through 17356). B. Depending on the chemistry of the thermostripping material, after the final asphalt placement, permanent striping and RPMs shall be applied as specified on the project construction drawings or in the applicable FDOT Index (9535 through 17356). For sanitary and force main ARV manholes located within the grassed right of way (ROW) or swale, green RPMs shall be placed near the center of the roadway on the corresponding side of the yellow line. For sanitary and force main ARV manholes located in the rear easement, green RPMs shall be placed near the corresponding edge of the roadway. Blue RPMs shall be placed in the center on the nearest travel lane directly in front of all fire hydrants. C. Roadway signage shall be as specified on the project construction drawings or in the applicable FDOT Index. Street terminations shall be signed as specified in FDOT Index 17349 3.8 FIELD QUALITY CONTROL Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -8 Subgrade, Base Course and Asphalt A. Section SC01400 QUALITY REQUIREMENTS B. Compaction testing will be performed in accordance with ASTM D1556 or AASHTO T180 in locations as specified by the Project Manager or Engineer. Project Manager and /or Engineer are to select specific locations and lifts as well as witnessing of all compaction testing. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. In general, the re -test locations shall be as specified in FDOT Standard Specification 125. D. Roadway Subgrade Compaction: 1. As a minimum, the top 12- inches of the roadway subgrade shall be compacted to 98% of the modified proctor. Some roadways may require special subgrade stabilization, i.e., LBR 40 or as otherwise specified in the project construction drawings. When special subgrade stabilization is required by the project construction drawings, those requirements shall be superior to this specification requirement. 2. The frequency of density verification testing shall be 3 tests (usually edge of roadway - crown/center - edge of roadway) every 100 linear feet and 1 test for every 100 linear feet of curb. E. Roadway Base Course Compaction: 1. Compaction shall be by rolling with a combination of steel wheel and rubber tired rollers until 98% of the maximum density is reached as tested under AASHTO Method T -180. Compaction and finishing shall be in accord with single course base requirements of Paragraph 200 -6 AND 250 -7 of the "Standard Specifications ". 2. The frequency of density verification testing shall be 3 tests (usually edge of roadway - crown/center - edge of roadway) every 100 linear feet and 1 test for every 100 linear feet of curb. F. Asphalt Testing /Verification: Test the in -place asphalt courses for compliance with requirements for thickness and surface smoothness. Repair or remove and replace unacceptable paving as directed by Engineer. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -9 Subgrade, Base Course and Asphalt G. Thickness: The compacted thickness of the base or surface courses shall be not less than that shown on the project construction drawings. H. Surface Smoothness: 1. Test finished surface of each asphalt course for smoothness, using 15 foot straightedge applied parallel with the centerline of paved area and extended across all joints. Surfaces will not be acceptable if exceeding the following tolerances for smoothness. a. Base Course Surface: 1/4 inch b. Wear Course and Overlay Surface: 1/8 inch 2. Check surfaced areas at intervals as directed by the Engineer 3. Using the Contractors water truck or metered fire hydrant, Contractor shall flood the finished roadway to verify water coursing and flow line. Any ponding or "bird baths" will be cause for rejection. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02740 -10 Subgrade, Base Course and Asphalt SECTION 02761 PAVEMENT MARKING 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 Deliver, Storage, and Protection A. Packaging and Labeling: All coatings and traffic marking materials shall be shipped in strong containers plainly marked with the weight in pounds per gallon, the volume of coatings and traffic marking materials content in gallons, the color, user information, date of manufacture, LOT, batch and DOT code number. Each batch manufactured shall have a unique number. A true statement of the percentage composition of the pigment, the proportion of pigment to vehicle, and the name and address of the manufacturer, also shall be shown. The label shall warn the user of any special handling or precautions of the material, as recommended by the manufacturer. Any package not so marked will not be accepted for use under these Specifications. B. Storage: Any coatings and traffic marking materials which, although inspected and approved at the point of manufacture, hardens or livers in the containers so that it cannot be readily broken up with a paddle to a smooth, uniform painting consistency, will be rejected. All materials shall have a container storage life of one year from date of manufacture. Any coatings and traffic marking materials not acceptable for proper application will be rejected, even though it conforms to these Specifications in all other respects. C. Mixing: All paints except aluminum shall be delivered to the project completely mixed, and ready to be used without additional oil or thinner. Gasoline shall not be used for thinner under any circumstances. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -1 Pavement Marking PART 2 - PRODUCTS 2.1 PAINT A. Color: White, yellow, or blue traffic paint meeting the requirements of Section 971 of the Standard Specifications. B. Homogeneous, easily stirred to smooth consistency, with no hard settlement or other objectionable characteristics during a storage period of 6 months. 2.2 THERMOPLASTIC STRIPING A. White or yellow thermoplastic striping material meeting the requirements of Section 971 -17 of the Standard Specifications. 2.3 RAISED REFLECTIVE MARKERS A. Metallic or nonmetallic, or prismatic reflector type, of permanent colors retaining color and brightness under action of traffic. B. Rounded surfaces presenting a smooth contour to traffic. The minimum area of each reflective face shall be 2 -1/2 inches squared. C. Marker and adhesive epoxy in accordance with ASTM D4280 D. Markers shall meet the requirements of Section 970 (Class B) of the Standard Specifications. 2.4 GLASS SPHERES A. Glass spheres shall be of a composition designed to be highly resistant to traffic wear and to the effects of weathering. B. In accordance with AASHTO M247, Type I with moisture resistant coating or a formulation specified by the traffic striping material manufacturer and Section 971- 14 of the Standard Specifications. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Cleaning: 1. Thoroughly clean surfaces to be marked before application of pavement marking material. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -2 Pavement Marking 2. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water or a combination of these methods. 3. Completely remove rubber deposits, surface laitance, existing paint markings, and other coatings adhering to pavement with scrapers, wire brushes, sandblasting, approved chemicals, or mechanical abrasion. 4. Scrub areas of old pavement affected with oil or grease with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinse thoroughly after each application. 5. Surfaces shall be completely free of dry dirt and ice, and dry of water at the time of application of any of the materials specified herein. 6. Oil- Soaked Areas: After cleaning, seal with cut shellac to prevent bleeding through the new paint. 7. Reclean surfaces when Work has been stopped due to rain. 8. Existing Pavement Markings: a. Remove existing pavement markings that may interfere or conflict with newly applied marking patterns, or that may result in a misleading or confusing traffic pattern. b. Do not apply thermoplastic markings over existing preformed or thermoplastic markings. c. Perform grinding, scraping, sandblasting or other operations so finished pavement surface is not damaged. B. Pretreatment for Early Painting: Where early painting is required on rigid pavements, pretreat with an aqueous solution containing 3 percent phosphoric acid and 2 percent zinc chloride. C. New Concrete Pavement: 1. Allow a minimum cure time of 30 days before cleaning and marking. 2. Clean by either sandblasting or water blasting to the following results: a. No visible evidence of curing compound on peaks of textured concrete surface. b. No heavy puddled deposits of curing compound in valleys of textured concrete surface. c. Remaining curing compound is intact, with loose and flaking material completely removed. d. Peaks of textured pavement surface are rounded in profile and free of sharp edges and irregularities. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -3 Pavement Marking 3. Allow a minimum drying time of 24 hours after water blasting before applying thermoplastic markings. 3.2 ALIGNMENT FOR MARKINGS A. The Contractor shall be responsible for all measurements, reference points and marks, string lining, and any other steps required in establishing pavement marking locations and alignment. On tangents and on curves up to 1 degree, the alignment of the marking shall not deviate from the string line by more than 1 inch. On curves exceeding 1 degree, the maximum permissible deviation shall be 2 inches. All alignment width and location shall conform to the details shown on the Drawings. 3.3 PAINT APPLICATION A. General: 1. Thoroughly mix pigment and vehicle together prior to application, and keep thoroughly agitated during application. 2. Do not add thinner. 3. Apply only when air and pavement temperatures are above 40 degrees F and less than 95 degrees F. Maintain paint temperature within these same limits. 4. Apply only when surface is dry. 5. Do not apply when conditions are windy to the point of causing overspray or fuzzy line edges. 6. New Asphalt Pavement: Allow a minimum pavement cure time as recommended by the manufacturer before applying paint. 7. Provide guide lines and templates to control paint application. 8. Take special precautions in marking numbers, letters, and symbols. 9. Sharply outline edges of markings and apply without running or spattering. B. Rate of Application: 1. Reflective Markings: a. Paint: Apply evenly, 105 plus or minus 5 square feet per gallon. b. Glass Beads: Apply uniformly, 6 plus or minus 0.5 pounds of glass spheres per gallon of paint. 2. Non - reflective Markings: Apply paint evenly to pavement surface at a rate of 105 plus or minus 5 square feet per gallon. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -4 Pavement Marking 3. On new pavement or new asphalt surface treatments, apply two coats of paint at a uniform rate of 210 square feet per gallon. C. Drying: 1. Provide maximum drying time to prevent undue softening of bitumen and pickup, displacement, or discoloration by traffic. 2. If drying is abnormally slow, discontinue painting operations until cause is determined and corrected. 3.3 THERMOPLASTIC MARKING APPLICATION A. Following specified surface preparation, prime and apply marking and glass beads to provide a reflectorized strip as shown on Drawings. B. The material shall be applied to the pavement by the extrusion method only, wherein one side of extrusion shaping die is the pavement and the other sides are formed by suitable equipment for heating and controlling the flow of the material. C. Application Temperatures: 1. Pavement Surface: Minimum 40 degrees F and rising. 2. Thermoplastic: Minimum 375 degrees F, maximum 425 degrees F. D. Primer: 1. On portland cement concrete and existing asphalt pavements, apply epoxy resin primer /sealer according to the thermoplastic manufacturer's recommendations. 2. All primer /sealer to dry prior to applying thermoplastic. E. Thermoplastic Marking: 1. Extrude in a molten state, free of dirt or tint. At a thickness of 0.10 to 0.15 inch for lane lines and 0.07 to 0.10 inch for edge or other lines in accordance with FDOT 711 -4.3. 2. Apply centerline, skipline, edgeline, and other longitudinal type markings with a mobile applicator. 3. Apply special markings, crosswalks, stop bars, legends, arrows, and similar patterns with a portable, extrusion -type applicator. F. Glass Bead Application: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -5 Pavement Marking 1. Immediately after marker application, mechanically apply such that the beads are held by and imbedded in the surface of the molten material. 2. Application Rate: One pound per 20 square feet of compound. G. Cool completed marking to ambient temperature prior to allowing vehicular traffic. 3.4 INSTALLATION OF RAISED REFLECTIVE MARKERS A. Apply markers to the bonding surface using bituminous adhesives only. B. Apply the adhesive to the binding surface (not the marker) so that 100 percent of the bonding area of the marker will be covered. C. Align markers carefully, projecting no more than 3/4 -inch above level of pavement. Reflective face of the marker shall be perpendicular to a line parallel to the roadway centerline. Do not install markers over longitudinal or transverse joints of the bonding surface. D. Spacing: As shown on the Drawings. E. Immediately remove excess adhesive from the bonding surface and exposed surface of the marker. F. Use only a mineral spirits meeting Federal Specifications TT -T -291 to remove adhesive from exposed faces of markers. 3.5 GLASS BEAD APPLICATION A. Apply immediately following application of paint. B. Use evenly distributed, drop -on application method. C. Rate: 10 pounds per gallon of paint. 3.6 PROTECTION A. The CONTRACTOR shall erect adequate warning signs and /or provide sufficient number of flagmen, and take all necessary precautions for the protection of the materials and safety of the public. B. Protect surfaces from disfiguration by paint spatters, splashes, spills, or drips. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -6 Pavement Marking 3.7 CLEANUP A. Remove paint spatters, splashes, spills, or drips from Work and staging areas and areas outside of the immediate Work area where spills occur. END OF' SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02761 -7 Pavement Marking SECTION 02924 SEED, MULCH AND FERTILIZER ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2004 or 2010 (where applicable) as reference documents. It is the intent of the Utilities Department that this technical specification (02924) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 570 - Grassing (by Seeding) • Section 580 - Landscape Installation In the event that this technical specification (02924) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 — GENERAL 1.1 SECTION INCLUDES A. The work consists of establishing a stand of grass on slopes, shoulders, lawns, and other areas by seeding as shown on the drawings. Also included is mulching, placement of an erosion control blanket, fertilizing, watering and maintenance as required to produce a healthy stand of grass. The phrase "grassing or sodding" in Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES is a generic use of terms that can be applied to a wide variety of field applications such as for a cross - country pipeline corridor (grassing), a pipeline corridor through a park (sodding) and the pipeline corridor in or impacting the neighborhood swales (sodding). Grassed areas apply to, but are not limited to applications such as bottoms of dry retention ponds, cross - country pipeline corridors, possibly lay down yards (depending on the Contractor agreement with the property owner) and other large and /or expansive areas. Sodded areas apply to, but are not limited to applications such as neighborhood swales, the sloped sides of a dry and /or wet retention ponds and embankments. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -1 Seed, Mulch and Fertilizer B. Preparation of subsoil and placing topsoil C. Seeding, mulching and fertilizer D. Maintenance 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section 02300 - Earthwork E. Section 02925 - Sodding F. Section 02960 - Restoration of Surface Improvements 1.3 REFERENCES A. FS O -F -241 - Fertilizers, Mixed, Commercial 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Unless specifically called out in the Schedule of Bid Items, work under this Section shall be considered incidental to the Work as detailed in the related Sections. B. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, the existing lines shall be cut - &- capped during the construction /installation process. The replacement of existing irrigation in the Public ROW is NOT a pay item. Replacement of existing ROW irrigation shall be incidental to the Unit Price of the specific work item. Replacement material (pipe, fittings and sprinkler heads) shall be equal to or of a better quality, quantity and size than the pre- existing. 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. Submit certifications and data sheets on all products and materials prior to delivery to site. Refer to Part 2 PRODUCTS for specific products and materials. 1.6 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -2 Seed, Mulch and Fertilizer Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.7 QUALITY ASSURANCE /GUARANTEE A. All seeded areas shall be guaranteed for twelve months after date of final acceptance. B. Replacement of seeded areas that have not produced a well established stand of grass: Any seeded areas showing indication of probable non - survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be reseeded within 21 days of notice from Project Manager or Engineer. All replacement seeding shall be furnished /installed at no additional cost to the Owner and shall be guaranteed for twelve months. All replacements shall meet original specifications. C. The Contractor will notify the Project Manager and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. D. At the end of the guarantee period, all seeded areas that are dead or with unsatisfactory growth shall be replaced within two weeks. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site in accordance to supplier's recommendations. B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. C. Deliver fertilized in waterproof bags showing weight, chemical analysis, and name of manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS A. Seed: 1. The seed shall meet the tolerance for germination and purity in accordance with the U.S. Department of Agriculture Rules and Regulations under the latest edition of the Federal Seed Act. Seed shall be mixed by the dealer and shall be delivered to the site in sealed containers that shall bear the Dealer's guaranteed analysis. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -3 Seed, Mulch and Fertilizer 2. Grass seed shall be a mixture of 20 parts of Bermuda seed and 80 parts of Argentine Bahia. The separate types of seed used shall be thoroughly dry mixed immediately before sowing. Seed that has become wet shall not be used. 3. The Bermuda seed shall be an equal mixture of hulled and unhulled seed. The Argentine Bahia seed shall be scarified seed, having a minimum active germination of 40% and a total germination of 85 %. All seed shall meet the requirements of the State Department of Agriculture and Consumer Services and all applicable state laws, and shall be approved by the engineer before being sown. B. Mulch: 1. Dry Mulch: The mulch material used shall normally be dry mulch. Dry mulch shall be straw or hay, consisting of oat, rye or wheat straw, or of pangola, peanut, coastal Bermuda or Bahia grass hay. Only mulch that has not deteriorated and can be readily cut into the soil shall be used. 2. Green Mulch: Green mulch shall consist of live coastal Bermuda, or other approved type of grass, and shall be free from weeds and obnoxious or undesirable grasses. No green mulch, which in the Landscape Architect's opinion, has been allowed to become sufficiently dry as to lose its growth producing benefits, will be allowed to be used. In the event that the subsequent stand of grass is found to be contaminated with weeds or other obnoxious or undesirable growth, it can be determined that such growth was introduced with the green mulch, then the Contractor will be required to effectively eliminate such undesirable growth at his own expense. 3. Wood Fiber Mulch: a. Conwed Hydro Mulch Fibers b. Conwed Hydro Mulch 2000 Fibers C. Erosion Control Blanket: 1. Blanket shall be C125 as manufactured by North American Green, or equivalent. 2. Blanket shall be consistent thickness with organic fiber evenly distributed over the entire area of the mat. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -4 Seed, Mulch and Fertilizer 3. Mat shall be made of coconut fiber or other slow degrading organic fiber. 4. Blanket shall have support netting made of UV stabilized material. 5. Blanket shall be sewn with synthetic thread to bind together fiber and netting. 6. Blanket shall be placed and staked into place at locations designated by Drawings. D. Commercial Fertilizer: 1. Commercial fertilizer shall comply with the state fertilizer laws. 2. The numeral designations for fertilizer indicate the minimum percentages respectively of (1) total nitrogen, (2) available phosphoric acid and (3) water soluble potash, contained in the fertilizer. 3. The chemical designation of the fertilizer shall be 15 -5 -15. At least 50% of the phosphoric acid shall be from normal super phosphate or an equivalent source, which will provide a minimum of two units of sulfur. The amount of sulfur shall be indicated on the quantitative analysis card attached to each bag or other container. E. Water for Seeding: 1. The water used in the seeding operations may be obtained from any approved spring, canal, pond, lake, stream, or municipal water system. The water shall be free of excess and harmful chemicals, acids, alkalis, or any substance, which might be harmful to plant growth or obnoxious to traffic. Salt water shall not be used. 2.2 EQUIPMENT A. Fertilizer Spreader: The device for spreading fertilizer shall be capable of uniformly distributing the material at the specified rate. B. Seed Spreader: The seed spreader shall be an approved mechanical hand spreader or other approved type of spreader. C. Equipment for Cutting Mulch into Soil: The mulching equipment shall be capable of cutting the specified Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -5 Seed, Mulch and Fertilizer materials uniformly into the soil and to the required controlled depth. Harrows will not be allowed. D. Rollers: A cultipacker, traffic roller, or other suitable equipment will be required for rolling the grassed areas. E. Hydraulic Mulcher: The mulch shall be mixed in standard hydraulic equipment to form a homogenous slurry. The equipment shall be capable of spraying the slurry, under pressure, uniformly over the soil surface at the material application rate indicated. A continuous agitation system that keeps all material in uniform suspension throughout the mixing and distribution cycles is required. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this Section. 3.2 PREPARATION OF AREA A. Preparation of Area to be Seeded: The ground to be seeded shall be prepared by disc harrowing and thoroughly pulverizing the soil to a depth of four (4) inches. The prepared soil shall be loose and reasonably smooth. It shall be reasonably free of large clods, roots and other materials that will interfere with the work and subsequent mowing and maintenance operations. Hand picking may be required. B. Soil Analysis: Before applying fertilizer, the soil pH shall be brought to a range of 6.0 - 7.0. 3.3 APPLICATION A. General: 1. Weather Limitations: Fertilizing, seeding or mulching operations will not be permitted when wind velocities exceed 15 miles per hour. Seed shall be sown only when the soil is moist and in proper condition to induce growth. No seeding shall be done when the ground is unduly wet, or otherwise not in a tillable condition. 2. Sequence of Operations: The several operations involved in the work shall proceed in the following sequence: Preparation and fertilizing Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -6 Seed, Mulch and Fertilizer of the ground, seeding, spreading of mulch, cutting -in of mulch and rolling. B. Fertilizing: 1. The fertilizer shall be spread uniformly at the rate of 500 pounds per acre, or 11.5 pounds /1000 square feet by a spreading device capable of uniformly distributing the material at the specified rate. Immediately after spreading, the fertilizer shall be mixed with the soil to a depth of approximately four (4) inches. 2. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of two (2) inches. 3. Where fertilizer is applied hydraulically, it need not be worked into the soil. C. Seeding: 1. While the soil is still loose and moist, the seed shall be scattered uniformly over the grassing area at a rate of 200 pounds per acre, or 4.5 pounds per 1000 square feet. 2. When so directed by the Engineer, seed of an approved quick growing species of grass, such as rye, Italian rye, millet or other cereal grass, shall be spread at a rate of 30 pounds per acre in conjunction with the permanent type seed mixture. 3. Seed may be applied hydraulically, but not in the mulch slurry. D. Mulching: 1. Approximately two (2) inches, loose thickness, of the mulch material shall be applied uniformly over the seeded areas, and the mulch material cut into the soil with the equipment specified, so as to produce a loose mulched thickness of three (3) inches to four (4) inches. Care shall be exercised that the materials are not cut too deeply into the soil. 2. When green mulch is used, it shall be incorporated into the soil not later than two (2) days after being cut and no artificial watering of the mulch shall be done before it is applied. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -7 Seed, Mulch and Fertilizer 3. On steep slopes, the mulch material shall be applied and, in lieu of being cut into the soil, shall be anchored down. Anchoring shall be done be either of the following methods. a. Placing a layer of soil, approximately two (2) inches thick by nine (9) inches wide, along the upper limits of the mulch and spotting soil piles over the rest of the area at a maximum spacing of four (4) feet. b. Spreading a string net over the mulch, using stakes driven flush with the top of the mulch at 6 -foot centers and stringing parallel and perpendicular, with diagonals in both directions. E. Rolling: Immediately after completion of the mulching, the entire seeded and mulched area shall be rolled thoroughly with the equipment specified. At least two trips over the entire area will be required. F. Hydraulic mulching: Wood fiber mulch shall be applied at the following rate: 1. Flat surfaces to 3 to 1 slopes: 1,500 ib. per acre. 2. Slopes steeper than 3 to 1: 2,000 lb per acre. 3. Critical areas, where designated: 2,500 ib per acre. G. Blanket shall be rolled out and placed in the direction of maximum slope. H. Watering: The seeded areas shall be watered so as to provide optimum growth conditions for establishment of the grass. In no case, however, shall the period of maintaining such moisture be less than 1 week after the planting. I. Single Hydraulic Application: Using the standard hydraulic mulching equipment, the wood fiber mulch, seed and fertilizer may be applied as a combined slurry in a single application, provided that the seed is increased to the rate of 240 pound per acre and the fertilizer is increased to 840 pounds per acre. J. Maintenance: 1. The Contractor shall, at his expense, maintain the seeded areas in a satisfactory condition until Final Acceptance of the project. Such maintenance Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -8 Seed, Mulch and Fertilizer shall include the repairing of any damaged areas where the establishment of the grass stand does not appear to be developing satisfactorily, or where erosion has washed away an area and filling and leveling are required. 2. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. 3. All areas which do not show a satisfactory catch of grass shall be reseeded at intervals of 21 days until a dense lawn of permanent grasses, free from any bare spots, areas of washout or erosion damage has been established. 4. Seeded areas shall be maintained by the Contractor as long as necessary to establish a dense cover as specified above. 5. Fertilization (lawns): As required to maintain healthy, vigorous turf, minimum of two (2) applications. One application shall be applied at time of planting and the other just prior to the end of the maintenance period. K. Mowing: Four complete mowings shall be included in the base price for seeding and mulching. The last mowing shall be done just prior to Final Acceptance. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02924 -9 Seed, Mulch and Fertilizer SECTION 02925 SODDING ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2004 or 2010 (where applicable) as reference documents. It is the intent of the Utilities Department that this technical specification (02925) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 575 - Sodding • Section 580 - Landscape Installation In the event that this technical specification (02925) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 SECTION INCLUDES A. The work consists of establishing a grass covering on slopes, shoulders, lawns, and other areas by sodding as shown on the project construction drawings. Also included are fertilizing, watering and maintenance as required to produce a healthy stand of grass. The phrase "grassing or sodding" in Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES is a generic use of terms that can be applied to a wide variety of field applications such as for a cross - country pipeline corridor (grassing), a pipeline corridor through a park (sodding) and the pipeline corridor in or impacting the neighborhood swales (sodding). Grassed areas apply to, but are not limited to applications such as bottoms of dry retention ponds, cross - country pipeline corridors, possibly lay down yards (depending on the Contractor agreement with the property owner) and other large and /or expansive areas. Sodded areas apply to, but are not limited to applications such as neighborhood swales, the sloped sides of a dry and /or wet retention ponds and embankments. B. Preparation of Subsoil C. Fertilizing D. Sod installation Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -1 Sodding E. Maintenance 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section 02300 - Earthwork E. Section 02924 - Seed, Mulch and Fertilizer F. Section 02960 - Restoration of Surface Improvements 1.3 REFERENCES A. ASPA (American Sod Producers Association) - Guideline Specifications to Sodding B. FS O -F -241 - Fertilizers, Mixed, Commercial 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. When identified in the Schedule of Bid Items as a separate pay item, sodded areas shall be: 1. Basis of Measurement: By the square yard 2. Basis of Payment: Includes preparation of subsoil, topsoil, placing topsoil, fertilization, sodding, watering and maintenance to specified time limit. B. If sodding is NOT identified in the Schedule of Bid Items as a pay item, it shall be considered as incidental and all of the requirements of this Section shall be required. 1.5 SUBMITTALS A. Contractor shall submit Certificates of Compliance, with this specification, for the topsoil, sod and fertilizer. Refer to PART 2 PRODUCTS for requirements. B. Contractor shall prepare a resident notification letter three (3) weeks prior to placement informing them of the sod replacement criteria and the type of sod identified for the swale (in front of their property) for the review and authorization of the Project Manager. Once authorized, the Contractor shall deliver to each property a copy of the notification letter. 1.6 SOD REPLACEMENT CRITERIA A. City, County or State ROW areas, i.e., typically those areas between the edge of the roadway and the property line, that have been disturbed or damaged by project construction activities will be re- sodded. The type of replacement sod, either Argentine Bahia or St. Augustine - Floratam, will be based on the following criteria: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -2 Sodding 1. If the area has an existing and operational underground irrigation system, the replacement sod shall be St. Augustine - Floratam. 2. If the area does NOT have an existing and operational underground irrigation system, the replacement sod shall be Argentine Bahia. 3. Additionally, based on the Pre Construction Video and Photographic Site Survey, together the Contractor and Project Manager shall determine the replacement sod type. 1.7 DEFINITIONS A. Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.8 QUALITY ASSURANCE /GUARANTEE A. All sodded areas shall be guaranteed for twelve months after date of Final Acceptance. B. Replacement of sodded areas that have not produced a well established stand of grass: Any sodded areas showing indication of probably non - survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be replaced within 21 days of notice from Project Manager or Engineer. All replacement sodding shall be furnished /installed at no additional cost to the Owner and shall be guaranteed for twelve months. All replacements shall meet original specifications. C. At the end of the guarantee period, all sodded areas that are dead or in unsatisfactory growth shall be replaced within two weeks. 1.9 QUALIFICATIONS A. Sod Producer: Company specializing in sod production and harvesting with minimum five (5) years experience, and certified by the State of Florida. B. Installer: Company with previous experience with the sod producer. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver sod on pallets. Protect exposed roots from dehydration. B. Do not deliver more sod than can be laid within 24 hours. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -3 Sodding PART 2 - PRODUCTS 2.1 MATERIALS A. Sod: ASPA Approved Field grown grade; cultivated grass sod; type indicated in plant schedule on the project construction drawings; with strong fibrous root system, free of stones, burned or bare spots containing less than 2 percent weeds per 1000 sq ft. 1. Argentine Bahia Grass Type: Florida State Plant Board specifications. Sod received at site shall be moist and green. Dry and /or brown sod will NOT be accepted for placement. 2. St. Augustine - Floratam Grass Type: Florida State Plant Board specifications. Sod received at site shall be moist and green. Dry and /or brown sod will NOT be accepted for placement. B. Topsoil: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, clay, or impurities, plants, weeds and roots; pH value of minimum 6.0 and maximum 7.0. Existing topsoil, removed as a result of pipeline or structure installations, shall NOT be re -used without written approval from the Project Manager. C. Fertilizer: FS O -F -241, Type I, Grade A (slow release granular); recommended for grass, with fifty percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil to either of the following proportions: 15 -5 -15, 25 -4 -11, 24 -2 -11 or as approved by the Project Manager. D. Water: The water used in the performance of this Contract shall be clean, fresh and free from injurious amounts of oil, acid, alkali, or organic matter that could inhibit vigorous growth of grass and vegetation. 2.2 ACCESSORIES For terrain sloped at 2:1 or greater, the following accessories will be required: A. Wood Pegs: Softwood, sufficient size and length to ensure anchorage of sod on slope. B. Wire Mesh: Interwoven hexagonal plastic mesh of 2 -inch size. C. Edging: Refer to Landscape plan. D. Herbicide: Refer to Landscape plan. 2.3 HARVESTING SOD A. Machine cut sod and load on pallets in accordance with ASPA Guidelines. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -4 Sodding B. Cut sod in area not exceeding 1 sq yd, with minimum 1 -inch and maximum 1 -1/2 inch topsoil base. 2.4 TESTS A. Provide analysis of topsoil fill under provisions of Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES. B. Analyze to ascertain percentage of nitrogen, phosphorus, potash, soluble salt content, organic matter content, and pH value. C. Testing is not required if recent tests are available for imported topsoil. Submit these test results to the testing laboratory for approval. Indicate, by test results, information necessary to determine suitability. PART 3 - EXECUTION 3.1 PREPARATION A. Verify that prepared soil base is ready to receive the work of this section. B. Preparation of area to be sodded: The ground to be sodded shall be prepared by grading and thoroughly loosening the soil to a depth of 2 inches. The prepared soil shall be loose and reasonably smooth. It shall be reasonably free of large clods, roots, and other materials that will interfere with the work and subsequent mowing and maintenance operations. Hand picking may be required. C. In general, the prepared area, prior to placement of topsoil, shall be 5 to 6 inches below the edge of roadway and driveway apron pavement and 3 to 4 inches below the edge of sidewalks. 3.2 PLACING TOPSOIL A. Spread topsoil to a minimum depth of 2 inches over area to be sodded. B. Place topsoil during dry weather and wind velocity not exceeding 15 miles per hour. C. Remove vegetable matter and foreign non - organic material from topsoil while spreading. D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. E. Install edging at periphery of sodded areas in straight lines to consistent depth. F. After the raking -in of the fertilizer, the topsoil shall be tamped. 3.3 FERTILIZING Boynton Beach Utilities - Central Seacrest - Phase 1 TC - 02925 -5 Sodding A. The fertilizer shall be mechanically spread at the rate prescribed by the manufacturer just in front of the sod laying activities. B. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand. C. With the written authorization of the Project Manager, liquid fertilizer may be used after the sod has been placed. Where fertilizer is applied hydraulically, it need not be worked into the soil. 3.4 LAYING SOD A. Moisten prepared surface immediately prior to laying sod. B. Lay sod within 24 to 48 hours after harvesting to prevent deterioration. C. Lay sod tight with no open joints visible, and no overlapping; stagger end joints 12 inches minimum. Do not stretch or overlap sod pieces. Newly placed sod shall abut existing sod in a straight and even line. D. Lay smooth. Align and level with adjoining grass areas. E. Place top elevation of sod (top of grass blades) one (1) inch below adjoining edging /edge of pavement for roadways and driveway aprons and level / even for sidewalks. Tolerance shall be plus 0.00 inches and minus 0.05 inches F. On slopes 2:1 and steeper, lay sod perpendicular to slope and secure every row with wooden pegs at maximum 2 feet on center. Drive pegs flush with soil portion of sod. G. Prior to placing sod, on slopes exceeding 1.5:1 or where indicated, place wire mesh over topsoil. Securely anchor in place with wood pegs sunk firmly into the ground. H. Water sodded areas immediately after installation, saturate sod to 4 inches of soil. I. After sod and soil have dried, roll sodded areas to ensure good bond between sod and soil and to remove minor depressions and irregularities. 3.5 MAINTENANCE A. Mow grass at regular intervals to maintain at a maximum height of 2 -1/2 inches. Do not cut more than 1/3 of grass blade at any one mowing. Four (4) complete mowings shall be included in the base price for sodding. The final mowing shall be done just prior to Final Acceptance. B. Neatly trim edges and hand clip where necessary. C. Immediately remove clippings after mowing and trimming. D. Water to prevent grass and soil from drying out. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -6 Sodding E. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. F. Immediately replace sod to areas that show deterioration or bare spots. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02925 -7 Sodding SECTION 02960 RESTORATION OF SURFACE IMPROVEMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. The work includes the restoration of driveway aprons, mail boxes, grassed and sodded areas, trees and plants, roadways, sprinkler systems, sidewalks and any other improvements required as a result of the Work. B. Restoration of surface improvements shall be concurrent with the installation of the water main, reclaimed water main, force main, drainage improvements or sanitary sewer; the work includes swale development and improvements on both sides of the streets in the project area. Work includes re- grading, sodding, driveway apron reconstruction, replacement of pre- existing irrigation systems and all surface restoration including trench repair. The final pavement overlay is a separate pay item. At no time, shall there be more than 500 linear feet of incomplete surface restoration including "rocked -in" trench repair. The City may (case by case) approve more than this, but never exceeding 1,000 linear feet of incomplete surface restoration. C. This section includes furnishing equipment, labor and materials, and performing all necessary and incidental operations to perform the required Work. 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements D. Section 02740 - Subgrade, Base Course and Asphalt E. Section 02924 - Seed, Mulch and Fertilizer F. Section 02925 - Sodding G. Section 03300 - Cast -In -Place Concrete 1.3 REFERENCES Not Used. 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02960 -1 Restoration of Surface Improvements A. Refer to Section SC01025 - MEASUREMENT AND PAYMENT PROCEDURES. B. Unless specifically called out in the Schedule of Bid Items, work under this Section shall be considered incidental to the Work as detailed in the related Sections. C. When existing Right -Of -Way (ROW) irrigation must be disturbed due to pipeline installation or swale development, the existing lines shall be cut - &- capped during the construction /installation process. The replacement of existing irrigation in the Public ROW is NOT a pay item. Replacement of existing ROW irrigation shall be incidental to the Unit Price of the specific work item. Replacement material (pipe, fittings and sprinkler heads) shall be equal to or of a better quality, quantity and size than the pre- existing. PART 2 - PRODUCTS 2.1 Refer to the individual Sections identified above PART 3 - EXECUTION 3.1 RESTORATION ACTIVITIES A. Areas affected by the Work shall be restored to a condition equal to or better than the condition existing before the commencement of the Work. Additionally the Contractor shall re- set /replace disturbed and /or damaged mailboxes (all mailboxes shall conform to the current requirements of the US Post Office) and the Contractor shall re -set or replace existing signage. 3.2 BUSH, PLANT, SHRUB AND /OR TREE REMOVAL AND REPLACEMENT CRITERIA A. Bushes, plants, shrubs and /or trees that have been planted in the City, County or State ROW by the adjacent property owner and is in direct conflict with a proposed utility improvement that includes swales, shall be removed to allow for the installation of the project improvements and NOT replaced. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 02960 -2 Restoration of Surface Improvements SECTION 03300 CAST -IN- PLACE CONCRETE ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** The Utilities Department uses the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the FDOT Design Standards 2010 as reference documents. It is the intent of the Utilities Department that this technical specification (03300) shall govern the applicable project work that is typically identified in the following FDOT Specification and Standard sections: • Section 346 - Portland Cement Concrete • Section 350 - Cement Concrete Pavement • Section 400 - Concrete Structures In the event that this technical specification (03300) is either silent on an issue or requirement or if it appears to present a conflict with the referenced FDOT Specifications and Standards, it is the responsibility of the Contractor to request clarification or resolution, in writing, from the Project Manager and Engineer. ********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** PART 1 - GENERAL 1.1 PURPOSE A. The purpose of this Section is to address concrete that is either mixed on site for thrust blocks, valve collars and other miscellaneous concrete and for concrete delivered to the site by an FDOT licensed Concrete Batch Plant for site placement for driveways, driveway aprons, curbs and gutters, sidewalks, minor equipment pads, light pole base, flagpole base, thrust blocks, manholes, miscellaneous structures and miscellaneous slabs on grade. 1.2 RELATED SECTIONS A. Section SC01025 - Measurement and Payment Procedures B. Section SC01340 - Shop Drawings, Work Drawings, and Samples C. Section SC01400 - Quality Requirements 1.3 REFERENCES A. ACI 301 - Specifications for Structural Concrete B. ACI 305R - Hot Weather Concreting C. ACI 308 - Standard Practice for Curing Concrete Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -1 Cast -in -Place Concrete D. ACI 347 - Recommended Practice for Concrete Formwork E. ASTM D1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non- extruding and Resilient Bituminous Types) F. ASTM C33 - Standard Specification for Concrete Aggregates G. ASTM C94 - Standard Specification for Ready -mixed Concrete H. ASTM C150 - Standard Specification for Portland Cement I. ASTM C260 - Standard Specification for Air - Entraining Admixtures for Concrete 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. Refer to Section SC01025 MEASUREMENT AND PAYMENT PROCEDURES 1.5 SUBMITTALS FOR REVIEW AND AUTHORIZATION TO PROCEED A. The job mix formula, materials, and construction methods shall be submitted to the Engineer for approval before concrete begins. Refer to Section SC01340 SHOP DRAWINGS, WORK DRAWINGS, AND SAMPLES. B. Project Record Documents 1. Laboratory reports for compressive strength (7 day and 28 day), slump and air entrainment PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal B. Fine and Coarse Aggregates: ASTM C33 C. Water: Potable 2.2 FORM MATERIALS A. Form Materials: At the discretion of the Contractor 2.3 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, unfinished or epoxy coated in accordance with ASTM A775 finish as called for on the plans. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -2 Cast -in -Place Concrete B. Stirrup Steel: ANSI /ASTM A82, unfinished or epoxy coated in accordance with ASTM A775 finish as called for on the plans. C. Welded Steel Wire Fabric: ASTM A497 Deformed Type; in coiled rolls; unfinished or epoxy coated in accordance with ASTM D884 Class A finish as called for on the plans. 2.4 ADMIXTURES A. Air Entrainment: ASTM C260 2.5 ACCESSORIES A. Bonding Agent: Polymer resin emulsion. B. Non - Shrink Grout: Premixed compound consisting of non - metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours, 7,000 psi in 28 days. 2.6 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler Type A: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/4 inch thick; tongue and groove profile. 2.7 CONCRETE MIX DESIGN A. Refer to FDOT Standard Specifications Section 347 for mix composition of the various types of concrete classes. B. Design mix to produce standard - weight concrete consisting of Portland cement, aggregate, air - entraining admixture and water to produce the following properties: 1. Compressive Strength: 3000 psi, minimum at 28 days. 2. Slump Range: 2" to 4" 3. Air Content: 4% +/- 1.5% 4. Minimum total cementitious content lb /yd 530 5. Maximum water cement ratio lb /lb: 0.50 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions as shown on the contract drawings. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -3 Cast -in -Place Concrete B. Verify requirements for concrete cover over reinforcement. C. Verify compacted granular base is acceptable and ready to support concrete placement and imposed loads. D. Verify gradients and elevations of base are correct. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with drawings. E. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where agency jurisdictional requirements specify new concrete be doweled to existing work, or as shown on the drawings, the doweling shall be performed as follows: drill holes in existing concrete, remove dust and debris with compressed air, inject epoxy and insert steel dowels. For Curbs, sidewalks, driveways and other flatwork, provide a minimum of number 5 dowels at 18" o/c along the entire joint between new and existing concrete. Anchoring holes for all dowels shall be drilled at mid depth to provide a minimum penetration of 10" into the existing slab and 18" into the new slab. Brush full depth of each hole and remove dust with compressed air or rinse with water and allow to fully dry prior to epoxy /dowel placement into the existing slab. C. Set forms to required grades and lines, rigidly braced and secured. Install sufficient quantity of forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. D. Check completed formwork for grade and alignment to the following tolerances: 1. Top of forms not more than 1/8" in 10 feet deviation in alignment 2. Vertical face on longitudinal axis, not more than 1/4" in 10 feet E. Clean forms after each use and coat with form release agent as often as required to ensure separation from concrete without damage. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -4 Cast -in -Place Concrete F. Assemble formwork to permit easy stripping and dismantling without damaging concrete. G. Place joint filler vertical in position, in straight lines to the full depth of the concrete. Secure to formwork during concrete placement. H. Place, support and secure reinforcement against displacement. Do not deviate from required position. 3.3 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in passing through concrete work. B. Locate and set in place items, which will be cast directly into concrete. C. Coordinate with work of other sections in forming and placing openings, slots, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.4 QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301. B. Provide free access to Work and cooperate with appointed firm. C. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. D. Four (4) concrete test cylinders will be taken for every 75 or less cubic yards of each class of concrete placed or for each day concrete is placed. 1. Compressive strength test reports are to be provided in a progressive manner as the testing laboratory generates them. Contractor shall Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -5 Cast -in -Place Concrete instruct their subcontracted laboratory to send copies to the Project Manager. E. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. F. One slump test will be taken, by the independent testing laboratory, for each set of test cylinders taken. 3.5 PLACING CONCRETE A. Place concrete in accordance with ACI 301, ACI 302 or ACI 318. CONCRETE SHALL BE CONSOLIDATED DURING THE PLACEMENT WITH THE USE OF APPROPRIATE VIBRATORY EQUIPMENT. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, are not disturbed during concrete placement. D. Place joint filler in as shown on the plans. Set top to required elevations. Secure to resist movement by wet concrete. E. Install joint devices in accordance with manufacturer's instructions. F. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. G. Place concrete continuously between predetermined expansion, control, and construction joints. 3.6 JOINTS A. Make joints between old and new pavements, or between successive days work, to ensure continuous abutment between adjoining work. B. Construct joints to have same texture, density and smoothness as other sections of cement concrete course. Clean contact surfaces and install expansion joints prior to next day's installation. C. Weakened -Plane (Contraction) Joints: Provide weakened - plane joints, sectioning concrete into areas as shown on the drawings or every five linear feet for curbs. Construct weakened -plane joints for a depth equal to at least 1/4 concrete thickness, as follows: Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -6 Cast -in -Place Concrete 1. Sawed Joints: Form weakened -plane joints using powered saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut joints into hardened concrete as soon as surface will not be torn, abraded, or otherwise damaged by cutting action. 2. Construction Joints: Place construction joints at end of all pours and at locations where placement operations are stopped for a period of more than 1/2 hour, except where such pours terminate at expansion joints. D. Expansion Joints: Provide premolded joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks and other fixed objects, unless otherwise indicated. E. Extend joint fillers full -width and depth of joint, and not less than 1/2" or more than 1 ", and 1" below finished surface for joint sealer. 3.7 FINISHING A. After striking -off and consolidating concrete, smooth surface by screeding and floating. Use hand methods only where mechanical floating is not possible. Adjusting floating to compact surface and produce a uniform texture. B. After floating, test surface for trueness with a 10- foot straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous smooth finish. C. Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and round to 1/2" radius, unless otherwise indicated. Eliminate any tool marks on concrete surface. D. After completion of floating and when excess moisture or surface sheen has disappeared, complete surface finishing, as follows: 1. Driveway aprons and Sidewalk Paving: Light broom, radius to 1/4 -inch radius, and trowel joint edges. At the junction of sidewalks to roadway crossings, the sidewalks shall have a tactile surface treatment as specified in FDOT. 2. Median Barrier: Light broom, radius to 3/4 -inch radius, and trowel joint edges. 3. Curbs and Gutters: Light broom. Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -7 Cast -in -Place Concrete 4. Direction of Texturing: Parallel to pavement direction. 5. Inclined Vehicular Ramps: Broomed perpendicular to slope. E. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.8 FORM REMOVAL A. Forms shall not be removed before the expiration of the minimum number of days indicated below, except when specifically authorized. When conditions of the work are such as to justify it, forms may be required to remain in place for longer periods. 1. Sidewalks, driveways, driveway aprons: 4 days 2. Walls & vertical faces: 7 days 3.9 PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, mechanical injury and vandalism. B. Drill test cores where directed by the Project Manager, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy resin grout. C. Repair or replace broken or defective concrete, as directed by the Project Manager. D. Sweep concrete pavement and wash free of stains, discolorations, dirt and other foreign material just prior to Final Acceptance. 3.10 PATCHING A. Allow the Project Manager to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. C. Patch imperfections as directed in accordance with ACI 301. END OF SECTION Boynton Beach Utilities — Central Seacrest — Phase 1 TC - 03300 -8 Cast -in -Place Concrete APPENDIX `A' THE DOCUMENTS BEHIND THIS PAGE MUST ACCOMPANY PROPOSAL IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE EFL;. r 4 5 BID FORM PROJECT NO: 034 - 2821- 14 /DJL PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS— PHASE 1 Contractor to furnish and install water main replacement and stormwater system upgrades within the area identified as Central Seacrest Corridor — Phase 1 (Contract 1) to include but is not limited to new exfiltration trench, pavement overlay and miscellaneous upgrades to driveway aprons and sidewalks. (Submit One (1) Original + three (3) copies of this form to City of Boynton Beach, Florida, Procurement Services Division, 100 E. Boynton Beach Boulevard, Boynton Beach, Florida 33435 Submitted By Date. (BIDDER) To furnish and deliver all materials and to do and perform all WORK in accordance with the Bid Documents, as follows: In order to be considered for this project, the Bidder must have successfully completed a minimum of five (5) projects of similar scope and complexity over the past four (4) years, in the State of Florida, and must be able to document the required experience upon request. 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Contract with the CITY to perform and furnish all WORK as specified herein for the Contract Price and within the Contract Period indicated in this Bid. 2 This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening BIDDER will sign and submit the necessary documents required by the CITY within ten (10) days after the date of CITY's Award Letter. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that a BIDDER has examined the Bid Documents, including the following addenda: Number Date Number Date receipt of all of which is hereby acknowledged; b BIDDER has familiarized itself with the nature and extent of the Bid Documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the WORK. Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE c BIDDER has given the CITY written notice of all conflicts, errors or discrepancies that it has discovered in the Bid Documents and the written resolution thereof by the CITY is acceptable to BIDDER. 4. BIDDER proposes to furnish the WORK in conformity with the drawings and specifications and at the per item costs listed below. The Bid Prices quoted have been checked and certified to be correct. Such Bid Prices are fixed and firm and shall be paid to BIDDER for the successful completion of its obligation as specified in the Bid Documents. THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 2 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section Mobilization /Demobilization, Bonds, Insurance, Trench 1 1 11 B 1 Safety for OSHA Compliance, and General 1 LS $ $ Requirements Contractor shall be limited to a maximum of six percent (6 %) of the total bid price 2 1 11 B 2 Contractor to develop and implement, Maintenance of 1 LS $ $ Traffic (MOT) plans 3 1 11 B 4 Consideration for Indemnification 1 LS $ $ Provide National Pollutant Discharge Elimination System Permit (NPDES) and dewatenng permit from 4 1 11 C applicable agencies Contractor shall be limited to a 1 LS $ $ maximum of ( 25 %) of the total bid price. 5 1 11.D Pely rmit Allowance for Health Department Clearance 1 AL $2,000.00 $ 2,000 00 on 6 1 11 E Record Drawings 1 LS $ $ Furnish and Install 4 -Inch Ductile Iron (CL 350) Pipe 7 1 11 F Water Main including all Thrust Blocks, Restraining 33 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system. Furnish and Install 6 -Inch Ductile Iron (CL 350) Pipe 8 1 11 F Water Main including all Thrust Blocks, Restraining 138 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 3 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section Furnish and Install 8 -Inch Ductile Iron (CL 350) Pipe 9 1 11 F Water Main including all Thrust Blocks, Restraining 28 737 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system 10 1 11 F Furnish and Install Ductile Iron Compact Mechanical 11 TONS $ $ Joint Fittings (Tees, Elbows, Crosses, etc ) Furnish and Install additional 4- Inch /6- Inch /8 -inch 11 1 11 F Ductile Iron Fittings (Tees, Elbows, Crosses, etc.) 2 TONS $ $ Anticipated for unforeseen conflict locations 12 1 11 F Fill and flush assemblies - includes pigging wyes and 14 EA $ $ caps for line flushing. 13 1 11 G Open Cut Pavement Repair 7,980 LF $ $ 14 1 11 H Remove and dispose of existing fire hydrants 15 EA $ $ Furnish and install Sigelock Fire Hydrant Assemblies 15 1 11 H (with wrenches for every hydrant) on existing water 1 EA $ $ main, including tapping sleeve and valve, valve and appurtenances as shown on plans Furnish and install Sigelock Fire Hydrant Assemblies 16 1.11 H (with wrenches for every hydrant) on proposed water 52 EA $ $ main, including tee, valve and appurtenances 17 1 11 H Furnish spare Sigelock fire hydrants with wrenches for 10 EA $ $ every hydrant Boynton Beach Utilities - Central Seacrest - Phase 1 BF - 4 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section 18 1 11 H Furnish Sigelock fire hydrant traffic repair kits 6 EA $ $ 19 1 11 H Furnish Sigelock fire hydrant shoe repair kits 6 EA $ $ 20 1 11 I Furnish and install 16" x 8" Tapping Saddle Assembly, 2 EA $ $ including valve, and appurtenances 21 1 11 I Furnish and install 24" x 8" Tapping Saddle Assembly, 1 EA $ $ including valve, and appurtenances 22 1 11 I Furnish and install 20" x 8" Tapping Saddle Assembly, 2 EA $ $ including valve, and appurtenances 23 1 11 I Furnish and install 10" x 8" Tapping Saddle Assembly, 3 EA $ $ including valve, and appurtenances 24 1 11 I Furnish and install 4" x 4" Tapping Saddle Assembly, 1 EA $ $ including valve, and appurtenances 25 1 11 I Furnish and install 6" x 6" Tapping Saddle Assembly, 0 EA $ $ including valve, and appurtenances 26 1 11 I Furnish and install 10" x 6" Tapping Saddle Assembly, 3 EA $ $ including valve, and appurtenances 27 1 11 I Furnish and install 8" x 8" Tapping Saddle Assembly, 3 EA $ $ including valve, and appurtenances Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 5 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SC01025 ITEM NO Section DESCRIPTION EST QTY UNIT UNIT COST VALUE Furnish and install 8 -inch Gate Valve and 28 1 11 J appurtenances. 124 EA $ $ 29 111,J Furnish and install 6 -inch Gate Valve and 2 EA $ $ appurtenances 30 1 11 J Furnish and install 4 -inch Gate Valve and 1 EA $ $ appurtenances. Furnish and install automatic Air Release Valve This 31 1 11 J item includes, but is not limited to, air release valve, 21 EA $ $ strapping saddle, corporation stop, manhole, and appurtenances for the complete system 32 1 11 K Furnish and install all permanent sampling points 5 EA $ $ including all appurtenances and site restoration Furnish and install 1" water service including poly pipe, saddle, corporation stop & curb stop, including all 33 1 11 L appurtenances and site restoration Includes 215 EA $ $ connecting new service from new water main to the existing meter box Relocate existing water meter out of right -of -way including furnish and install 1" water service including 34 1 11 L poly pipe, saddle, corporation stop & curb stop, 8 EA $ $ including all appurtenances and site restoration. Includes connecting new service from new water main to the relocated meter box, Furnish and install 2" water service including poly pipe, saddle, corporation stop & curb stop, including all 35 1 11 L appurtenances and site restoration. Includes 81 EA $ $ connecting new service from the new water main to the existing meter box. Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 6 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01425 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section Relocate existing water meter out of nght -of -way including furnish and install 2" water service including 36 1 11 L poly pipe, saddle, corporation stop & curb stop 12 EA $ $ including all appurtenances and site restoration Includes connecting new service from new water main to the relocated meter box Water service (1 ") transfer from rear to front of property - complete water service installation including abandonments of existing meter location and pnvate seance line, installation of Contractor furnished matenals, completion of Right of Entry forms, plumbing 37 1 11 L permits, installation of private service line to the 250 EA $ $ existing house valve location and complete restoration Includes relocating the existing meter and box to the front of the property, furnishing and installing 1" water service, and connection of new services from new water main to the relocated meter 38 1 11 L Replace existing damaged meter box 50 EA $ $ 39 1 11 L Replace existing damaged touch read lid 50 EA $ $ 40 1 11,M Furnish and install 3" PVC casing pipe for services 3,780 LF $ $ including all restoration 41 1 11 M Furnish and install 4" PVC casing pipe for services 1,680 LF $ $ including all restoration 42 1 11 N Water main hne stop (4 ") including all restoration 2 EA $ $ Boynton Beach Utiidies - Central Seacrest - Phase 1 BF - 7 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section 43 1 11 N Water main line stop (6 ") including all restoration 8 EA $ $ 44 1 11 N Water main line stop (8 ") including all restoration. 8 EA $ $ 45 1.11 0 Remove and dispose of existing Asbestos Concrete 9,975 LF $ $ Pipe including all restoration Abandon in -place existing 4 -inch and larger water main pipe using grout (flowable), including plugs and all 46 1 11 P restoration Pertains to non - asbestos concrete pipe 578 LF $ $ that resides in hard surface (asphalt, concrete, pavers, etc ) Cut & Cap - Abandon in -place existing water main pipe 47 1 11 Q 4 -inch or larger in diameter and all restoration Pertains 4 EA $ $ to non - asbestos concrete pipe that resides in green area (sodded or landscaped) Cut & Cap - Abandon in -place existing water main pipe 48 1 11 Q less than 4 -inch in diameter and all restoration 10 EA $ $ Pertains to non - asbestos concrete pipe that resides in green area (sodded or landscaped) 49 1 11 R 4" thick concrete sidewalk replacement and restoration 32,651 SF $ $ 50 1 11 R 6" thick concrete sidewalk replacement and restoration. 19,158 SF $ $ Applies to locations where sidewalk crosses driveway 51 1 11.S Remove and replace Curb (FDOT Type D) 4,095 LF $ $ Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 8 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section 52 1 11 S Remove and replace Curb (FDOT Type F) 210 LF $ $ 53 1 11 S Remove and replace Header Curb (12" wide by 10" 25 LF $ $ thick) 54 1 11 T ADA Sidewalk Curb Ramps 30 EA $ $ 55 1 11 U Concrete dnveway apron removal / replacement 11,000 SY $ $ 56 1 11 U Asphalt dnveway apron removal / replacement 1,430 SY $ $ 57 1 11 U Paver driveway apron removal / replacement 121 SY $ $ 58 1 11 V Demolition of existing aggregate parking area (gravel 1,418 SY $ $ or limestone) and install swale 59 1 11 V Demolition of existing asphalt or concrete parking area 294 SY $ $ and install swale. 60 1 11 V Demolition of existing walkway and install swale 50 SY $ $ 61 1 11 W Flowable Fill (100 psi) 200 CY $ $ Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 9 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNiT UNIT COST VALUE Section Furnish and install 1" asphalt overlay replacement to 62 1 11 X the extent and locations shown on the plans This bid 67,095 •ss item shall include all temporary pavement markings, and the adjustment of manholes and covers. 63 El Asphalt Milling (1" minimum) 67,095 SY $ $ Furnish and install Exfiltration Trenches including 24" HDPE perforated pipe, fittings, trench shoring and 64 1 112 5,350 LF appurtenances associated with the exfiltration trench to deliver a functioning stormwater system 65 1 11 Z Furnish and install 24" HDPE pipe 400 LF 11.1 $ 66 1 112 Furnish and install 15" HDPE pipe 500 LF $ Furnish and install replacement pipe for sewer laterals in conflict with Exfiltration Envelope. This shall include 67 1 11 AA replacement of existing pipe with SDR 35, couplings, 65 EA $ adjustment of filter fabnc, all restoration, and all other work required to seal the exfiltration envelope around the new lateral pipe section Swale restoration as highlighted on the construction plans This shall include removal of existing 68 1 11 BB landscaping and landscaping features, excavation, 48,000 SY $ $ hauling, grading and sodding of swale areas with either Floratam or Bahia sod as required and restoration of the existing irrigation systems 69 1 11 CC Remove existing 15" drainage pipe including all 263 LF $ $ restoration Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 10 THIS PAGE TO BE SUBMITTED ALONG WiTH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO SC01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section 70 1 11 CC Remove existing 24" drainage pipe including all 588 LF $ $ restoration 71 1 11 DD Remove Existing Drainage Manholes /Inlets including all 6 EA $ $ restoration 72 1 11 EE Furnish and install Drainage Manholes including baffles 6 EA $ $ and all restoration 73 1 11 EE Furnish and install FDOT Type "C" inlets including all 70 $ $ grates, baffles, appurtenances, and restoration 74 1 11 EE Furnish and install FDOT Type "E" inlets including all 5 EA $ $ grates, baffles, appurtenances, and restoration 75 1 11,FF Installation of new drainage concrete inlet aprons 10 EA $ $ 76 1 11 GG Reconstruction of concrete catch basin aprons 6 EA $ $ Furnish and Install St Augustine Sod to be provided in 77 1 11 HH irrigated areas for incidental restoration based on 315 SY $ $ unforeseen conditions (not included in swale construction area) Furnish and Install Bahia Sod to be provided in non - 78 1.11.HH irngated areas for incidental restoration based on 315 SY $ $ unforeseen conditions (not included in swale construction area) novnton Beach Utilities - Central Seacrest - Phase 1 BF - 11 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ITEM NO 5C01025 DESCRIPTION EST QTY UNIT UNIT COST VALUE Section 79 1 11 II Temporary traffic paint 1 LS $ $ 80 1 11 II Permanent thermoplastic pavement markings including 1 LS $ $ reflective pavement markings 81 1 11.JJ Streetscape per plans (total of 5 sheets) 1 LS $ $ Furnish and install benches (Wabash Model 82 1 11 KK Urbanscape 6' arch back w/ divider arms — faux wood 2 EA $ $ weathered) and trash receptacles (Toter Model 860 -A, granrte) TOTAL BID (ITEMS 1 THRU 82) - PHASE 1: $ Total Bid /Project Cost Written: Dollars Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 12 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 5 BIDDER agrees that the WORK will be substantially completed within five - hundred and forty (540) calendar days after the receipt of the Notice to Proceed and final completion will occur within thirty (301 calendar days after the Notice of Substantial Completion 6 BIDDER accepts the provisions of the Contract as to liquidated damages in the event of failure to complete the WORK on time. 7 Communications concerning this Bid shall be as follows Contact Person Business Address City, State, Zip Code Business Phone Number Email Address Cell Phone Number 8 Other pertinent information is as follows: License Number (Please Attach Copy) Federal Tax ID# Federal Employment ID # Submitted on this day of , 20 a (If an individual, partnership, or non - incorporated organization) Signature of BIDDER By b. (If a corporation) (Affix Seal) Signature of BIDDER By Attested by Secretary Incorporated under the laws of the State of BID PRICES WITHOUT THE MANUAL SIGNATURE OF AN AUTHORIZED AGENT OF THE BIDDER SHALL BE REJECTED AS NON - RESPONSIVE, NON - CONFORMING AND INELIGIBLE FOR AWARD. Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 13 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CERTIFICATE (For Partnership) I HEREBY CERTIFY that a meeting of the partners of , a Partnership under the laws of the State of held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that as of the Partnership, is hereby authorized to execute the Bid Form dated , 20 , between the City of Boynton Beach, Florida, and this Partnership, and that the execution thereof, attested by the of the Partnership be the official act and deed of this Partnership." I further certify that such resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of , 20 (Signature) (Title) STATE OF FLORIDA COUNTY OF Swom to and subscribed before me on this day of , 20 by who ❑ is personally known to me or who ❑ has presented the following type of identification. . Signature of Notary Public, State of Florida Notary seal (stamped in black ink) OR Printed, typed or stamped name of Notary and Commission Number Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 14 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CERTIFICATE (For Corporation) I HEREBY CERTIFY that a meeting of the Board of Directors of , a corporation under the laws of the State of held on , 20 , the following resolution was duly passed and adopted* "RESOLVED, that , as of the Corporation, is hereby authorized to execute the Bid Form dated , 20 between the City of Boynton Beach, Florida, and this Corporation, and that the execution thereof, attested by the Secretary of the Corporation and with corporate seal affixed, shall be the official act and deed of this Corporation" I further certify that such resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _ day of , 20 Secretary STATE OF FLORIDA COUNTY OF Sworn to and subscribed before me on this day of , 20 by who ❑ is personally known to me or who ❑ has presented the following type of Identification Signature of Notary Public, State of Florida Notary seal (stamped in black ink) OR Printed, typed or stamped name of Notary and Commission Number Boynton Beach Utilities — Central Seacrest — Phase 1 BF - 15 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE r 7 BID BOND STATE OF FLORIDA ) COUNTY OF PALM BEACH ) KNOW ALL MEN BY THESE PRESENTS, that as Principal, and , as Surety, authorized to do business in the State of Florida are held and firmly bound unto the Owner, City of Bovnton Beach in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly to be made, we bond ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20 , for: BID NQ.: 034 - 2821- 14/DJL CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 NOW THEREFORE, A. If the principal shall not withdraw such Bid within ninety (90) days after date of opening of the same, and shall within ten (10) days after the prescribed forms are presented to the principal for signature, enter into a written Contract with the Owner in accordance with the Bid as accepted, and give bonds with goods and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B. In the event of the withdrawal of such Bid within the period specified, or the failure to enter into such Contract and give such bonds within the time specified, if the principal shall pay the Owner the difference between the amount specified in such Bid and the amount for which the Owner may procure the required work and supplies, if the latter amount be in excess of the former then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. C. This bond is given to comply with Section 255.05 Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. Boynton Beach Utilities — Central Seacrest — Phase 1 BB -1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals, this day of , 20, being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of is governing body. WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: Name of Firm WITNESS: Signature of Authorized Officer (affixed seal) Title Business Address City and State Boynton Beach Utilities — Central Seacrest — Phase 1 BB -2 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL SURETY: Corporate Surety WITNESS: Attorney -in -Fact (affix seal) Business Address City and State Name of Local Insurance Agency Boynton Beach Utilities — Central Seacrest — Phase 1 BB -3 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within bond; that who signed the such Bid Bond on behalf of the Principal, was then of such Corporation; that I know his signature, and his signature hereto is genuine; and that such bond was duly signed, sealed, and attested for and in behalf of such Corporation by authority of its goveming body. Secretary (corporate seal) STATE OF FLORIDA ) COUNTY OF PALM BEACH ) Before me, a Notary Public duly commissioned, qualified and acting, personally appeared to me well known, who being by me first duly sworn upon oath, says that he is the Attomey -in -Fact, for the and that he has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor for the Owner, the City of Boynton Beach. Boynton Beach Utilities — Central Seacrest — Phase 1 BB -4 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL CERTIFICATE AND AFFIDAVIT FOR BONDS TO: CITY OF BOYNTON BEACH COMMISSIONERS RE: Bid Number: Bidder. Name: Address: City/ State: ZIP: Phone: Bond Amount: SURETY BOND COMPANY: Name: Address: City/ State: ZIP: Phone: This is to certify that in accordance with Chapter 85 -104, Laws of Florida (HB 1266) the insurer named above: 1. Holds a certificate of authority authorizing it to write surety bonds in the state of Florida; 2. Has twice the minimum surplus and capital required by the Florida Insurance Code; and 3. Holds a current valid certificate of authority issued by the United States Department of Treasury under Sections 9304 to 9308 of Title 31 of the United States Code. Date Agent and Attorney -in -Fact Boynton Beach Utilities — Central Seacrest — Phase 1 BB -5 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL 0 0 0 li t* *stilt - - Ili I, 1 Ai lig • 10:::‘ u- � � d r O a U > 4 0 N O Z N X%. Z t 414 0 O tO 0- m 3 0 a mo Q Q O' m ow 0L 0 2 N oG 0 0 `` o o- 0 a o Z 9 C eti N Z ©�, 3 So to t.?� O N 0 wa co v ND 0- 0 to r mo o- � ti WW Z N -a 0a S 0 Ce J t 0 7 � O� 4 :.. a m 0 - p Y 0 0 0 b 0 Z a i m a 0- G r 1.10 l Y N Q mO N 2 0 Y e a? 13 L o r ` N 0 Y d 1!! r vim,- :"-'' "".0. 4 N 0 S In S 111 0 ° t � G Z p ct, O � Q `° *V 1Y W Z W Z ' �. d Z N N 7Q 0 t , 9 0 i % � , 0 4 ° o e 0 .4 m i-•• 0 y a cc p N O N Q ? t�� Z ., O 0 o ,....1 O Rio 8 p 3 � cc 141. Ul 0 oG U O p. r y "' u- o u- s 7 O- O Z> 1 Y 0 .� N N � 0 0 , o Z a Y �, O d to z y N .o ., 05 t) a4 cA 4 - O 0 o .,-, r -c. cc Y 0 Z 4 °Z ZZ �.$)v- Z qt a r 0 vs S r 0 0- tl- W ill 11/ i; t N a 3 Y 4 C Z'" y y t� 01 la W Y CC y Y� 0 dp c4 0 a- W ©mom Y 4 y Z O CHECK OFF LIST FOR CONSTRUCTION PROJECTh REQUIRED SUBMITTAL FORMS AND DOCUMENTS FORM /ATTACHMENT DESCRIPTION PAGE NO. YES NO N/A CONFIRMATION OF DRUG -FREE WORKPLACE DFW -1 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER NCA -1 ANTI - KICKBACK AFFIDAVIT AKA -1 TRENCH SAFETY ACT TSA -1 SAFETY PROGRAM COMPLIANCE SPC -1 Current Safety Program Attachment_aer SPC -1 WARRANTIES WAR -1 CONFIRMATION OF MINORITY OWNED BUSINESS MOB -1 Verification if applicable Insert CONFIRMATION OF DRUG -FREE WORKPLACE DFW -1 SCHEDULE OF SUBCONTRACTORS SSC /MBE -1 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGEMENT OIG -1 STATEMENT OF NO BID (if applicable) NB -1 COMPUTER GENERATED HORIZONTAL BAR CHART — PROJECT SCHEDULE Insert COPIES OF COMPLETE SUBMITTAL — One (1) Original and three (3) copies Insert Required - Central 5eacrest — Phase 1 CKL -2 THIS PAGE MUST BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 67 90 00 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 BIDDER: DATE SUBMITTED: We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete /provide the work specified by the Contract documents. Having studied the documents prepared by: CITY OF BOYNTON BEACH and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM NO. DATE NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID Boynton Beach Utilities — Central Seacrest — Phase 1 A - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425 -0310 Telephone: (561) 742 -6322 Broadcast Date: Bid Title: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 Bid Number: #034 - 2821- 14 /DJL Bid Received By: WEDNESDAY, JUNE 25, 2014, NO LATER THAN 2:00 P.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: Wednesday, June 25, 2014, no later than 2:00 P.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Federal I.D. Number: A Corporation of the State of: Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City /State /Zip: Vendor Mailing Date: Authorized Signature Name Typed Boynton Beach Utilities — Central Seacrest — Phase 1 BA - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL BIDDER'S QUALIFICATIONS STATEMENT BIDDER shall furnish the following information. All questions to be answered in full, without exception. If copies of other documents will provide the appropriate answer to the question, they may be attached and clearly labeled. Failure to comply with this requirement will render Bid non - responsive and may cause its rejection. Additional sheets shall be attached as required. 1 BIDDER'S Name, Principal Address, Phone and Fax Number* 2 Number of years as a Contractor in this type of work: 3 Names and titles of all officers, partners or individuals doing business under trade name: 4 The business is a: Sole Proprietorship ❑ Partnership ❑ Corporation _ 5 Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract. 6. What is the last project of this nature that you have completed? 7 Have you ever failed to complete work awarded to you If so, when, where and why? Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 8 Have you personally inspected the proposed WORK and do you have a complete plan for its performance? 9 List CM's or GC's your company has worked for within the past three years. (List 2 other than those shown below) CM /GC Contact Tel No. 1 Person Fax CM/GC Contact Tel No 2 Person Fax 10 List five (5) SIGNIFICANT PROJECTS completed within the past four (4) years. Your $ Project Location Subcontract $ Date No 1 Amount Completed Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No 2 Amount Completed Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No. 3 Amount Completed Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No 4 Amount Completed Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No 5 Amount Completed Contracting Contact Tel Agency Person Fax Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 2 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 11 List three SIGNIFICANT PROJECTS currently under construction. Your $ Project Location Subcontract $ Date No 1 Amount Completed Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No 2 Amount Completed. Contracting Contact Tel Agency Person Fax Your $ Project Location Subcontract $ Date No 3 Amount Completed Contracting Contact Tel Agency Person Fax. 12 List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 13. State the name and licensing of the individual who will have personal supervision of the WORK 14 Will you sublet any part of this WORK? If so, give details. 15 What equipment do you own that is available for the WORK? 16 What equipment will you purchase for the proposed WORK? Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 3 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 17. What equipment will you rent for the proposed WORK? 18. Has the Bidder or any principals of the Firm failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last five (5) years? If yes, please explain below: 19 List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each petition. 20 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. 21 Has the Bidder paid liquidated damages to a public entity for a public project that was delayed more than ten (10) days within the past forty -eight (48) months? If yes, provide detailed information. 22. Has the Bidder paid liquidated damages to a public entity for a public project that was delayed more than ten (10) days, within the past forty -eight (48) months? If yes, provide detailed information 23. Has the Bidder incurred cost over -runs in excess of ten percent (10 %) of the amount of the contract amount on a public entity construction project within the past forty -eight (48) months? If yes, provide detailed information. Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 4 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Is the Bidder currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity? If yes, specify in details the circumstances and prospects for resolution 25. Bank References (include name, job title, and telephone number of contact person) — Minimum 1 26 Annual Average Services Revenue of the Proposer for the last three years as follows Revenue Index Number a. Government Related Work b. Non - Governmental Related Work Total Work (a +b): Services Revenue Index Number 1 Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to Tess than $500,000 4. $500,000 to less than $1 million 5. $1 million to Tess than $2 million 6. $2 million to less than $5 million 7. $5 million to Tess than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater REMAINDER OF THE PAGE LEFT BLANK INTENTIONALLY Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 5 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 27. Principal Materials Manufacturer and Subcontractors. The BIDDER who proposes to perform WORK specified and shown on the Drawings is submitting this Bid Form. The Schedule of Bid Prices shown on the preceding pages(s) has been calculated and tabulated using basic material prices. The following is a list of material manufacturers and subcontractors whose materials and services such BIDDER proposes to furnish and utilize if awarded a CONTRACT for the WORK specified herein and shown on the Plans. It is understood that the following list is not complete, but includes the names of manufacturers of the principal components and subcontractors supplying principal services to such project. It is also understood that if awarded a Contract, the BIDDER will fumish the materials of the manufacturers and utilize the services of the subcontractors stated herein and that if for any reason whatsoever BIDDER wishes to substitute materials or subcontractors BIDDER shall request permission in writing from the CITY stating fully the reason for making such a request prior to ordering same. All manufacturers or their authorized vendors have been made aware of all the appropriate portions of the Bid Documents and agree that their materials will meet all of the requirements stated therein and deliveries will be scheduled so as not to impede the progress of the WORK Materials: Item Manufacturer • • • • Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 6 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE The BIDDER acknowledges and understands that the information contained in response to this Qualification's Statement shall be relied upon by CITY in awarding the contract and such information is warranted by BIDDER to be true. The discovery of any omission or misstatement that materially affects the BIDDER'S qualifications to perform under the contract shall cause the CITY to reject the Bid, and if after the award, to cancel and terminate the award and /or contract The BIDDER also acknowledges that all information listed above may be checked by the CITY and authorizes all entities or persons listed above to answer any and all questions. BIDDER hereby Indemnifies the CITY and persons or entities listed above and hold them harmless from any claim arising from such authorization or the exercise thereof, including the dissemination of information requested above. By (Signature) Date Boynton Beach Utilities — Central Seacrest — Phase 1 BQ - 7 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE CONFIRMATION OF DRUG -FREE WORKPLACE IDENTICAL TIE BIDS Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, 1 certify that this firm complies fully with the above requirements. Vendor's Signature Boynton Beach Utilities — Central Seacrest — Phase 1 DFW - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE (t NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of ) • County of ) , being first duly sworn, deposes and says that: 1) He is of (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Such bid is genuine and is not a collusive or sham bid; 4) Further, such bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the (Local Public Agency) or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me This day of , 20 My commission expires Boynton Beach Utilities — Central Seacrest — Phase 1 NCA - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ANTI - KICKBACK AFFIDAVIT STATE OF FLORIDA ) : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: NAME - SIGNATURE Sworn and subscribed before me this day of , 20 Printed Information: NAME TITLE NOTARY PUBLIC, State of Florida at Large COMPANY "OFFICIAL NOTARY SEAL" STAMP Boynton Beach Utilities — Central Seacrest — Phase 1 AKA - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Y TRENCH SAFETY ACT AFFIDAVIT On October 1, 1990, House Bill 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Proposer, by virtue of its signature below, affirms that it is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Contractor and its subcontractors. The proposer is also obligated to identify its anticipated method and cost of compliance with the applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT (90 -96 LAWS OF FLORIDA). THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. IN ORDER TO BE CONSIDERED RESPONSIVE, THE PROPOSERS MUST COMPLETE* THIS FORM, I.E. IDENTIFY THE COSTS AND METHODS SUMMARIZED BELOW, SIGN AND SUBMIT IT WITH THEIR BID DOCUMENTS. Name of Proposer Authorized Signature of Proposer *COMPLETION REQUIRES PROPOSERS TO FILL IN THE APPROPRIATE DETAILS UNDER THE FOLLOWING HEADINGS: Description Unit Quantity Unit Price Extended Price Method Boynton Beach Utilities — Central Seacrest — Phase 1 TSA - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Y' SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non - compliance of the safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. AUTHORIZED SIGNATURE Boynton Beach Utilities — Central Seacrest — Phase 1 SPC - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE rr WARRANTIES In consideration of, and to induce the Award of THE CITY OF BOYNTON BEACH, FLORIDA, Construction Contract described in these Bid Documents, the Contractor represents and warrants to the City of Boynton Beach, Florida: 1 The Contractor is financially solvent and sufficiently experienced and competent to perform all of the work required of the Contractor in the Construction Contract; and 2 That the facts stated in the Contractor's Bid and information given the Contractor pursuant to the request or proposal for Bids, instructions to Contractors and Specifications are true and correct in all respects; and 3 That the Contractor has read and complied with all of the requirements set forth in the request for Bids, instructions to Contractors and Specifications; and 4 That the Contractor warrants all materials supplied by it under the terms of the Construction Contract are delivered to the City of Boynton Beach, Florida, free from any security interest, and other lien, and that the Contractor is a lawful owner having the right to sell the same and will defend the conveyance to the City of Boynton Beach, Florida, against all persons claiming the whole or any part thereof; and 5. That the materials supplied to the City of Boynton Beach, Florida, under the Construction Contract are free from the nghtful claims of any persons whomsoever, by way of patent or trademark infringement or the like; and 6 That the materials supplied under the Construction Contract are merchantable within the meaning of the Uniform Commercial Code Section 2 -314; and 7 That the materials supplied under the Construction Contract are free from defects in materials and workmanship under normal use and service and that any such materials found to be defective shall be replaced by the Contractor as per the attached Warranty. 8 That the materials supplied pursuant to the Construction Contract are fit for the purposes for which they are intended to be used; that under normal use and maintenance the material will continue to be fit for such purposes for the warranty period after delivery, provided that the City shall give the Contractor notice that the materials failed to fulfill the warranty; such notice shall state in what respect the materials have failed to fulfill the warranty, where upon the Contractor shall be allowed a reasonable time after receipt of such notice to correct the defect and the City agrees to cooperate in this regard. If the materials cannot be made to fulfill the Contract within the warranty period the Contractor will either furnish duplicate materials, or at its option refund the amount paid, which shall constitute a settlement in full for all damages occasioned by reason at this warranty of fitness; and 9 That this Warranty is included in exposures for which the Contractor has products liability and completed operations insurance, in minimum amounts of One Hundred Thousand ($100,000.00) Dollars for property damage and Three Hundred Thousand ($300,000.00) Dollars for personal injury as shown on the Certificates of such Insurance attached hereto, and the Contractor agrees to keep such insurance coverage during the penod of this Warranty; and Boynton Beach Utilities — Central Seacrest — Phase 1 WAR - 1 THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 10 That it is an express condition of this Warranty that the item(s) hereby warranted shall be operated and maintained by the City in accordance with the manufacturer's recommendations as to those portions of the item(s) that are not fabricated by the Contractor, and in accordance with the Contractor's recommendations, a copy of which has either been supplied to the City of Boynton Beach should maintain complete and accurate records made at the time of performance of maintenance showing compliance with such instructions, and by acceptance of this Warranty, the City of Boynton Beach, Florida, agrees to present such records to the Contractor upon request in the event of a claim hereunder by the City; 11. The foregoing Warranties apply as a minimum and are supplemental to other Warranties offered. They are not substituted, but in addition to, any other Warranties offered, and 12 That it is agreed and understood by the Contractor that the City of Boynton Beach, Florida, is induced to enter the Construction Contract in reliance upon this Warranty. SIGNED, sealed and delivered on this _ day of , 20 (SEAL) CONTRACTOR: By ATTEST: Secretary Boynton Beach Utilities — Central Seacrest — Phase 1 WAR - 2 THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Y .. CONFIRMATION OF MINORITY OWNED BUSINESS This requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Retum this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification Boynton Beach Utilities — Central Seacrest — Phasel MOB - 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE t r 'fr SCHEDULE OF SUBCONTRACTING /MINORITY BUSINESS ENTERPRISE (MBE/WBE) PARTICIPATION BIDDERS ARE TO SUBMIT A DETAILED LISTING OF ANY SUBCONTRACTOR(S) PARTICIPATION OF ANY PORTION OF THIS PROJECT FOR ANY REASON. BID TITLE: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 BID #034- 2821- 14 /DJL MAIN CONTRACTOR NAME: *MINORITY TYPES: (1) BLACK; (2) HISPANIC; (3) WOMEN; (4) OTHER (specify) MINORITY NAME /ADDRESS/ PHONE OF TYPE OF WORK STATUS TYPE CERTIFIED DOLLAR % OF SUBCONTRACTOR TO BE 0 *(see r) AMOUNT TOTAL PERFORMED Yes No key Yes No above) Boynton Beach - Central Seacrest — Phase 1 SSC /MBE -1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE r PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT BID NO.:034- 2821- 14 /DJL BID TITLE: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR NAME By Title: Date: Boynton Beach Utilities — Central Seacrest — Phase 1 OIG -1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE STATEMENT OF NO BID If you are not bidding on this service /commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 100 E. Boynton Beach Boulevard, P.O. Box 310, Boynton Beach, Florida 33425 -0310. Failure to respond may result in deletion of vendor's name from the qualified bidders list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid # 034 - 2821 14 /DJL for CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 because of the following reasons: Specifications too "tight ", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: Boynton Beach Utilities — Central Seacrest — Phase 1 NB -1 IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES APPENDIX "B" DRAFT CONTRACT AGREEMENT J {. fY ` CONSTRUCTION CONTRACT CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 THIS AGREEMENT is entered into between the CITY OF BOYNTON BEACH, a municipal corporation, hereinafter referred to as "CITY ", and , a corporation partnership sole proprietor authorized to do business in the State of Florida, hereinafter referred to as the "CONTRACTOR ". WHEREAS, the CITY has awarded to the CONTRACTOR the work of performing certain construction services. WHEREAS, at its meeting of , 20 by Resolution No.: , the CITY Commission authorized the proper CITY officials to execute this Contract hereinafter referred to as Contract No: , and; NOW, THEREFORE, CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. SCOPE OF WORK. CONTRACTOR shall furnish all plant, labor, materials, and equipment and perform all the necessary WORK in the manner and form provided in the Contract Documents entitled: , Invitation to Bid # . Article 2. CONSULTANT. Inc. ( "CONSULTANT ") has designed the Project and will assume all duties and responsibilities and will have the rights and authority assigned to CONSULTANT in connection with completion of the WORK in accordance with the Contract Documents. Article 3. CONTRACT TIME; LIQUIDATED DAMAGES. 3.1 The WORK will be substantially completed within calendar days from the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14 9 of the General Conditions within 30 calendar days from the date of Substantial Completion. 3.2 Liquidated Damages. The CITY and CONTRACTOR recognize and acknowledge that time is of the essence of this Contract and that the CITY will suffer financial loss if the WORK is not completed within the times specified in paragraph 3 1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions Each of the parties acknowledges that it has attempted to quantify the damages which would be suffered by the CITY in the event of the failure of CONTRACTOR to perform in a timely manner, but neither one has been capable of ascertaining such damages with a certainty. CITY and CONTRACTOR also recognize and acknowledge the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the CITY if the WORK is not completed on time. Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) Boynton Beach Utilities — Central Seacrest — Phase 1 C -1 CONTRACTOR shall pay the CITY, Dollars ($ ) for each day that expires after the time specified in paragraphs 3.1 for substantial completion until the WORK is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining WORK within the Contract Time or any proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY Dollars ($ ) for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment Article 4. CONTRACT PRICE. CITY shall pay CONTRACTOR, for faithful performance of the Contract, in lawful money of the United States of America, and subject to the additions and deductions as provided in the Contract Documents, a total sum as follows Based on the Contract prices shown in the Bid Form submitted to the CITY as subsequently revised and as stated herein, a copy of such Bid Form being a part of the Contract Documents, the aggregate amount of this Contract (obtained from either the lump sum price, the application of unit prices to the quantities shown in the Bid Form or the combination of both) not to exceed: (Written) (Numerical) Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions CITY will process Applications for Payment as provided in the General Conditions. 51 Progress Payments CONTRACT may submit an Application for Payment as recommended by CONSULTANT, for WORK completed during the Project at intervals of not more than once a month. All progress payments will be on the basis of the progress of WORK measured by the schedule of values established in Paragraph 2.9.1 of the General Conditions and in the case of Unit Price Work based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements. 5.2 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of WORK completed, but, in each case, Tess the aggregate of payments previously made and less such amounts as CONSULTANT shall determine, or CITY may withhold, in accordance with paragraph 14.5 of the General Conditions. 5 3 CONTRACTOR shall submit with each Application for Payment, and updated progress schedule acceptable to the CITY and a Warranty of Title /release of liens relative to the Work that is the subject of the Application. Each Application for Payment shall be submitted to the CITY for approval. The CITY shall make payment to the CONTRACTOR within thirty (30) days after approval by the CITY of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. 5 4 Ten percent (10) of all monies earned by the CONTRACTOR shall be retained by CITY until fifty (50) percent completion of the construction services purchased (defined as that point at which fifty (50) percent of the construction of the work as defined in the Contract Schedule of Values has been performed under the contract by the CONTRACTOR) has been reached 5 5 After fifty (50) percent completion of the construction work purchased under the Contract has been reached, five (5) percent of all monies earned by the CONTRACTOR shall be Boynton Beach Utilities — Central Seacrest — Phase 1 C -2 retained by the CITY until Final Completion and acceptance by CITY. 5.6 The CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from Toss on account of a. Defective Work not remedied. b Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR c. Failure of CONTRACTOR to make payments properly to SubCONTRACTORs or for material or labor. d. Damage to another CONTRACTOR not remedied. e. Liquidated damages and costs incurred by the CITY for extended construction administration. When the above grounds are removed or resolved or CONTRACTOR provides a surety bond or consent of Surety, satisfactory to the CITY, which will protect the CITY in the amount withheld, payment may be made in whole or in part. 5.7 Final Payment. Upon final completion and acceptance of the WORK in accordance with paragraph 14.10 of the General Conditions, CITY shall pay the remainder of the Contract Price as recommended by CONSULTANT as provided in paragraph 14.10. Article 6. CONTRACTOR GUARANTEE. CONTRACTOR warrants all work, materials and equipment shall be free from damages and /or defects owing to faulty materials or workmanship for a period of one (1) year after completion of the WORK covered by this Contract. The CONTRACTOR, free of all costs to the CITY, shall replace any part of the equipment, materials, or work included in this Contract, which proves to be defective by reason of faulty materials, damages, and /or workmanship within twelve (12) month period. Article 7. CONTRACT DOCUMENTS. The Documents hereinafter listed shall form the Contract and they are as fully a part of the Contract as if attached hereto: 7.1 Invitation to Bid 7.2 Instructions to Bidders 7.3 Bid Forms (including the Bid, Bid Schedule(s), Information Required of Bidder, Approved Bid Bond, and all required certificates, affidavits and other documentation) 7.4 Contract 7.5 Contractor's Performance and Payment Bond 7.6 General Conditions 7.7 Supplementary Conditions 7.8 Technical Specifications 7.9 Drawings entitled: Cover, 7 10 Addendum No. 1 Dated ARTICLE 8. NOTICE: All notices required in this Contract shall be sent by certified mail, return receipt requested and if sent to the CITY shall be mailed to: Boynton Beach Utilities — Central Seacrest — Phase 1 C -3 City of Boynton Beach Copy to: Procurement Services Division Attn Attn: Director of Finance City of Boynton Beach 100 E Boynton Beach Boulevard 100 E Boynton Beach Boulevard Boynton Beach, FL 33425 Boynton Beach FL 33425 Tel (561) Tel (561) 742 -6311 Fax (561) Fax (561) 742 -6316 And if sent to the CONTRACTOR shall be mailed to: CONTRACTOR ADDRESS C ITY /STATE /ZIP Attn. Tel: Fax. Article 9. INDEMNITY. In consideration of Twenty-Five Dollars ($25.00) in hand paid and other valuable consideration, receipt of which is hereby acknowledged, CONTRACTOR agrees to defend, indemnify and hold harmless the CITY, its agents and employees, in accordance with paragraph 6.17 of the General Conditions which is incorporated herein and made a part hereof as if fully set forth herein. It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statutes 725.06. It is further the specific intent and agreement of said parties that all of the Contract Documents on this Project are hereby amended to include the foregoing indemnification and the Specific Consideration. Article 10. REIMBURSEMENT OF CONSULTANT EXPENSES. Should the completion of this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of consulting and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion All such expenses for consulting and inspection incurred by the CITY will be charged to CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Contract. Said expenses shall be further defined as CONSULTANT charges associated with the construction contract administration, including resident project representative costs Article 11. MISCELLANEOUS. 11 1 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 11 2 CITY and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents Boynton Beach Utilities — Central Seacrest — Phase 1 C -4 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of , 20 CITY OF BOYNTON BEACH City Manager Contractor Attest/Authenticated: Title (Corporate Seal) City Clerk Approved as to Form: Attest/Authenticated: Office of the City Attorney Secretary Boynton Beach Utilities — Central Seacrest — Phase 1 C -5 APPENDIX "C" ATTACHMENTS Utilities Department BOND NO.: PERFORMANCE BOND NOTE: Bonds must be recorded in the Legal Records Department of Palm Beach County, Florida. Proof of recordation must be submitted along with this Form. One (1) set of originals will be required. KNOW ALL MEN BY THESE PRESENTS: that (insert name of Contractor) as Principal, (address or legal title of Contractor) hereinafter called Contractor, and (name and address of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P.O. BOX 310, BOYNTON BEACH, FLORIDA 33425 -0310 as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , 20 entered into a contract with Owner for in accordance with drawings and specifications prepared by which contract is by reference made a part of hereof, and is hereinafter referred to as the Contract. Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform such Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the most responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the most responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion Tess the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price ", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the contract and any amendments thereto, Tess the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of one (1) year from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. This bond is issued in compliance with Section 255.05, Florida Statutes as may be amended. A claimant, except a laborer, who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 45 days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Contractor with a notice that he intends to look to the bond for protection. A claimant who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 90 days after performance of the labor or after complete delivery of the materials or supplies, deliver to the Contractor and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. No action for the labor, materials, or supplies may be instituted against the Contractor or the Surety unless both notices have been given. No action shall be instituted against the Contractor or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies. Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 2 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD Signed and sealed this day of , 20 . Principal (Seal) Witness Title Surety Witness Attorney -in -Fact END OF PERFORMANCE BOND Boynton Beach Utilities - Central Seacrest — Phase 1 PFB- 3 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD BOND NO.: PAYMENT BOND NOTE: Bonds must be recorded in the Legal Records Department of Palm Beach County, Florida. Proof of recordation must be submitted along with this Form. One (1) set of originals will be required. THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that (insert name of Contractor) as Principal, (address or legal title of contractor) hereinafter called Principal, and (name and address of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF BOYNTON BEACH, P.O. BOX 310, BOYNTON BEACH, FLORIDA 33425 -0310 as Obligee, hereinafter called Owner, for the use and benefit of claimants as herebelow defined, in the amount of Dollars ($ ), for payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, Principal has by written agreement dated 20 , entered into a contract with Owner for in accordance with drawings and specifications prepared by which contract is by reference made a part of hereof, and is hereinafter referred to as the Contract NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor, material or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which such claimant is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for when the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer. b. After the expiration of one (1) year following the date on which Principal ceased work on such Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c. Other than in a State Court of competent jurisdiction in and for the County or other political subdivision of the State in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of a payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics liens which may be filed of record against such improvements, whether or not claim for the amount of such lien be presented under and against this bond. 5. This bond is issued in compliance with Section 255.05, Florida Statutes, as may be amended. A claimant, except a laborer, who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 45 days after Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 2 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Contractor with a notice that he intends to look to the bond for protection. A claimant who is not in privity with the Contractor and who has not received payment for its labor, materials, or supplies shall, within 90 days after performance of the labor or after complete delivery of the materials or supplies, deliver to the Contractor and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. No action for the labor, materials, or supplies may be instituted against the Contractor or the Surety unless both notices have been given No action shall be instituted against the Contractor or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies. Signed and sealed this day of , 20 . Principal (Seal) Witness Surety Witness Attorney -in -Fact END OF PAYMENT BOND Boynton Beach Utilities — Central Seacrest — Phase 1 PYB- 3 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED AT AWARD CITY OF BOYNTON BEACH WARRANTY OF TITLE STATE OF FLORIDA COUNTY OF , being first duly swom, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) a Florida Corporation () Check One a Florida General Partnership () a Florida Limited Partnership ( ) a Sole Proprietor ( ) which is named in Construction Contract dated the day of 20 , between such corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Final Application for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, materialmen and subcontractors have been paid for performing or furnishing the work, labor or materials upon such Contract work covered by the aforesaid Final Application for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Affiant Sworn to and subscribed before me this day of , 20 Notary Public, State of Florida at Large My Commission expires: (SEAL) END OF WARRANTY OF TITLE Boynton Beach Utilities — Central Seacrest — Phase 1 WT - 1 THIS FORM SHALL BE EXECUTED BY CONTRACTOR AND SUBMITTED WITH FINAL APPLICATION FOR PAYMENT City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A M Best Co of "B +" or higher (NOTE An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products - Comp /Op Agg $ 1,000,000 00 Owners & Contractor's Protective (OCP) Personal & Adv Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000 00 Professional Liability Fire Damage (any one fire) $ 50,000 00 Employees & Officers Med Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability Automobile Liability Combined Single Limit $ 500,000 00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident)to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Intermodal Garage Liability Auto Only, Each Accident $ 1,000,000 00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000 00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 Property Homeowners Revocable Permit $ 300,000 00 Builder's Risk Limits based on Project Cost Other - As Risk Identified to be determined INSURANCE ADVISORY FORM CONTRACTOR, and SubContractor, any $11,000,001 to $2,400 supplier, any other person or organization, or to $12,000,000 any surety or employee or agent of any of them, $12,000,001 and $2500 for damages ansing out of or resulting from (i) over delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control For each day that expires after the time specified of both parties including but not limited to fires, in Paragraph 2 3 — Notice to Proceed, for floods, epidemics, abnormal weather conditions, Substantial Completion until the Work is acts of God or acts of neglect by utility owners or substantially complete. other contractors performing work as contemplated by Article 7 — Related Work at Site 12 2.2 After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the 12 2 LIQUIDATED DAMAGES remaining Work within the Contract Time or any proper extension thereof granted by the CITY, 12 21 The CITY and CONTRACTOR recognize and CONTRACTOR shall pay CITY: acknowledge that time is of the essence of this Contract and that the CITY shall suffer financial LIQUIDATED loss if the Work is not completed within the times BASE BID DAMAGES PER specified in Paragraph 2 3 — Notice to Proceed DAY plus any extensions thereof allowed in $1,000 to $20,000 $25 00 accordance with Article 12 — Change of Contract $20,001 to $75,000 $50.00 Time Each of the parties acknowledge that it $75,001 to $125 00 has attempted to quantify the damages which $150,000 would be suffered by CITY in the event of the $150,001 to $187 50 failure of CONTRACTOR to perform in a timely $350,000 manner, but neither one has been capable of $350,001 to $200 00 ascertaining such damages with any certainty. $750,000 CITY and CONTRACTOR also recognize and $750,001 to $250 00 acknowledge the delays, expenses and $1,000,000 difficulties involved in providing proof of such $1,000,001 to $300 00 damages in a legal proceeding, the actual loss $2,000,000 suffered by the CITY if the Work is not completed $2,000,001 to $370 00 on time Accordingly, instead of requinng any $3,000,000 such proof, the CITY and CONTRACTOR agree $3,000,001 to $400 00 that as liquidated damages for delay (but not as $4,000,000 a penalty) CONTRACTOR shall pay the CITY $4,000,001 to $425 00 $5,000,000 BASE BID LIQUIDATED $5,000,001 to $450 00 DAMAGES PER DAY $6,000,000 $1,000 to $20,000 $100 $6,000,001 to $475 00 $20,001 to $75,000 $200 $7,000,000 $75,001 to $150,000 $500 $7,000,001 to $500 00 $150,001 to $750 $8,000,000 $350,000 $8,000,001 to $525.00 $350,001 to $800 $9,000,000 $750,000 $9,000,001 to $550 00 $750,001 to $1,000 $10,000,000 $1,000,000 $10,000,001 to $575 00 $1,000,001 to $1200 $11,000,000 $2,000,000 $11,000,001 to $600 00 $2,000,001 to $1,500 $12,000,000 $3,000,000 $12,000,001 and $3,000,001 to over $625.00 $4,000,000 $1,600 $4,000,001 to $1700 For each day that expires after the time specified in $5,000,000 Paragraph 2 3 — Notice to Proceed. $5,000,001 to $1,800 $6,000,000 12 2 3 This sum is not a penalty The CITY reserves the $6,000,001 to $1 900 rght to additionally recover direct job site $7,000,000 expenses, including CONSULTANT'S expenses $7,000,001 to $2 000 incurred during the penod of any delay The $8,000,000 CONTRACTOR shall be liable for liquidated $8,000,001 to $2100 damages even if the Contract is terminated by $9,000,000 the CITY for cause or if the CONTRACTOR $9,000,001 to $2200 abandons the Work The liability of the $10,000,000 CONTRACTOR and its surety or sureties for $10,000,001 to $2,300 damages provided by this Article is Point and $11,000,000 several Boynton Beach — Lake Boynton Estates Utility Improvements GC - 37 CONTRACTOR, and SubContractor, any $11,000,001 to supplier, any other person or organization, or to $12,000,000 $2,400 any surety or employee or agent of any of them, $12,000,001 and $2,500 for damages ansing out of or resulting from (i) over delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control For each day that expires after the time specified of both parties including but not limited to fires, in Paragraph 2 3 - Notice to Proceed, for floods, epidemics, abnormal weather conditions, Substantial Completion until the Work is acts of God or acts of neglect by utility owners or substantially complete, other contractors performing work as contemplated by Article 7 - Related Work at Site 12,2.2 After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the 12 2 LIQUIDATED DAMAGES remaining Work within the Contract Time or any proper extension thereof granted by the CITY, 12 21 The CITY and CONTRACTOR recognize and CONTRACTOR shall pay CITY• acknowledge that time is of the essence of this Contract and that the CITY shall suffer financial LIQUIDATED loss if the Work is not completed within the times BASE BID DAMAGES PER specified in Paragraph 2.3 - Notice to Proceed DAY plus any extensions thereof allowed in $1,000 to $20,000 $25 00 accordance with Article 12 - Change of Contract $20,001 to $75,000 $50 00 Time Each of the parties acknowledge that it $75,001 to $125.00 has attempted to quantify the damages which $150,000 would be suffered by CITY in the event of the $150,001 to $187 50 failure of CONTRACTOR to perform in a timely $350,000 manner, but neither one has been capable of $350,001 to $200,00 ascertaining such damages with any certainty. $750,000 CITY and CONTRACTOR also recognize and $750,001 to $250 00 acknowledge the delays, expenses and $1,000,000 difficulties involved in providing proof of such $1,000,001 to $300 00 damages in a legal proceeding, the actual loss $2,000,000 suffered by the CITY if the Work is not completed $2,000,001 to $370 00 on time Accordingly, instead of requiring any $3,000,000 such proof, the CITY and CONTRACTOR agree $3,000,001 to $400 00 that as liquidated damages for delay (but not as $4,000,000 a penalty) CONTRACTOR shall pay the CITY $4,000,001 to $425 00 $5,000,000 BASE BID LIQUIDATED $5,000,001 to $450 00 DAMAGES PER DAY $6,000,000 $1,000 to $20,000 $100 $6,000,001 to $475.00 $20,001 to $75,000 $200 $7,000,000 $75,001 to $150,000 $500 $7,000,001 to $500 00 $150,001 to $750 $8,000,000 $350,000 $8,000,001 to $525 00 $350,001 to $800 $9,000,000 $750,000 $9,000,001 to $550.00 $750,001 to $1,000 $10,000,000 $1,000,000 $10,000,001 to $575.00 $1,000,001 to $1,200 $11,000,000 $2,000,000 $11,000,001 to $600 00 $2,000,001 to $1,500 $12,000,000 $3,000,000 $12,000,001 and $625.00 $3,000,001 to $1,600 over $4,000,000 $4,000,001 to $1,700 For each day that expires after the time specified in $5,000,000 Paragraph 2 3 - Notice to Proceed $5,000,001 to $1,800 $6,000,000 12.2 3 This sum is not a penalty The CITY reserves the $6,000,001 to $1 nght to additionally recover direct lob site $7,000,000 expenses, including CONSULTANT's expenses $7,000,001 to $2,000 incurred dunng the penod of any delay The $8,000,000 CONTRACTOR shall be liable for liquidated $8,000,001 to $2,100 damages even d the Contract is terminated by $9,000,000 the CITY for cause or if the CONTRACTOR $9,000,001 to $2 200 abandons the Work The liability of the $10,000,000 CONTRACTOR and its surety or sureties for $10,000,001 to $2,300 damages provided by this Article is Joint and $11,000,000 several Boynton Beach - Lake Boynton Estates Utility Improvements GC - 37 The City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard RO. Box 310 Boynton Beach, Florida 33425 -0310 V Telephone: (561) 742 -6310 . FAX: (561) 742 -6316 ADDENDUM #1 DATE: June 5, 2014 BID TITLE: CENTRAL SEACREST CORRIDOR IMPROVEMENTS — PHASE 1 BID NUMBER #034 - 2821 -14 /DJL This Addendum to the drawings, specifications, and contract documents is issued to provide additional information and clarification to the original bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and contract documents. In case of a conflict, this Addendum shall govern. Bidders shall acknowledge receipt of this Addendum by inserting this Addendum Number and Date issued on the "Addenda" acknowledgement page located within the original bid documents. BID OPENING REMINDER OPENING DATE: JUNE 4, 2014 BID OPENING TIME: 2:OOPM (LOCAL TIME) HR/RISK MANAGEMENT CONFERENCE ROOM /CITY HALL 1. Replace the existing DIP shown on the plans with C -900 PVC (DR 18) pipes (color -blue) that shall be installed in accordance with AWWA C605 "Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water." CONTRACTOR MUST NOT ASSEMBLE THE JOINT USING A BACKHOE BUCKET. Note. Megastops will not be required for the PVC pipe. 2. The Schedule of Bid Items has been revised as attached named RevBF 3 thru RevBF 12 as attached. 3. Section 01025 — Measurement and Payment has been revised as attached name RevSC01025. 4. Section 01410 — Testing Laboratory Services has been deleted from bid documents. Contractor is responsible for all required testing 5 The Water Detail— W9a located on Sheet D -1 shall be replaced with detail W -9A which is a separate document uploaded on demandstar.com named as "Water Detail — W -9A ". 6. Pipe Installation Under Existing Roadway Open -Cut Repair Detail — D9 located on Sheet D- 6 shall be replaced with detail G -6A which is a separate document uploaded on demandstar.com named as "Open -Cut Detail — G -6A" Bid No 034 - 2821 -14 /DJL - Central Seacrest - Phase 1 Page 1 Addendum No, 1 7 Note that the Water Main pipe across the Air Release Valves Vaults (Detail W23 on Sheet D -3) shall be Ductile Iron Pipes (DIP) This DIP will be paid under Schedule of Bid Items No.'s 10 or 11 depending upon the size of the pipe. 8 Transfer of services from back yard to front requires individual plumbing permit with the fees as $79 11 for each transfer service. An allowance has been provided in the Schedule of Bid Items No 5. 9 Section 01010 — "Summary of Project" and Section 02513 "Public Water & Reclaimed Water Distribution Systems ", Part 2 — Products, Section 2.1 have been revised to now read: "All materials are to be MADE IN THE UNITED STATES OF AMERICA. Allowable exceptions are ductile iron fittings supplied by American Cast Iron Pipe Company from Brazil, Sigma Corporation from China, and Star -Pipe Products from the United States and China, and Tyler Union from the United States and China, and Electronic Marking System (EMS) full - range makers by 3M from Mexico. 10 Effective Friday, June 6, 2014, all questions should be directed to Tim Howard at email: howardta,bbfl. us. 11. Clarification: South boundary was stated as Woolbright Road. The actual southern boundary is S.W. 6 Avenue as per page G-4 on the site map. 12 All permits (Palm Beach County Utilities* Right -of -Way, Palm Beach County Health Department Water, South Florida Water Management District, and Florida Department of Transportation will be uploaded as separate files on demandstar.com 13. Attached are copies of the mandatory Pre -Bid meeting Sign -In Sheet and Site Visit attendance sheet. 14. The following is in response to inquiries posed after the mandatory Pre -Bid Conference and /or Site Visit held on Wednesday, May 21, 2014: Q.1: Special Conditions 01410 -1 — 1.01A, states that the City will employ independent testing lab specified for testing. This contradicts the previous statement made that the Contractor will be responsible to provide testing lab services. A 1: Section 01410 — "Testing Laboratory Services" should be deleted from the bid documents. The Contractor is responsible for all required testing. Q.2: When existing curb is disturbed, what depth of curb reveal will be required, since the existing currently only has 2" — 3" in some places? A 2. The Contractor is responsible for replacing curb reveal so that the curb matches the existing reveal or as indicated in the plans. Q.3 Many locations of the project propose swale but there are currently large trees in the swale area. Will the City clarify the coordination process with residents? A.3: There may be certain places where the City will elect to keep these trees. For bidding purposes, the Contractor can assume that all will be removed except Palm trees along Ocean Avenue. The City will require a tree removal notice in the Contractor's resident notification letter. Also, the City will plan a Neighborhood meeting to discuss the upcoming project and tree removal impacts. Q.4 Can we bore PVC casing under driveways to eliminate restoration? A 4: No. Q.5: Is driveway restoration incidental to pipe installation or a separate Unit price? A 5. Separate unit price. Bid No 034 - 2821- 14 /DJL — Central Seacrest — Phase 1 Page 2 Addendum No. 1 Q 6. When is the anticipated start date for Construction? A.6 The City anticipates an August or September start date for construction assuming successful award. Q.7 Will the McWane Sure Stop 350 Locking Gasket be acceptable as an "or equal" to the American Fast Grip Gasket and US Pipe Field Lok Gasket as shown in the specifications for restraining the ductile iron pipe where required? I have attached our product brochure on the gasket for your review. A.7 The product has not been approved by the City. Furthermore, self- restraining push -on gaskets (such as the American Fast Grip Gasket and US Pipe Field Lok Gasket) are allowed for jack and bore applications only as approved by the Project Manager and Engineer. ALL ELSE REMAINS THE SAME Respectfully, aa iv im . 0. 1.14d2 Tim W. Howard Director of Financial Services Bid No 034-2821-14/DJL — Central Seacrest — Phase 1 Page 3 Addendum No 1 { � SECTION 01025 - MEASUREMENT AND PAYMENT PROCEDURES PART 1 - GENERAL 1 03 AUTHORITY 1.01 GENERAL A Measurement methods delineated in the FDOT Standard Specifications for A The Contractor shall receive and Road and Bridge Construction 2000 accept the compensation provided in Edition, or the individual specification the Bid and the Contract as full sections complement the cnteria of this payment for furnishing all matenals, section. In the event of conflict, the labor, tools and equipment, for Contractor shall notify the CITY in performing all operations necessary to writing. In determining the resolution, complete the work under the Contract, the CITY shall consider the requirement and also in full payment for all loss or of the Individual specification section, damages arising from the nature of the FDOT requirements and this Section work, or from any discrepancy between the actual quantities of work B Any requirements of the Contract and quantities herein estimated by the Documents, i.e., technical specifications CONSULTANT, or from the action of or project construction drawings for the elements or from any unforeseen which the method of payment is not difficulties which may be encountered explicitly defined are considered to be during the prosecution of the work until incidental costs and should be included the final acceptance by the CITY in other pay items as appropriate B The prices stated in the Bid include all 1.04 RELATED SECTIONS. costs and expenses for taxes, labor, equipment, materials, commissions, A Testing Allowance transportation charges and expenses, patent fees and royalties, labor for B. Applications for Payments Section handling materials during inspection, SC01027 together with any and all other costs and expenses for performing and C Shop Drawings, Working Drawings, completing the work as shown on the and Samples — Section SC01340 Drawings and specified herein The basis of payment for an item at the unit D Schedule of Values: Section SC01370 price shown in the proposal shall be in accordance with the description of that E Change Order Procedures* Section item in this Section SC01153 C The Contractor's attention is again F Field Engineering Section SC01050 called to the fact that the quotations for the various items of work are intended to establish a total price for completing G. Quality Requirements Section the work in its entirety Should the SC01400 Contractor feel that the cost for any item of work has not been established H Record Drawing Requirements — by the Bid Form or Payment Items, he Section SC01705 shall include the cost for that work in some other applicable bid item, so that 1 Testing Specific Utility Systems his proposal for the project does reflect his total price for completing the work in its entirety 1 Refer to Section 02513 POTABLE WATER AND RECLAIMED 1.02 MEASUREMENT WATER DISTRIBUTION SYSTEMS and Section 02640 A The quantities for payment under this STORM DRAINAGE for Contract shall be determined by actual applicable and specific measurement of the completed items, requirements Contractor is in place, ready for service and responsible for all testing costs accepted by the CITY, in accordance associated with these systems with the applicable method of 105 ALLOWANCES measurement therefore contained herein Boynton Beach Utilities - RevSC01025 -1 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES A When a Testing Allowance is identified 1. Only those items qualified for on the Schedule of Bid Items, the CITY reimbursement shall be following applies: considered. All items shall have written, advance approval of the 1 Costs in Testing Allowance CITY. includes engaging a certified, testing agency, execution of tests, 2 Payment Procedures and reporting results as approved by the CITY and CONSULTANT. a Submit two (2) copies of the agreed invoicing format with 2 Costs not included in the Testing proof of payment (as Allowance applicable) with next Application for Payment. a Costs of testing services used by Contractor separate from 1 06 SCHEDULE OF VALUES Contract Document requirements A Submit Schedule of Values at the Pre - Construction Meeting b Testing agency's stand -by time. B The Schedule of Values shall be a computer generated onginal. When c Costs of retesting upon failure the Contractor's proposed Schedule of of previous tests as Values is accepted by the CITY, it determined by the shall become the basis for the CONSULTANT Application for Payment 3 Only those items qualified for C Contractor shall only revise the CITY's reimbursement shall be accepted Schedule of Values to considered. Such items may identify, as separate line items include water quality testing of approved on a Field Order or Change dewatenng activities, Order. The CITY may issue a Field geotechnical, concrete strength Order substituting or modifying cylinders, special compaction and Schedule of Value items. proctor testing, etc. All predetermined items shall have 1 07 APPLICATIONS FOR PAYMENT written, advance approval of the CITY A. Refer to Section SC01027 — APPLICATIONS FOR PAYMENT 4. Payment Procedures B Submit five (5) original Applications for a Submit two (2) copies of the Payment (AFP). After certification by testing and /or inspecting the CONSULTANT, the firm's invoice and copies of CONSULTANT will retain one (1) the Test Reports with next copy, one (1) copy will be returned to Application for Payment to the Contractor and three (3) copies will the CITY be forwarded to the CITY for review, authorization and processing b Reimbursement to the Contractor upon proof of C Content and Format: Utilize Schedule payment (to the testing and /or of Values for listing items in inspecting firm) on approval Application for Payment outlining the by the CONSULTANT. following B When other allowances, such as 1 Provide a column for each of the NPDES permit and /or SFWMD dewatenng permit application fees, or following coordination with FP &UAT &T/ a Item Number Comcast or other utility are identified on the Schedule of Bid Items, the following applies. b Item Description Boynton Beach Utilities - RevSCO1025 -2 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES Y : c Quantity Price of the pipeline or swale development. d. Unit of measurement 1.08 MEASUREMENT OF AND PAYMENT e Scheduled Value FOR WORK f Change Orders A Monthly Payments to the Contractor. The Contractor shall plan its work for g Work Completed construction on the basis of twelve 1. Previous Period (12) monthly pay periods per year. So (Quantity and Value) long as the work is prosecuted in 2 This Period (Quantity compliance with the provisions of the and Value) Contract, the Contractor will, on or about the last day of the pay period, h To Date (Quantity and Value) make an approximate estimate, in writing on a form approved by the 1 Percentage of Completion CITY of the proportionate value of the work done, items, and locations of the j Balance to Finish work performed up to and including the last day of the period then ending. k . Retainage The CONSULTANT will then review such estimate and make the NOTE There is no column for necessary recommendations to the "Materials Stored ", the CITY does Contractor for revision The Contractor not pay for items ordered and/or shall revise the Application for stored on site. As defined later in Payment and resubmit to the this Section, payment for pay CONSULTANT for review and items are paid for once the item is Certification. Redlined Applications for installed, measured in place, Payment will not be accepted by the completed and accepted. CITY. If the Contractor and the CONSULTANT do not agree on the D Include one (1) set of progress approximate estimate of the photographs with each Application for proportionate value of the work done Payment. Refer to the Contract for any pay period, the determination Documents, specifically Section of the CONSULTANT shall be binding SC01380 CONSTRUCTION The amount of such estimate after PHOTOGRAPHS for specific details deducting ten percent (10 %) and all and requirements previous payments, shall be due and payable to the Contractor in E Application for Final Payment must be accordance with the Honda Prompt marked FINAL. Contractor must Payment Act, §218 70 Florida include in the FINAL AFP package, Statutes, as may be amended from proof of payment and final settlement time to time with the CITY with regards to any temporary and /or construction water B Substantiating Data. When the meters used during the course of the CONSULTANT requires substantiating project information, Contractor shall submit data justifying quantities and dollar F When existing Right -Of -Way (ROW) amounts in question. Contractor shall irrigation must be disturbed due to provide three (3) copies of data with pipeline installation or swale cover letter for each copy of submittal development, any existing irrigation showing application number and date, lines shall be marked on the and Tine item by number and Contractors drawings prior to or at the description. time of temporary cutting - &- capping The replacement of existing irrigation 1 09 MEASUREMENT AND PAYMENT - UNIT in the Public Right -Of -Way as the PRICES result of pipeline installation or swale development is NOT a pay item A Measurement methods delineated in Replacement of existing ROW individual specification sections irrigation shall be incidental to the Unit complement criteria of this section In Boynton Beach Utilities - RevSC01025 -3 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES event of conflict, requirements of B Platform Scales. Of sufficient size and individual specification section govern capacity to accommodate the conveying vehicle. B Contractor shall take daily and weekly measurements and compute C Metering Devices. Inspected, tested quantities The Contractor shall review and certified by the applicable State of and sign these daily and weekly Florida Weights and Measures measurements with the Department within the past year CONSULTANT The CONSULTANT shall also sign -off on the weekly D. Measurement by Weight. Concrete measurement sheets indicating the reinforcing steel rolled or formed steel CONSULTANT's progressive or other metal shapes will be concurrence with the quantities The measured by handbook weights. Contractor shall transmit the signed -off Welded assemblies will be measured weekly measurement sheets to the by handbook or scale weight CONSULTANT. These measurement sheets shall be used to form the basis E. Measurement by Volume. Measured of the quantities claimed on the by cubic dimension using mean length, Application For Payment width and height or thickness. C. Unit Quantities F Measurement by Area Measured by square dimension using mean length 1 Quantities indicated in the and width or radius Schedule of Bid Items are for bidding and contract purposes G Linear Measurement. Measured by only Quantities and linear dimension, at the item measurements supplied or placed centerline. Minor offsets (less than a in the Work and verified by the total of five (5) feet) will not be Consultant and CITY determine measured for payment. Measurement payment shall be along the horizontal axis at finished grade. 2. If the actual Work requires more or fewer quantities than those H Stipulated Sum /Price Measurement quantities indicated in the bid Items measured by weight, volume, items, Contractor shall provide the area, or linear means or combination, required quantities at the unit as appropriate, as a completed and sum /prices contracted. accepted item or unit of the Work D. Payment Includes: Full compensation I Payment for Work does not indicate for required labor, products, tools, acceptance Work items previously equipment, facilities, transportation, paid for may require additional work services and incidentals, erection; effort to bring them into compliance application or installation of an item of with the requirements of the specific the Work; and overhead and profit technical specifications and /or project drawings E Final payment for Work governed by unit prices will be made on the basis of 1.11 UNIT OF MEASURE — SCHEDULE OF the actual measurements and BID PRICES quantities accepted by the CONSULTANT and CITY, multiplied A Payment for furnishing and installing by the unit sum /price for Work, which those items cited in the Schedule of is incorporated in or made necessary Bid Items and subsequent Schedule of by the Work Values is noted herein If "remove and replace" is indicated on the project 1 10 Measurement of Quantities. construction drawings (by either annotation or line weight), then the A Weigh Scales: Inspected, tested and item descriptions below include the certified by the applicable State of removal and proper disposal of the Florida Weights and Measures existing items department within the past year B Mobilization /Demobilization, Bonds, Boynton Beach Utilities - RevSCO1025 -4 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES Insurance & General Requirements — greater than the 0.25% limit for this Bid Items 1, 2, and 3 pay item may be disqualified and the CITY and Consultant may not 1 Payment for the General Conditions evaluate their bid proposal. This shall be made per item and shall be cost shall be shown on the Schedule full compensation for preparatory of Values work and operations in mobilizing and demobilizing for the project 3 Partial payments for the NPDES including but not limited to, those compliance shall be made in operations necessary for the accordance with the following movement of personnel, equipment, schedule supplies and incidentals to and from the project site, Maintenance of Percent of Original Allowable percent of Traffic, for establishment of Contract Amount Earned NPDES Compliance temporary offices, buildings, safety 10 10 equipment, sanitary and other 25 25 facilities and compliance with permit 50 50 conditions for permits secured by 75 No additional payment either the Owner or Contractor This Final Payment 100 pay item shall include all General Requirements not listed as separate D Permit Allowance — Bid Item 5 items. The cost of bonds, permits, required insurance and any other p 1 Only qualified allowance payment re - construction expense necessary for the start of the work shall also be for permit application fees for Health included in the General Conditions Department clearance and service Audio Video Documentation shall be considered i er plumbing fees, shall be performed pre and post construction c by the CITY for as specified in Special Conditions reimbursement All items shall have SC01390 VIDEO AND written, advance approval of the PHOTOGRAPHIC SITE SURVEY CIS shall be included in the General Conditions 2. Contractor to supply evidence of paid invoices and receipts for 2 MOT plans shall be required for reimbursement work within City of Boynton Beach /Palm Beach County /Florida E. Record Drawings — Bid Item 6 Department of Transportation Right - of -Way. — Bid Item No. 2. 1 Payment for Record Drawings shall be made at the Contract lump sum 3. Consideration for Indemnification — price and shall be full compensation Payment under this item is in for preparation and maintenance of accordance with the Front -End the Record Drawings as specified in Contract Documents — Bid Item No technical specification SC01705 3 PROJECT RECORD DRAWINGS and the requirements of this Special C NPDES Compliance — Bid Item 4 Conditions 1. Payment for NPDES compliance 2 Partial payments for the Record Drawings shall be made in shall include the preparation of the accordance with the following NPDES Plan, development and schedule: compilation of the BMPs, site implementation and documentation of inspections Percent of Original Allowable percent of Lump Contract Amount Earned Sum Price For Record 2 Contractor shall refer to the Drawings Schedule of Bid Items for 10 10 25 25 instructions on the method of 50 50 calculation for this Pay Item Any 75 75 bidder who enters an amount Final Payment 100 Boynton Beach Utilities - RevSC01025 -5 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES & locating wire, sleeves, concrete 3 Contractor shall submit updated As- thrust blocks, backfill, compaction, Built Drawings with each Pay density testing, swabbing / flushing, Application Request temporary plugs, removal and replacement of landscaping and F PVC and Ductile Iron Water Main — Bid trees, pressure testing and as -built Items 7, 8, 9, 10, 11, 12, 13 and 14 verification and documentation. 1 Payment for 4 ", 6" and 8" PVC (DR 5. This pay item includes restraining 18) PVC C 900 and CL 350 DIP devices for all piping and fittings to (cement lined) water main shall be be restrained as shown on the determined by the number of linear plans feet of pipe fumished, installed in place, compacted restored, tested 6 The unit price per foot shall also and approved include the cost for soft -digs to verify location (horizontal & vertical) of all 2 Payment for ductile iron fittings utility crossings, including paralleling (cement Tined) shall be full of utilities, prior to construction of the compensation for furnishing and proposed water main and installing ductile iron pipe fittings for appurtenances the water main, including restrained glands, bolts, nuts, gaskets, G Open Cut Pavement Repair — Bid Item megalug restraining devices and all 15 other appurtenances. Only fittings actually installed will be measured 1 Asphalt Patch (trench repair) when for payment by the ton, based on identified in the Schedule of Bid certified shipping weight slips Items as a separate pay item shall supplied by the CONTRACTOR include saw cutting and removal of excluding all other bid items Full existing asphalt, placement of sub payment for this item is based on grade (stabilized or non - stabilized as fitting body weight only. The fittings shown on the project construction must be domestic cast drawings) and compaction, installing compacted base course, density 3 Contractor shall be required to paint testing, applying tack/pnme coat, 4" wide blue strips on top of DIP installing asphalt surface in the fittings and piping. The PVC piping required thickness and all shall be blue in color. incidentals required to make a complete installation. Measurement 4 Payment to install pigging wyes for this item shall be along centerline (cement lined), caps for line flushing, of the trench. No measurement of and fill and flush assemblies shall be width shall be made for this item. at the unit price bid for each item Payment shall be at the Contract The pigging wyes must be domestic unit price (per linear foot of asphalt cast pavement to be repaired), installed, complete and accepted. 4 Pipe Lines for Water Mains: These items include all necessary labor H Fire Hydrants— Bid Items 16, 17, 18, and equipment, including clearing 19, 20 and 21 and preparing pipe corridor, removal of existing utilities as shown on the 1 Payment for removing and salvaging plans, * excavation of any type or disposal of fire hydrants shall be including rock & muck, hand at the unit price bid per each and trimming excavation, complying with shall constitute full compensation for the State of Honda Trench Safety but not limited to removal of the Act, pipe bedding with insitu hydrant assembly, plugging the material, sheeting, shoring, existing main, transporting to a dewatering (where required), pipe, designated site within the City or restraining devices, electronic disposal as directed by the Engineer markers (3M Full Range EMS and all restoration work Materials to Marker), metallic pipe location tape Boynton Beach Utilities - RevSC01025 -6 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES be salvaged shall be delivered to the release valve and furnishing & Owner at no additional cost installing fittings, manhole, lid, accessories and installation, 2 Payment to furnish and install fire complete and accepted. The air hydrant assemblies on the existing release valve box lid shall be water main shall be at the unit pnce painted blue bid per each and shall include but is not limited to hydrant, tee, tapping K Permanent Sampling Points — Bid sleeve, valve, piping, and all Items 34 appurtenances. 1. Payment for permanent sampling 3 Payment to furnish and install fire points will be based on the hydrant assemblies on proposed installation of each item, complete, water main shall be at the unit price including all appurtenances shown bid per each and shall include but is on the Drawings not limited to hydrant, tee, valve, piping, and all appurtenances 2. This pay item includes all restoration (e.g sidewalks, asphalt, sod, 4 Payment to furnish spare Sigelock replacement of existing irrigation Fire Hydrant wrenches for each pipe and sprinkler heads, etc) as hydrant and additional Sigelock Fire well as removal and plugging for all Hydrant traffic repair kits and shoe temporary installations. Excludes repair kits swale restoration which will be paid under a separate item. I Tapping Assemblies — Bid Items 22, 23, 24, 25, 26, 27, 28, and 29 L. Water Services — Bid Items 35, 36, 37, 38, 39, 40, and 41 1. Payment for tapping assembly installations will be based on the 1 Payment for water services will be installation of each item, complete, based on the installation of each including tapping sleeve and valve, item, complete, including corp stop, box and cover (as required), testing, saddle, curb stop, connection to new and all appurtenances water main, relocating existing meter out of ROW, transfer water service 2 This pay item includes restraining from rear to front of property, and all devices as required. appurtenances 3 Contractor shall field verify existing 2 This pay item includes all restoration water main diameter and material (e.g. sidewalks, asphalt, sod, prior to submitting shop drawings replacement of existing irrigation pipe and sprinkler heads, etc.). J Valves and Air Release Valves — Bid Excludes swale restoration which Items 30, 31, 32, and 33 will be paid under a separate item. 1 Valves. By the unit Includes 3. Payment for the replacement of furnishing and installing valve and damaged of meter boxes and touch valve and furnishing & installing read lids will be based upon the fittings, restraining devices, actual number of each meter box or electronic markers (3M Full Range touch read lid installed in EMS Marker), concrete collar (where accordance with the requirements of required), accessories and the Contract Documents and at the installation, complete and accepted direction of the City. Payment will The valve box lid shall be painted be made at the unit pnce, for each, blue named in the Bid Schedule, and shall constitute full compensation for 2 This pay item includes restraining the complete replacement of the devices meter box and touch read lid, and removal and disposal of existing meter box and touch read lid when 3 Air Release Valves By the unit applicable Includes furnishing and installing air Boynton Beach Utilities - RevSC01025 -7 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES 4 For Items 38 and 39, supply operated Landfill, proper ACP specified components as required matenals documentation and use of for delivery to the City as directed personal protective equipment. M Water Service Piping — Bid Items 42 2. This pay item includes clearing and and 43 preparing pipe corridor, excavation of any type including rock & muck, 1 Payment for water service piping hand trimming excavation, and casing pipe shall be determined complying with the State of Florida by the number of linear feet of pipe Trench Safety Act, sheeting, furnished, installed in place, shoring, dewatering (where compacted, restored, tested, and required) and all restoration (e.g. approved sidewalks, asphalt, sod, replacement of existing irrigation 2 This pay item includes all restoration pipe and sprinkler heads, etc.) (e.g sidewalks, asphalt, sod, Excludes swale restoration which replacement of existing irrigation will be paid under a separate item. pipe and sprinkler heads, etc ) Excludes swale restoration which P. Abandon Water Main — Bid Item 48 will be paid under a separate item 1 Payment for non - asbestos concrete N Line Stops — Bid Items 44, 45, and 46 water main abandonment shall be determined by the number of linear 1. Payment for line stops will be based feet of pipe abandoned in place as on the installation of each item, directed under hard surface areas. including but not necessarily limited to furnishing and installing line stop 2. Pipe shall be filled with flowable equipment; installing and removing grout fill under hard surface areas tapping sleeve and valve; plugging existing pipe; abandoning existing 3 This pay item includes all waterline as necessary including all preparation for and verification of fittings and restraints; all excavation, grouting completion. permanent and temporary shoring of the excavation, groundwater control, 4 This pay item includes all restoration treatment and disposal, bedding, backfill and compaction; and clean re nt of sidewalks, existing irrigation sod, P replacement of existing irrigation up pipe and spnnkler heads, etc.) Excludes swale restoration which 2 This pay item includes all restoration will be paid under a separate item (e.g. sidewalks, asphalt, sod, replacement of existing irrigation Q Cut and Cap — Abandon in Place pipe and sprinkler heads, etc) Water Main — Bid Items 49 and 50 Excludes swale restoration which will be paid under a separate item 1 Payment for water main abandonment for non - asbestos 0. Remove and Dispose of Asbestos concrete pipe shall be determined Concrete Pipe — Bid Item 47 by the number of locations cut and Payment for removal and disposal of capped, complete in green or 1 Pa y P landscaped areas. asbestos concrete pipe shall be determined by the number of linear 2 This item includes all labor and feet of pipe removed and disposed materials required for each location including but not limited to. proper cut and capped in green or and safe removal of the buried landscaped areas. asbestos cement pipe, proper bagging in leak tight plastic (with 3 This pay item includes all restoration total of 6 mil thickness) for the Class (e g sidewalks, asphalt, sod, II non - friable asbestos containing replacement of existing irrigation materials, transportation and pipe and sprinkler heads, etc ) delivery to the Solid Waste Authority Boynton Beach Utilities - RevSC01025 -8 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES te+ .%- f - Excludes swale restoration which 1 Payment will be based on the will be paid under a separate item installation of each item, complete, including restoration, and all other R Sidewalk Restoration (Concrete) — Bid work and materials required for a Items 51 and 52 complete installation 1. Concrete sidewalk replacement 2 Ramps shall be installed in (except that considered to be part of accordance with FDOT Index 304. the concrete driveway apron) shall include removal of the damaged U Driveway Apron Restoration — Bid Item sidewalk portions, compaction of the 57, 58, and 59 sidewalk replacement area, density testing, formwork, concrete, 1. Dnveway Apron Restoration shall installation of the sidewalk, finishing, include all work necessary to repair curing agent, preparation of and affected driveways including, but not testing concrete cylinders, necessarily limited to all excavation; restoration, sod replacement of removal of the damaged aprons, existing irrigation pipe and sprinkler removal and disposal of temporary heads (to match existing quality and materials; saw cutting, tack coat; quantity), and all other work and compaction; adjusting castings and materials required for a complete utility boxes, forms, reinforcing; installation. doweling, concrete; aggregate material; hot mix asphalt pavement; 2. Payment shall be at the Contract finishing, jointing and curing of unit price (per square foot, concrete, all applicable testing; measured length times the width) removal and disposal of surplus and installed, complete and accepted. unsuitable materials; replacement or repair of utilities, drainage systems, 3 Sidewalk replacement beyond the structures, and miscellaneous limits established by the project property; clean -up, restoration, sod construction drawings will not be replacement of existing irrigation considered for payment pipe and sprinkler heads (to match existing quality and quantity), and all S Concrete Curb — Bid Items 53, 54, and other work and matenals required 55 for a complete installation. 1 Curbing shall include saw cutting, 2. Paver restoration shall be of removal and disposal of existing like /kind and coordinated with and curbing, stabilized sub - grade, approved by the City of Boynton aggregate base course, compaction, Beach prior to installation. density testing, formwork, reinforcing, concrete, installation of 3. Payment shall be at the Contract the curbing, finishing, curing agent, unit price (per square yard installed, preparation of and testing concrete complete and accepted). cylinders, restoration, sod and all other work and materials required V. Demolition of Parking Areas and for a complete installation Walkways and Swale Installation — Bid Item 60, 61, and 62 2 Payment shall be at the Contract unit price (per linear foot) installed, 1 These items shall include all work complete and accepted necessary to remove parking areas and walkways as noted on the 3 Curbing replacement beyond the construction drawings, but not limits established by the project necessarily limited to. all excavation, construction drawings will not be removal of any existing landscaping considered for payment and landscaping features, hauling, removal and disposal of materials; T ADA Sidewalk Curb Ramps — Bid Item saw cutting, removal and disposal of 56 surplus and unsuitable materials; replacement or repair of utilities, Boynton Beach Utilities - RevSC01025 -9 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES drainage systems, structures, and 3 Payment shall be at the Contract miscellaneous property, clean -up, unit price (per square yard installed, and swale installation complete and accepted) 2 Swale installation includes but is not Z HDPE Drain Piping — Bid Items 66, 67, limited to excavation, grading, and 68 hauling, placing, compacting, dressing of the surface in 1 Payment for 15 inch and 24 inch preparation for sod, earthwork, HDPE drain piping shall be limerock, limerock stabilization, determined by the number of linear topsoil, reshaping and stabilizing feet of pipe furnished, installed in swales, fumishing and setting for place, compacted restored, tested expansion joint material, disposal of and approved. excess material, sodding of swale areas with either Floratam or Bahia 2 Exfiltration Trenches including sod as required, restoration of piping, fittings, trench shoring and existing irrigation systems, and any appurtenances associated with the appurtenant items exfiltration trench to deliver a functioning stormwater system. Pipe 3 Payment shall be at the Contract within the exfiltration trench shall be unit price (per square yard installed, 24" perforated HDPE per the plans complete and accepted) and details W Flowable Fill — Bid Item 63 3 This pay item includes all restoration (e.g. sidewalks, asphalt, sod, 1. Payment shall be at the Contract replacement of existing irrigation unit price (per cubic yard of 100 psi pipe and sprinkler heads, etc.) FDOT diggable flowable fill installed, Excludes swale restoration which complete and accepted) will be paid under a separate item 2. This pay item is only for placing AA Reinstate Sanitary Sewer Lateral — Bid flowable fill between piping that does Item 69 not meet separation requirements 1. The Contract unit price bid for this X Asphalt Replacement — Bid Item 64 item shall include compensation for labor, material and equipment 1 Furnish and install asphalt required to reinstate any sanitary replacement to the extent and sewer laterals within the exfiltration locations shown on the plans trench envelope. The sewer laterals will be repaired using SDR -35 pipe 2 Replacement shall be asphaltic and two Femco couplings and wye, concrete if required 3 Payment shall be at the Contract 2 Payment will not be made under this unit price (per square yard installed, item for laterals that need to be complete and accepted) installed due to the normal course of the work. 4 This bid item includes the adjustment of manhole and covers 3 Payment shall be at the Contract unit puce (per each) installed, Y Asphalt Milling — Bid Item 65 complete and accepted. 1 Mill (1" minimum) the designated 4 This item shall include adjustment of areas of pavement in advance of filter fabric and all other work final pavement, as shown on the required to seal the exfiltration plans or as required by final grading envelope around the new lateral pipe section 2 This item shall include disposal of all 5 This pay item includes all restoration excess materials (e.g sidewalks, asphalt, sod, Boynton Beach Utilities - RevSC01025 -10 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES replacement of existing irrigation 1. Structures By the unit. Includes pipe and sprinkler heads, etc) furnishing and installing stormwater Excludes swale restoration which structures including all concrete will be paid under a separate item structures with additives and coatings, all castings, pollution BB Swale Restoration — Bid Item 70 retardant baffles, and accessories and installation, complete and 1 Payment for this item shall be made accepted at the contract unit price (per square yard) The Contractors unit price 2 This pay item includes all restoration shall include full compensation for all (e.g. sidewalks, asphalt, sod, swale grading and swale Sodding replacement of existing irrigation within the right -of -way as indicated pipe and sprinkler heads, etc.). on the plans . Excludes swale restoration which will be paid under a separate item. 2 The Contractor's unit price shall constitute full compensation for all FF Concrete Drainage Inlet Aprons — Bid labor, equipment, and materials Item 77 required for removal of any existing landscaping and landscaping 1. Payment by the unit of concrete features, excavation, hauling, drainage inlet aprons per plans grading, placing, compacting, dressing of the surface of the swales GG. Reconstruction of Existing Catch in preparation for Sodding, and Basins — Bid Item 78 sodding of swale areas with either Fioratam or Bahia sod as required 1 Payment by the unit of and restoration of the existing reconstructed existing catch irrigation systems. basins 3 Grading and Sodding done outside HH Furnish and Install Sod — Bid Items 79 of the limits of work shown on the and 80 plans shall be considered a non -pay item 1 The Contract unit price bid for this item shall include compensation for CC Drainage Pipe Removal — Bid Items 71 labor, material and equipment and 72 required for preparation of subsoil, topsoil, placing topsoil, fertilization, 1 Payment for removal and disposal of sodding, watering and maintenance drainage pipe shall be determined to specified time limit by the number of linear feet of pipe removed and disposed. 2 This item is for incidental restoration based on unforeseen conditions 2 This pay item includes all restoration only (e g sidewalks, asphalt, sod, replacement of existing irrigation 3 This item is not included for swale pipe and sprinkler heads, etc.) construction area Excludes swale restoration which will be paid under a separate item 4 Payment shall be at the Contract unit price (per square yard installed, DD. Drainage Manhole / Inlet Removal — complete and accepted) Bid Item 73 II Pavement Markings — Bid Items 81, 1 Payment for drainage manhole / and 82 Inlet removal shall be per unit removed and disposed including all 1. The Contract unit lump sum bid for restoration this item shall include compensation for all labor, material and equipment EE Stormwater Structures — Bid Items 74, 75, and 76 Boynton Beach Utilities - RevSC01025 -11 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES r 2 Pavement markings (temporary and arch back with divider arms — faux permanent) shall be installed per wood weathered), and trash detail included in the drawings receptacles (Toter model 860 -A, granite). 3. Reflective Pavement Markers shall be installed per detail included in the 2 Concrete Install associated drawings. concrete per details on plans. JJ Streetscape Improvements — Bid Item 83 PART 2 - PRODUCTS 1 Landscape Bed — prep (grade and NOT USED. remove all old soil), purchase, deliver and install top soil 12" PART 3 - EXECUTION deep (see specs), and soil amendments (water saving / NOT USED. absorbing polymer crystals) 2 Plant material including sod and * SPECIAL NOTE: mulch. The CITY retains the option to utilize up to 20% of the excess material from excavation and trenching 3 Watering unirrigated areas water operations If the CITY exercises this option, for up to 6 months Contractor shall stockpile the excess material and deliver to the CITY's facility as directed by the KK Benches — Bid Item 84 CITY's Representative 1 Purchase and install benches END OF SECTION (Wabash model Urbanscape 6' Boynton Beach Utilities - RevSC01025 -12 MEASUREMENT AND Central Seacreast Corridor — Phase 1 PAYMENT PROCEDURES SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 r - ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE • Mobilization /Demobilization, Bonds, Insurance, 1 1 11 B 1 Trench Safety for OSHA Compliance, and General 1 LS $ $ Requirements. Contractor shall be limited to a maximum of six percent (6 %) of the total bid once. 2 1 11 B 2 Contractor to develop and implement, Maintenance of 1 LS $ $ Traffic (MOT) plans. 3 1 11 B.3 Consideration for Indemnification 1 LS $25.00 $25 00 Provide National Pollutant Discharge Elimination 4 1.11.0 System Permit (NPDES) and dewatering permit from 1 LS $ $ applicable agencies Contractor shall be limited to a maximum of ( 25 %) of the total bid price. 5 1 11 D Permit Allowance for Health Department Clearances 1 AL $22,000 00 $ 22,000 00 and service transfer plumbing permit fees 6 1.11 E Record Drawings 1 LS $ $ Furnish and Install 4 -Inch PVC C900 (DR -18) Pipe 7 1 11 F Water Main with trace wires including Restraining 40 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system Furnish and Install 6 -Inch PVC C -900 (DR -18) Pipe 8 1 11 F Water Main with trace wires including Restraining 140 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system. Furnish and Install 8 -Inch PVC C -900 (DR -18) Pipe 9 1.11 F Water Main with trace wires including Restraining 27,540 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system RevBF - 3 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Sechon5 DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and Install 6 -Inch Ductile Iron (350 psi) piping including Restraining Joints, Disinfection and 10 1 11 F Appurtenances needed to deliver a functioning water 600 LF $ $ distribution system to be installed at conflict crossings, ARV vaults and fire hydrants Furnish and Install 8 -Inch Ductile Iron (350 psi) piping including Restraining Joints, Disinfection and 11 1 11 F Appurtenances needed to deliver a functioning water 1,200 LF $ $ distribution system to be installed at conflict crossings, ARV vaults 12 1 11 F Furnish and Install Ductile Iron Compact Mechanical 11 TONS $ $ Joint Fittings (Tees, Elbows, Crosses, etc.) Furnish and Install additional 4- Inch /6- Inch /8 -Inch 13 1 11 F Ductile Iron Fittings (Tees, Elbows, Crosses, etc) 2 TONS Anticipated for unforeseen conflict locations 14 1 11 F Fill and Flush assemblies — including pigging wyes 14 EA and caps for line flushing 15 1.11 G Open Cut Pavement Repair 7,980 LF $ $ 16 1.11 H Remove and dispose of existing fire hydrants 15 EA $ $ Furnish and install Sigelock Fire Hydrant Assemblies 17 1 11 H (with wrenches for every hydrant) on existing water 1 EA $ $ main, including tapping sleeve and valve, valve and appurtenances as shown on plans Furnish and install Sigelock Fire Hydrant Assemblies 18 1 11 H (with wrenches for every hydrant) on proposed water 52 EA $ $ main, including tee, valve and appurtenances RevBF - 4 - Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL. IN ORDER ' BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION EST UNIT UNIT COST VALUE ' Furnish spare Sigelock fire hydrants with wrenches 7 19 1 11 H for every hydrant 10 EA $ $ 20 1 11 H Furnish Sigelock fire hydrant traffic repair kits. 6 EA $ $ 21 1 11 H Furnish Sigelock fire hydrant shoe repair kits 6 EA $ $ 22 1.111 Furnish and install 16" x 8" Tapping Saddle 2 EA $ $ Assembly, including valve, and appurtenances 23 1 Furnish and install 24" x 8" Tapping Saddle 1 EA $ $ Assembly, including valve, and appurtenances 24 1.11.1 Furnish and install 20" x 8" Tapping Saddle 2 EA $ $ Assembly, including valve, and appurtenances. 25 1.111 Furnish and install 10" x 8" Tapping Saddle 3 EA $ $ Assembly, including valve, and appurtenances 26 1.11 I Furnish and install 4" x 4" Tapping Saddle Assembly, 1 EA $ $ including valve, and appurtenances 27 1 11 I Furnish and install 6" x 6" Tapping Saddle Assembly, 1 EA $ $ including valve, and appurtenances. 28 1111 Furnish and install 10" x 6" Tapping Saddle 3 EA $ $ Assembly, including valve, and appurtenances RevBF - 5 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO 3ectf�on$ DESCRIPTION QTY UNIT UNIT COST VALUE 29 1 11 I Furnish and install 8" x 8" Tapping Saddle Assembly, 3 EA $ $ including valve, and appurtenances. 30 1 11 J Furnish and install 8 -inch Gate Valve and 124 EA $ $ appurtenances 31 1 11 J Furnish and install 6 -inch Gate Valve and 2 EA $ $ appurtenances. 32 1 11 J Furnish and install 4 -inch Gate Valve and 1 EA $ $ appurtenances Furnish and install automatic Air Release Valve. This 33 1 11.J item includes, but is not limited to, air release valve, 21 EA $ $ strapping saddle, corporation stop, manhole, and appurtenances for the complete system 34 1.11 K Furnish and install all permanent sampling points 5 EA $ $ including all appurtenances and site restoration. Furnish and install 1" water service including poly pipe, saddle, corporation stop & curb stop, including 35 1 11 L all appurtenances and site restoration Includes 215 EA $ $ connecting new service from new water main to the existing meter box Relocate existing water meter out of right -of -way including furnish and install 1" water service including 36 1 11 L poly pipe, saddle, corporation stop & curb stop, 8 EA $ $ including all appurtenances and site restoration Includes connecting new service from new water main to the relocated meter box RevBF - 6 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Sections DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and install 2" water service including poly pipe, saddle, corporation stop & curb stop, including 37 1 11 L all appurtenances and site restoration Includes 81 EA $ $ connecting new service from the new water main to the existing meter box - Relocate existing water meter out of right -of -way including furnish and install 2" water service including 38 1 11 L poly pipe, saddle, corporation stop & curb stop, 12 EA $ $ including all appurtenances and site restoration Includes connecting new service from new water main to the relocated meter box 1 Water service (1 ") transfer from rear to front of property - complete water service installation including abandonments of existing meter location and private service line, installation of Contractor fumished materials, completion of Right of Entry 39 1 11 L forms, plumbing permits, installation of private service 250 EA $ $ line to the existing house valve location and complete restoration Includes relocating the existing meter and box to the front of the property, furnishing and installing 1" water service, and connection of new services from new water main to the relocated meter. 40 1 111 Replace existing damaged meter box, 50 EA $ $ 41 1 11 L Replace existing damaged touch read lid 50 EA $ $ 42 1 11 M Furnish and install 3" PVC casing pipe for services 3,780 LF $ $ including all restoration. RevBF - 7 ' QAacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "^ PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE 43 1 11 M Furnish and install 4" PVC casing pipe for services 1,680 LF $ $ including all restoration 44 1 11 N Water main line stop (4 ") including all restoration 2 EA $ $ 45 1 11 N Water main line stop (6 ") including all restoration 8 EA $ $ 46 1 11.N Water main line stop (8 ") including all restoration 8 EA $ $ 47 1 11 0 Remove and dispose of existing Asbestos Concrete 9,975 LF $ $ Pipe including all restoration Abandon in -place existing 4 -inch and larger water main pipe using grout (flowable), including plugs and 48 1.11.P all restoration. Pertains to non - asbestos concrete 578 LF $ $ pipe that resides in hard surface (asphalt, concrete, pavers, etc.) Cut & Cap - Abandon in -place existing water main 49 1.11 Q pipe 4 -inch or larger in diameter and all restoration. 4 EA $ $ Pertains to non - asbestos concrete pipe that resides in green area (sodded or landscaped) Cut & Cap - Abandon in -place existing water main 50 1 11 Q pipe less than 4 -inch in diameter and all restoration. 10 EA $ $ Pertains to non - asbestos concrete pipe that resides in green area (sodded or landscaped). 51 1 11 R 4" thick concrete sidewalk replacement and 32,651 SF $ $ restoration RevBF - 8 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO SectiQon5 DESCRIPTION QTY UNIT UNIT COST VALUE 6" thick concrete sidewalk replacement and 52 1 11 R restoration. Applies to locations where sidewalk 19,158 SF $ $ crosses driveway 53 1 11 S Remove and replace Curb (FOOT Type D). 4,095 LF $ $ 54 1 11 S Remove and replace Curb (FDOT Type F) 210 LF $ $ 55 1 11 S Remove and replace Header Curb (12" wide by 10" 25 LF $ $ thick) 56 1 11 T ADA Sidewalk Curb Ramps 30 EA $ $ 57 1 11 U Concrete driveway apron removal / replacement 11,000 SY $ $ 58 1 11.0 Asphalt driveway apron removal / replacement 1,430 SY $ $ 59 1 11 U Paver dnveway apron removal / replacement 121 SY $ $ 60 1 11 V Demolition of existing aggregate parking area (gravel 1,418 SY $ $ or limestone) and install swale. 61 1 11 V Demolition of existing asphalt or concrete parking 294 SY $ $ area and install swaie RevBF - 9 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE 62 1.11 V Demolition of existing walkway and install swale 50 SY $ $ 63 1 11.W Flowable Fill (100 psi) 200 CY $ $ Furnish and install 1" asphalt overlay replacement to the extent and locations shown on the plans. This 64 1 11 X bid item shall include all temporary pavement 67,095 SY $ $ markings, and the adjustment of manholes and covers. 65 1.11.Y Asphalt Milling (1" minimum) 67,095 SY $ $ Furnish and install Exfiltration Trenches including 24" 66 1 11 Z HDPE perforated pipe, fittings, trench shoring and 5,350 LF $ $ appurtenances associated with the exfiltration trench to deliver a functioning stormwater system 67 1 11/ Furnish and install 24" HDPE pipe 400 LF $ $ 68 1 11.Z Furnish and install 15" HDPE pipe 500 LF $ $ Furnish and install replacement pipe for sewer laterals in conflict with Exfiltration Envelope. This shall 69 1 11 AA include replacement of existing pipe with SDR 35, 65 EA $ $ couplings, adjustment of filter fabric, all restoration, and all other work required to seal the exfiltration envelope around the new lateral pipe section. RevBF - 10 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION EST UNIT UNIT COST VALUE Swale restoration as highlighted on the construction plans This shall include removal of existing 70 1 11 BB landscaping and landscaping features, excavation, 48,000 SY $ $ hauling, grading and sodding of swale areas with either Floratam or Bahia sod as required and restoration of the existing irrigation systems 71 111.CC Remove existing 15" drainage pipe including all 263 LF $ $ restoration. 72 1 11 CC Remove existing 24" drainage pipe including all 588 LF $ $ restoration 73 1 11 DD Remove Existing Drainage Manholes /Inlets including 6 EA $ $ all restoration 74 1 11 EE Furnish and install Drainage Manholes including 6 EA $ $ baffles and all restoration. 75 1 11 EE Furnish and install FDOT Type "C" inlets including all 70 EA $ $ grates, baffles, appurtenances, and restoration 76 1 11 EE Furnish and install FDOT Type "E" inlets including all 5 EA $ $ grates, baffles, appurtenances, and restoration. 77 1 11 FF Installation of new drainage concrete inlet aprons 10 EA $ $ 78 1.11 GG Reconstruction of concrete catch basin aprons 6 EA $ $ RevBF - 11 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 ITEM NO S coon DESCRIPTION EST UNIT UNIT COST VALUE Furnish and Install St, Augustine Sod to be provided 79 1 11 HH in irrigated areas for incidental restoration based on 315 SY $ $ unforeseen conditions (not included in swale construction area) Furnish and Install Bahia Sod to be provided in non - 8Q 1 11 HH irrigated areas for incidental restoration based on 315 SY $ unforeseen conditions (not included tin swale construction area) 81 1.11 11 Temporary traffic paint 1 LS $ $ 82 1 Permanent thermoplastic pavement markings 1 LS $ $ including reflective pavement markings 83 1 11,JJ Streetscape per plans (total of 5 sheets) 1 LS $ $ Furnish and install benches (Wabash Model 84 1 11 KK Urbanscape 6' arch back w/ divider arms — faux wood 2 EA $ $ weathered) and trash receptacles (Toter Model 860 - A, granite) TOTAL BID (ITEMS 1 THRU 84) - PHASE 1: $ Total Project Cost Written. Dollars RevBF - 12 t'pntrai Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "13 RID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE PRE -BID CONFERENCE SIGN IN SHEET — CITY STAFF (Please Print) BID TITLE: CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS — PHASE 1 BID NUMBER: 034- 2821- 14 /D)L BID WEDNESDAY, May 21, 201.4 MEETING- DATE: BID 2:00 PM MEETING - TIME PLEASE BE SURE TO INCLUDE YOUR EMAIL ADDRESS • ff , y,. .. ..�. A,.�r nme s w �„ a , r l �. 4 t c 1 �.. V r . �F'�,�. } x:.- ��;: ; n \; �� t 3F�5 ..�5,� a . � .. 5 c a „t •, _ ' y '` - " ''? *nZYic4' _ i i+Y",. ..9�'0......�..u.. .. firt'5,,t,1j 4, s V . h _ t + ; . • D* (41t7 Fill40416117 /00 us _ ilirly/VPU r�1..� 1 �. tea U771. /74'3 Lw lcwf 5 1 wea 3I VOI Ppt-r) C)+Elc. M4. tai? 12oSev>1a y� N 665 - Cbn..So 14M3 V eg PL 33't ! _ JOV " ?'L '4% Pi) Pat CYllac SS Gk. Q- 7'2 3 Ear Li GNZM Nit( Lic:52) Bid No.: 034- 2821- 14 /DJL - Central Seacrest Corridor Utility Improvements - Phase 1 Page 1 l. '4404.4%,;.***., �' z:• .rs 4 • ,,�' " • sfti r ..,.x ti n + >p;� T s 43 C• ilj .c 3 'Y :re%kN !a ;�`F'. ti ,r' c.. - i e r a s �c, � . }; r + • r } >.3 5 � b '?�' a T, `4"'"c° a.,�ra7 I o�. • K'�,. > +> �3'k�' `��FZR�1�'� ` t? 11Y5�.: :'�rti _:•d'Fd._?� Fi�.tst�''�i:�. . ?��,.e .'..�'• �, .�i�.S+c:r -1k1�� ^x.ya ..+r, �� 550 Y\1. C,TQESS CRF£K 1,. ` ) \Ek„ iozw-Ez Ck12M H %LL Soac 400 q54. l$$•b4V2 T Lpc x^ .1)Atz L ,�,,ll r� L( (� c Zy E. 1..x31 4" - gcl (�.r:S ?o s cti— C;4 a} ?a i - ( „1__ ga "g:.f.c4 FL 33gf3t rt.' - 6 -1 4 ► 2 3 Sti.% - - z t 1 _ �vQ� SG1 _1H Pa Bid No.: 034- 2821- 14 /D034-2821-14/DR - Central Seacrest Corridor Utility Improvements - Phase 1 PRE -BID CONFERENCE SIGN —IN SHEET (Please Print) BID TITLE: CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS - PHASE 1 BID NUMBER: 034 - 2821 -14 /D3L BID WEDNESDAY, May 21, 2014 MEETING- DATE: BID 2 :00 PM MEETING- TIME BE SURE TO INCLUDE YOUR EMAITI. ADDRESS r e 33 o g 2 7 ze ..) ) 1 Sr- <,./ A 6 c 1/4) c.*.bit et, ( A e4t6de_e_i 4iit) 33W�z'121- 2 fr1 ER fc AN. /Me NEflJ " 7, 2)) 4 4 1 1 ��654AgvisA4v11:11) mob/ LJ 14, A lt - .3 k 6 0/2") c Lig, () 1 4 ; r � AO t int. CYp C gi5t4 - -77C usoistokuo SU 10 Bid No.: 034 - 1821- 14 /DJL - Central Seacrest Corridor Utility Improvements - Phase 1 i � ` 'of S- R.w pry 4 _ IV- Z4 1 �� � r, (, r Ys v t,,� t t,4. R�.�3. 6 6'4 y 1.4•14■1 6 pei f -C % 44 VP* 61 164 taw) C/Ci.: N CiiauSt A ° rn 13■1444 6 ck-r a. 33 U by kd -v13 a @ otr (7a C—.-4'f Os r .,, �t`f.k 8 L k ZQ9 52,E S 45 N 6 . m - �r.d�ew Q 4,. rtux Assoc-. of R..0.16 e.,tJ SANvou) gamer fz-, ?fit4 9 - 9 c{Lf lS 4t8 1-1- vf. 2705- 100 -7, .. -44tw C 5 64u1..c6 / , f4... 3 1x 3 C�rt(s:w�„ Can e Af 91 w-32 3'S 44.,;(., _ � (� F ,,t Mr( ui► %, t use, col Co��a ^r z 5 1414, go ob. ?PI ")t 4i4up)►- c (:$76 d�sa.co r i.... - P.,,,.` � aVi d 1,, rte. .,..}�a s, rii. 33D4`f p� .�).. ` 21Z �- pr (- t.P94) `)i , 4'.0,‘00? f J . Al ____1136.54.2 L. - ' -i ' 4 i A 4.., v 1 -, . t :_.:*- .,. :-..- - 81d No.: 034 - 2821- 14/DJL - Central Seacrest Corridor Utility Improvements - Phase 1 Page 2 £ ailed I ebb - s3nauuawotdwl d11(13i1 a 1sairleas le.' D - 1(Ci irI ;EO :'ON PIO l � p+s Arie 01 1,v� r3 �"f �`1- s* - .r9r4/jo� a? 1,l.�t%'t kIA. b A , \",,fU ( tt O cw 1%44 3 aS- Wier t Pt- - VarlS ge LaLsG1 p e,,404, 4 { l-arov IIPZ Sw 9 Pisce qsy-- MAC* Ft kkoief•okk Ft. 33332 km- CO. 3teorputAv, 2 e6 Aveh //visa 4)0776•44 " it° ,516/- a - o 31/ .�s��8d Me* � U�., � �lr�s LO, fTi A' &W iz Fl .53 Ye ta.- 1 ,t4rc FiRG w1cewok -S �u 4 tet5o le s qsk D.wrc•r +c�- P6444G 04 I E. 134105 4731 ? Ptah ptiakiN 3'117 t/Gi 5 - 5" 7 " 1`T. 45 - ? 4Zpiuo - 156 i f i i "5OWR. L,, ( r.lpvittsi40. Cow ..9or- ,�/�,c ,. 438 Umdfilrodal vki Wish 504.1 i Bid No.: 0342821- 14 /DJL - Central Seacrest Corridor Utility Improvements - Phase 1 Page 4 SITE VISIT SIGN IN SHEET (Please Print) BID TITLE: CENTRAL SEACREST CORRIDOR urarrir IMPROVEMENTS — PHASE J. BID NUMBER: 034- 2821- 14 /DJL BID MEETING - WEDNESDAY, May 21, 2014 DATE: BID 2:00 PM MEETING- TIME PLEAT BE TO INCLUDE YOUR FAX NUMBER EiCt grk 147644P 111,7 , MA -��1t tJ r y: J M tlact - s �11 5, (2osesv,.. J Pao - �,.: 230 Co n y-14$ C l 3 3 v Mk `e"' S A ArO✓t C +(ev^ 7 3r3 U� 617.5 WPf3, EL 340t Cale w►ittC64 Cbt-e Lro, + 97 3 �,�. FL. `33013 3107. OCA 1 i 31 ax47" -gat / L� -200 u- /6 S7" ?fit / .�• 33ab �l<o xkxe s ,97., Ai .a � .r/ °te te r ' -rte .� •r � �, 7 Fi - sI 75' 9i a -- BID NO.: 03/- X21- UrIUIL — CENTRAL SEACREST CORRIDOR UTILITY I MPROYEMENTS— PHASE 1 Pape 1 . D4Y!'W Mt-vied D 6 . . , , : . . , f 1,37 Ow ' ( , X • 9 / 9$` 1 X / G &.,..s , ?3wk• Oatv7� Qp4- r°� '` � ° 33 0�r 6490 do)4 i e (... - pri .4 - --(---- 57-: (.04, 0 .2a t re, s & 9 i � .e vRtr {o Sie A34 3,.:). `� �'Ajo� 33a3 ic .US y I to MJ, 1 PL 3a ra Far/. i55cc. of a- JAC, ie4e'+zou) `i526 5w e;«ixas 712 -a$ icswao«!+g o srimRT V&, 341447 462' Fri xRiSoarn no r tro'+l L it r�? -5L■ 6r ct• kf PX e. .a ,..,a ne{rt �at Yf ictatli FG:6 - $33 411, -4(40 0.tr 14;04 worpgat: coterie : • q bcs.bu. jam yl(i{ffifub- 'TuRNE 4us4c.kr FT, LAu-g. ewt, _ so )o4 dirofxD % . cul, ''j 24_ , 9--fAor MRPrig< G If /44)491 R7H,Dy, - 4' -�� /mod ,Cori 13113 NO.: 0341621 -44 UJL- CENTRAL SEACREST CORRIDOR WMILITY 1IPROVEME TS- PHASE 1 Page 2 ijv / ix ads /, 3Yz A.,4' 5J � j ,� g3f �� — 4 , of AvsTf �/ 3 ,4 G.a s.,.... r t ;r c `� gi n) �e7� 1.., f' r 4 -4 4v- f d 4,4601-t, t ., 33- Nz- 4 7 ..�� 1 Loy....... + 91.1 0-1i , DA.414 u.4) 4 60.5— 1 ,) k...4 rt , irx Zo " ( 13e 4.., 4101,1P 4 k. s �los'd �rlafry ,m *Hp fI/ fyg b3 7l 3g 5 - 3 7 7 BID NO.: 0344121.14/0 4. - CENTRAL SEACREBT CORRIDOR UTLTtY IMPROVEMENTS - PHASE 1 Pape The City of Boynton Beach Procurement Services \ 0....-- 100 E. Boynton Beach Boulevard P. O. Box 310 Boynton Beach, Florida 33425 -0310 Telephone: (561) 742 -6310 FAX: (561) 742 -6316 ADDENDUM #2 DATE: June 6, 2014 BID TITLE: CENTRAL SEACREST CORRIDOR IMPROVEMENTS — PHASE 1 BID NUMBER: #034 - 2821- 14 /DJL This Addendum to the drawings, specifications, and contract documents is issued to provide additional information and clarification to the original bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and contract documents In case of a conflict, this Addendum shall govern. Bidders shall acknowledge receipt of this Addendum by inserting this Addendum Number and Date issued on the "Addenda" acknowledgement page located within the original bid documents. BID OPENING CORRECTION /REMINDER OPENING DATE: JUNE 25, 2014 BID OPENING TIME: 2:OOPM (LOCAL TIME) HR/RISK MANAGEMENT CONFERENCE ROOM /CITY HALL 1. Correction The Bid Opening date is Wednesday, June 25, 2014 at 2:OOPM. ALL ELSE REMAINS THE SAME Respectfully, ..... . is • 1 -4 " 12 Tim W. Howard Director of Financial Services The City of Boynton Beach qr Proemt Services — 100 E. Boynton Bch Boulevard P. 0. Box 310 Boynton Beach, Florida enea 33425 -03/0 Telephone: (561) 742 -6310 FAX: (561) 742 -6316 ADDENDUM #3 DATE. June 18, 2014 BID TITLE. CENTRAL SEACREST CORRIDOR IMPROVEMENTS — PHASE 1 BID NUMBER #034 - 2821- 14 /DJL This Addendum to the drawings, specifications, and contract documents is issued to provide additional information and clarification to the original bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and contract documents In case of a conflict, this Addendum shall govern Bidders shall acknowledge receipt of this Addendum by inserting this Addendum Number and Date issued on the "Addenda" acknowledgement page located within the original bid documents BID OPENING REMINDER/CORRECTION OPENING DATE: JUNE 25, 2014 BID OPENING TIME: 2:OOPM (LOCAL TIME) CONFERENCE ROOM B /CITY HALL PLEASE DISPOSE OF BID FORMS FROM ADDENDUM NO. 1- REVBF -3 to REVBF -12 AND INSERT ATTACHED REVISED BID PRICING SHEETS: BF -3 REV ADD#3 to BF -12 REV ADD#3. 1 What is estimated cost budget for this project? Answer: The estimated cost budget for this project is $8.50M. 2 The new water system is being typically installed 3' inside the ROW. Sanitary sewer laterals are not shown and we recognize that there may be approximately 250 laterals crossed by the new water main. Lateral depth at the property line and vertical separation requirements of 12" shown on Plan Sht. D -4 will cause deeper installation of the new mains. The additional depth will cause wider excavation broader damage to surface features (i e , Sidewalks that are not shown to be replaced, landscape and fences existing on private property, private driveways and walkways, etc). Will unit prices be paid as applicable if the new water main must be lowered to accommodate existing lateral depth? Will the City consider moving the new main further away from the property line where possible or into the edge of roadway? Answer: Most of the Lateral Crossings will either not be affected or will cross meeting the current DEP Rules without damage (DEP Current Rule allows 6 -inch of separation if the water main crosses over the lateral and 12- inches crossing under). Items not shown to be replaced (Le. pavement, sidewalks, fences, etc.) that are damaged will be considered incidental to the water main pipe installation and shall be included in the pay items for water main installation. Field alignment adjustment of the water main will be considered when necessary after the Contractor completes the required pot - holing of existing utilities. We may consider moving the water main further from the property line if it does not encroach into the pavement. Item # 69 description and quantities were revised in the attached Revised SOBI. 3 It is understood (Addendum No. 1 Q&A 3) that all trees except Palm trees along Ocean Avenue must be removed from swales Will tree licenses / permits be required and at what cost to the contractor? Answer: No tree licenses / permits/ fees will be required. 4 There are existing water mains, which are shown to be removed from backyard easements The Water Main Abandonment/Demolition Plan Drawings DM -1 through 4 do not show existing landscape and other surface features such as fences sheds, landscape, hardscape, etc. that may have been placed or grown over existing mains to be removed. Will the City pay unit prices or consider an allowance for restoration of these unknown and unshown items? Will the City consider grout abandonment in lieu of removal of mains from backyards? Answer: No, all Restoration Costs must be included with the Pipe Removal Pay Items. The City will not consider Grouting of Existing AC Water main; the pipe must be removed as proposed. It is the Contractor's Responsibility to investigate and determine the Restoration Costs for this work prior to submitting a bid. 5 There are many circumstances where existing water mains must be removed from front yards where the existing mains lie within the same swale as the new main is proposed. The existing mains cannot be removed until after new mains are certified, and crossover connections have been accomplished. This will delay driveway and swale restoration from initial demolition through removal of the existing mains, a period of months Will the City consider paying for temporary driveway surface once new main installation has passed? Will the City consider grout abandonment under such circumstances, which will allow timely restoration of driveways without later disturbance? Answer: No, the cost for Temporary Driveway Surfaces will need to be included with the cost of Driveway Repair. Also, the Contractor will need to Phase the Project in Sections according to their planned partial Certifications to PBCHD for WM Clearances, in order to complete the drainage work (swales, exfil pipe, and structures) in sequence to the Water main Work followed by the Restoration Work. Drainage Work and Restoration must proceed in order with the WM Installation to lessen the impact on the City's Residents. Double Valves have been proposed on the Branch Tees so that the Water main installation can proceed along the next section during the WM Certification process on the previous section. 6 Removal and replacement of curbing along Ocean Ave will require roadway asphalt demolition to allow space for concrete forming This will leave a gap between existing road base and the face of buried curb, which is typically filled with flowable concrete fill. How will this be paid for? Answer: No, this is a means and method issue. Flowable Fill would be considered an incidental to the pay items for removal and replacement of curbs. The Flowable Fill Item ( #63) is for Pipe not meeting DEP Separation Requirements only. 7 There are areas in the project (ie. Sheet C -103) where proposed alignment is forced along the edge of existing roadway asphalt. Compliance with trench detail widths will cause asphalt to be disturbed during water main installation Can we assume that payment for trench patch will be paid under Item No 15 (Open Cut Pavement Repair)? Answer: Item # 15 quantity has been increased to 11,000 LF in the attached revised SOBI. The Open Cut Pavement Repair Item (Bid Item #15) will only be charged when Proposed Pipe is installed in the Roadway, installed on the Edge of Roadway, or installed within 2 -feet from the Edge of Roadway. The Pavement Repair costs for all other pipe will be considered an incidental to the Pipeline Installation. 8 Item No 47 is in place for removal of existing ACP water mains and specifically includes all restoration as described. Plan sheet C -122 shows existing ACP mains being removed at the edge of pavement and contains notes indicating "Pavement Trench Reconstruction ". Will this pavement reconstruction be paid as a part of Item No 15 (Open Cut Pavement Repair" or will it be considered incidental to Item No. 47 (Remove and dispose of existing Asbestos Concrete Pipe including all restoration)? Answer: Asphalt Trench Repair will be considered and Incidental to Pay Item No. 47 as listed in Measurement and Payment Section SC01025 -8. The Asphalt Trench Repair for AC Pipe Removal will not be billed to Pay Item #15. 9 The bid item for Swale Restoration (Item No 70) includes no reference to topsoil being placed in the swale. Is the topsoil normally bound to the bottom of each sod pad acceptable as topsoil or will additional topsoil need to be placed in the swale prior to sod placement? Answer: The Top Soil on the bottom of Sod Mat will not be considered acceptable for meeting Topsoil Requirements. 2- inches of Topsoil and Fertilizer are required prior to laying Sod. Refer the City's Tech Spec Section 02925 for the detailed requirements. The cost for this top soil shall be included in Pay Item No. 70. 10 Please clarify the penal sum of the bid bond. In the Notice to Contractors it says the bid bond will be 5% and the Bid Bond Form itself (page BB -1 paragraph B) says the "difference between the amount specified in such Bid and the amount for which the Owner may procure the required work and supplies. ". Answer: There is a 5% Bid bond required with the Bid Submission, the paragraph on the Bid Bond Form deals with what happens in event of award and vendor failing to enter into agreement. 11 Per plans, the quantities for pay items # 75 & # 76 seem to be reversed. Answer: The quantities for pay items # 75 and # 76 have been revised in the attached Revised SOBI. 12. Pay item # 65 24" HDPE EXFILL Trench. Bid qty. looks to be +1- 1,000 LF high. Answer: The pay item # 66 24" Exfiltration Trench quantity of 5,350 LF is what is expected for the project. 13 Plan page C -17, pipe run from S -26E to S -26E1 calls out to be 18" HDPE. There is no pay item for 18" pipe. Answer: The pipe run from S -26E to S -26E1 is to be 24" HDPE and is to be paid under item # 67. 14 Who will be the inspector on the job for Matthew's Engineering? Answer: Mathews Consulting will designate an inspector. Mathews Consulting's inspector is not assigned by the City. 15 Why are the first 2 pages on the Streetscape plans blacked out? Answer: The first two (2) pages on the Streetscape plans are blacked out to avoid confusion; this streetscape work is not included in the scope of work for this project. 16. What is the project duration? Answer: The project duration is 540 days as stated in the bid documents: BID FORM Section — Page BF -13, Paragraph 5 5. BIDDER agrees that the WORK will be substantially completed within five - hundred and forty (540) calendar days after the receipt of the Notice to Proceed and final completion will occur within thirty (30) calendar days after the Notice of Substantial Completion. CLARIFICATIONS 1 Section 02513 — Public Water & Reclaimed Water Distribution System, 3 4. G TESTING Last sentence of first paragraph has been revised to now read "The PBC HD Clearance requires the Contractor's Pressure Test Report, Disinfection Report, Water Quality Lab Report and As -Built drawings." 3.4 G 2 c first paragraph has been revised to now read: "c. The Contractor shall prepare a documented test report 24 hours in advance. Each test identifying, date, time, weather, linear foot of pipe being tested (station to station), beginning test pressure and time, ending test pressure and time, amount of "make -up" water and a clear "pass / fail" statement " 2 Section 02516 — Disinfection of Potable Water Distribution Systems, 1.6 B title has been revised to now read " B. Bacteriological Report" 3 3 FIELD QUALITY CONTROL A has being revised to now read: "A The Contractor shall assure the accuracy of the disinfection testing and provide a copy of the Contractor's disinfection report to the Project Manager. In the event of a dispute, the Project Manager will schedule the City's Lab for bacteriological testing. 3 Sheet D -4 Detail G6 Pressure Test Criteria. Note 5 has been revised to now read: "5. STANDARD TEST PRESSURE. 155 P S I " 4 Attached is the Revised Schedule of Bid Items (SOBI) mentioned above. ALL ELSE REMAINS THE SAME Respectfully, ... weiii:i., Gam. ,LL Q Tim W Howard Director of Financial Services SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Sect on DESCRIPTION UNIT UNIT COST VALUE QTY Mobilization /Demobilization, Bonds, Insurance, 1 1 11 B 1 Trench Safety for OSHA Compliance, and General 1 LS $ $ Requirements. Contractor shall be limited to a maximum of six percent (6 %) of the total bid pace 2 1 11 B.2 Contractor to develop and implement, Maintenance of 1 LS $ $ Traffic (MOT) plans 3 1 11 B 3 Consideration for Indemnification 1 LS $25 00 $25.00 Provide National Pollutant Discharge Elimination 4 1,11 C System Permit (NPDES) and dewatenng permit from 1 LS $ $ applicable agencies Contractor shall be limited to a maximum of ( 25 %) of the total bid price 5 1 11 D Permit Allowance for Health Department Clearances 1 AL $22,000 00 $ 22,000 00 and service transfer plumbing permit fees 6 1 11 E Record Drawings 1 LS $ $ Furnish and install 4 -Inch PVC C900 (DR -18) Pipe 7 1 11 F Water Main with trace wires including Restraining 40 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system Furnish and Install 6 -Inch PVC C -900 (DR -18) Pipe 8 1 11 F Water Main with trace wires including Restraining 140 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system Furnish and Install 8 -Inch PVC C -900 (DR -18) Pipe 9 1 11 F Water Main with trace wires including Restraining 27,540 LF $ $ Joints, Disinfection and Appurtenances needed to deliver a functioning water distribution system BF -3 Rev Add #3 — Central Seacrest -- Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER Qm PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Sect on DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and Install 6 -Inch Ductile Iron (350 psi) piping including Restraining Joints, Disinfection and 10 1 11 F Appurtenances needed to deliver a functioning water 600 LF $ $ distribution system to be installed at conflict crossings, ARV vaults and fire hydrants Furnish and Install 8 -Inch Ductile Iron (350 psi) piping including Restraining Joints, Disinfection and 11 1 11 F Appurtenances needed to deliver a functioning water 1,200 LF $ $ distribution system to be installed at conflict crossings, ARV vaults 12 1 11 F Furnish and Install Ductile Iron Compact Mechanical 11 TONS $ $ Joint Fittings (Tees, Elbows, Crosses, etc ) Furnish and Install additional 4- Inch /6- inch /8 -Inch 13 1 11 F Ductile Iron Fittings (Tees, Elbows, Crosses, etc) 2 TONS Anticipated for unforeseen conflict locations 14 1 11 F Fill and Flush assemblies — including pigging wyes 14 EA and caps for line flushing 15 1 11 G Open Cut Pavement Repair 11,000 LF $ $ 16 1 11 H Remove and dispose of existing fire hydrants 15 EA $ $ Furnish and install Sigelock Fire Hydrant Assemblies 17 1 11 H (with wrenches for every hydrant) on existing water 1 EA $ $ main, including tapping sleeve and valve, valve and appurtenances as shown on plans Furnish and install Sigelock Fire Hydrant Assemblies 18 1 11 H (with wrenches for every hydrant) on proposed water 52 EA $ $ main, including tee, valve and appurtenances. BF-4 Rev Add #3 Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "^ 'ACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION EST UNIT UNIT COST VALUE 19 1 11 H Furnish spare Sigelock fire hydrants with wrenches 10 EA $ $ for every hydrant 20 1 11 H Furnish Sigelock fire hydrant traffic repair kits 6 EA $ $ 21 1 11 H Furnish Sigelock fire hydrant shoe repair kits 6 EA $ $ 22 1111 Furnish and install 16" x 8" Tapping Saddle 2 EA $ $ Assembly, including valve, and appurtenances 23 1111 Furnish and install 24" x 8" Tapping Saddle 1 EA $ $ Assembly, including valve, and appurtenances 24 1111 Furnish and install 20" x 8" Tapping Saddle 2 EA $ $ Assembly, including valve, and appurtenances 25 111 I Furnish and install 10" x 8" Tapping Saddle 3 EA $ $ Assembly, including valve, and appurtenances 26 1 11 I Furnish and install 4" x 4" Tapping Saddle Assembly, 1 EA $ $ including valve, and appurtenances 27 1 11 I Furnish and install 6" x 6" Tapping Saddle Assembly, 0 EA $ $ including valve, and appurtenances 28 1111 Furnish and install 10" x 6" Tapping Saddle 3 EA $ $ Assembly, including valve, and appurtenances BF -5 Rev Add #3 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 ITEM NO Se�tion DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and Install 8" x 8" Tapping Saddle Assembly, 29 1 11 1 Including valve, and appurtenances 3 EA $ $ 30 1 11 J Furnish and install 8 -inch Gate Valve and 124 EA $ $ appurtenances 31 1 11 J Furnish and Install 6 -inch Gate Valve and 2 EA $ $ appurtenances 32 1 11 J , Furnish and install 4 -Inch Gate Valve and 1 EA $ $ appurtenances Furnish and Install automatic Air Release Valve This 33 1 11 J Item includes, but is not limited to, air release valve, 21 EA $ $ strapping saddle, corporation stop, manhole, and appurtenances for the complete system 34 1 11 K Furnish and Install all permanent sampling points 5 EA $ including all appurtenances and site restoration Furnish and install 1" water service including poly pipe, saddle, corporation stop & curb stop, Including 35 1 11 L all appurtenances and site restoration Includes 215 EA $ $ connecting new service from new water main to the existing meter box Relocate existing water meter out of right -of -way including furnish and install 1" water service Including 36 1 11 L poly pipe, saddle, corporation stop & curb stop, 8 EA $ $ including all appurtenances and site restoration Includes connecting new service from new water main to the relocated meter box BF-6 Rev Add #3 — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER - +c RID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS -- REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and install 2" water service including poly pipe, saddle, corporation stop & curb stop, including 37 1 11 L all appurtenances and site restoration Includes 81 EA $ $ connecting new service from the new water main to the existing meter box Relocate existing water meter out of right -of -way including furnish and install 2" water service including 38 1111 poly pipe, saddle, corporation stop & curb stop, 12 EA $ $ including all appurtenances and site restoration Includes connecting new service from new water main to the relocated meter box Water service (1") transfer from rear to front of property - complete water service installation including abandonments of existing meter location and private service line, installation of Contractor furnished materials, completion of Right of Entry 39 1 11 L forms, plumbing permits, installation of private service 250 EA $ $ line to the existing house valve location and complete restoration Includes relocating the existing meter and box to the front of the property, furnishing and installing 1" water service, and connection of new services from new water main to the relocated meter 40 1 11 L Replace existing damaged meter box 50 EA $ $ • 41 1,11 L Replace existing damaged touch read lid 50 EA $ $ 42 1 11 M Furnish and install 3" PVC casing pipe for services 3 780 LF $ $ including all restoration BF -7 Rev Add #3 •antra( Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "In PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE 43 1 11 M Furnish and install 4" PVC casing pipe for services 1,680 LF $ $ including all restoration 44 1 11 N Water main line stop (4 ") including all restoration 2 EA $ $ 45 1 11 N Water main line stop (6 ") including all restoration 8 EA $ $ 46 1 11 N Water main line stop (8 ") including all restoration 8 EA $ $ Remove and dispose of existing Asbestos Concrete 47 1 11 0 Pipe including ail restoration 9,975 LF $ $ Abandon in -place existing 4 -inch and larger water main pipe using grout (flowable), including plugs and 48 1 11.P all restoration Pertains to non - asbestos concrete 578 LF $ $ pipe that resides in hard surface (asphalt, concrete, pavers, etc ) Cut & Cap - Abandon in -place existing water main 49 1 11 Q pipe 4 -inch or larger in diameter and all restoration. 4 EA $ $ Pertains to non - asbestos concrete pipe that resides in green area (sodded or landscaped) Cut & Cap - Abandon in -place existing water main 50 1 11 Q pipe less than 4 -inch in diameter and all restoration 10 EA $ $ Pertains to non - asbestos concrete pipe that resides in green area (sodded or landscaped) 51 1 11 R 4" thick concrete sidewalk replacement and 32,651 SF $ $ restoration BF -8 Rev Add #3 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS -- REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 R ITEM NO Sect on DESCRIPTION Qom, UNIT UNIT COST VALUE 6" thick concrete sidewalk replacement and 52 1 11 R restoration Applies to locations where sidewalk 19,158 SF $ $ crosses dnveway 53 1 11 S Remove and replace Curb (FDOT Type D) 4,095 LF $ $ 54 1 11 S Remove and replace Curb (FDOT Type F) 210 LF $ $ 55 1 11 S Remove and replace Header Curb (12" wide by 10" 25 LF $ $ thick) 56 1 11 T ADA Sidewalk Curb Ramps 30 EA $ $ 57 1 11 U Concrete driveway apron removal / replacement 11,000 SY $ $ 58 1 11 U Asphalt driveway apron removal / replacement 1,430 SY $ $ 59 1 11 U Paver driveway apron removal / replacement 121 SY $ $ 60 1 11 V Demolition of existing aggregate parking area (gravel 1,418 SY $ $ or limestone) and install swale, 61 1 11 V Demolition of existing asphalt or concrete parking 294 SY $ $ area and install swale BF -9 Rev Add #3 ^ ~' ntnn Beach Utilattes — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS — PHASE 1 ITEM NO Section DESCRIPTION QTY UNIT UNIT COST VALUE 62 1 11 V Demolition of existing walkway and install swale 50 SY $ $ 63 1 11 W Flowable Fill (100 psi) 200 CY $ $ Furnish and install 1" asphalt overlay replacement to the extent and locations shown on the plans This 64 1 11 X bid item shall include all temporary pavement 67,095 SY $ $ markings, and the adjustment of manholes and covers 65 1 11 Y Asphalt Milling (1" minimum) 67,095 SY $ $ Furnish and install Exfiltration Trenches including 24" 66 1 11 Z HDPE perforated pipe, fittings, trench shoring and 5,350 LF $ $ appurtenances associated with the exfiltration trench to deliver a functioning stormwater system 67 1 11.Z Furnish and install 24" HDPE pipe 400 LF $ $ 68 1 11.Z Furnish and install 15" HDPE pipe 500 LF $ $ Furnish and install replacement pipe for sewer laterals in conflict with Exfiltration Envelope This shall 69 1 11 AA include replacement of existing pipe with SDR 35, 100 EA $ $ couplings, adjustment of filter fabric, all restoration, and all other work required to seal the exfiltration envelope around the new lateral pipe section BF -10 Rev Add #3 Boynton Beach Utilities — Central Seacrest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 ITEM NO Sect on DESCRIPTION QTY UNIT UNIT COST VALUE Swale restoration as highlighted on the construction plans. This shall include removal of existing 70 1 11 BB J landscaping and landscaping features, excavation, 48,000 SY $ $ hauling, grading and sodding of swale areas with either Floratam or Bahia sod as required and restoration of the existing irrigation systems 71 1 11 CC Remove existing 15" drainage pipe including all 263 LF $ $ restoration 72 1 11 CC Remove existing 24" drainage pipe including all 588 LF $ $ restoration 73 1 11 DD Remove Existing Drainage Manholes /Inlets including 6 EA $ $ all restoration 74 1 11 EE Furnish and install Drainage Manholes including 6 EA $ $ baffles and all restoration Furnish and install FDOT Type "C" inlets including all 75 1 11 EE grates, baffles, appurtenances, and restoration 11 EA $ $ 76 1 11 EE Furnish and install FDOT Type "E" inlets including all 65 EA $ $ grates, baffles, appurtenances, and restoration 77 1 11 FF Installation of new drainage concrete inlet aprons 10 EA $ $ 78 1 11 GG Reconstruction of concrete catch basin aprons 6 EA $ $ BF -11 Rev Add #3 -act — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "'KAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SCHEDULE OF BID ITEMS - REVISED PROJECT NAME: CENTRAL SEACREST CORRIDOR UTILITIES IMPROVEMENTS - PHASE 1 ITEM NO Secti0on6 DESCRIPTION QTY UNIT UNIT COST VALUE Furnish and Install St Augustine Sod to be provided 79 1 11 HH in irrigated areas for incidental restoration based on 315 SY $ $ unforeseen conditions (not included in swale { construction area) Furnish and Install Bahia Sod to be provided in non - 80 1 11 HH irrigated areas for incidental restoration based on 315 SY $ $ unforeseen conditions (not included rn swale construction area) 81 1 11 II Temporary traffic paint 1 LS $ $ 82 11111 Permanent thermoplastic pavement markings 1 LS $ $ including reflective pavement markings 83 1 11 JJ Streetscape per plans (total of 5 sheets) 1 LS $ $ Furnish and install benches (Wabash Model 84 1 11 KK Urbanscape 6' arch back w/ divider arms — faux wood 2 EA $ $ weathered) and trash receptacles (Toter Model 860 - A, granite) TOTAL BID (ITEMS 1 THRU 84) - PHASE 1: $ Total Project Cost Written: Dollars 8F -12 Rev Add#3 -rest — Phase 1 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER "r:KAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE