Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022 05 23 Consent 305 - Consideration of Rejection of All Proposals Received for SR 434 Reclaimed Water Main Extension Project
CONSENT AGENDA ITEM 305 CITY COMMISSION AGENDA | MAY 23, 2022 REGULAR MEETING TITLE Consideration of Rejection of All Proposals Received for SR 434 Reclaimed Water Main Extension Project SUMMARY In March 2022, the City issued RFP 02-22 requesting proposals for the construction of the SR 434 Reclaimed Water Main Extension Project. The purpose of the Request for Proposal (RFP) was to solicit proposals from qualified construction firms with solid and proven experience in underground utilities. The RFP closed on April 14, 2022; four responses were received, listed in alphabetical order: ADS, Inc. Amici Engineering DBE Utility Services Killebrew, Inc. On April 28, 2022, the Selection Committee met to score the proposals and to open the sealed bid prices. The following was the outcome: ADS, Inc. – Score 77.20 – Bid: $2,508,640 DBE Utility Services – Score 71.90 – Bid: $2,951,419 Amici Engineering – Score 64.41 – Bid: $3,594,643 Killebrew, Inc. – Score 48.98 – Bid: $2,543,805 At this time, the City has not issued a Notice of Intent to Select to any contractor. In the RFP, the City reserved the right to reject any or all proposals, with or without cause, to waive technicalities and minor irregularities, or to accept the proposals which, it its judgment best serves the interest of the City. Shortly after the Scores were posted, the City received comments from at least one contractor, prompting further review of the RFP and the responses received. Upon further review, the City Manager recommends that all proposals be rejected. The RFP would be republished with more specific instructions to contractors regarding, at minimum, the following: (1) subcontractor identification and minimum qualifications for subcontractors; and (2) preparation of “project approach” narratives, including emergency response plans, staging plans, and approaches to the most significant 57 risks/challenges posed by the project construction. Further clarification regarding these topics in a revised RFP is anticipated to yield more descriptive responses from contractors that will allow the City to better compare their approaches and to choose the contractor in the best interest of the City. Attached is RFP 02-22, accompanying addendums, and the full proposals received. RECOMMENDATION Staff recommends the Commission review the attached proposals, and authorize the City Manager to reject all proposals with the intent to revise the RFP and to rebid. 58 Project Manual City of Winter Springs SR 434 RECLAIMED WATER MAIN EXTENSION March 2022 59 THIS PAGE INTENTIONALLY LEFT BLANK 60 SR 434 Reclaimed Water Main Extension INDEX-1 March 2022 Index INDEX TO PROJECT MANUAL CITY OF WINTER SPRINGS SR 434 RECLAIMED WATER MAIN EXTENSION Request for Proposal # 02-22 JN March 2022 DIVISION 0 BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT 000005-1 000020-2 – 000020-2 000100-1 –000100-14 000300-1 –000300-17 000410-1 – 000410-2 000500-1 –000500-20 000610-1 – 000610- 6 000620-1 – 000620-3 000660-1 000661-1 000662-1 – 000662-2 000663-1 000680-2 – 000680-4 000700-1 – 000700-5 000005 Certification 000020 Advertisement for Proposals 000100 Instructions to Proposers 000300 Mandatory Proposal Forms 000410 Bid Bond Form 000500 Agreement Form 000610 Performance Bond Form 000620 Labor and Materials Payment Bond Form 000660 Notice of Selection Form 000661 Notice to Proceed Form 000662 Release of Lien Form 000663 Partial Release of Lien Form 000680 Application for Payment Form 000700 General Conditions 000950 Change Order Form 000950-1 – 000950-5 DIVISION 1 GENERAL REQUIREMENTS 011000 Summary of Work 011100-1 –011100-3 012000 Project Meetings 012000-1 –012000-5 012200 Measurement & Payment 012200-1 –012200-6 012500 Substitution Procedures 012250-1 – 012200-3 013000 Administrative Requirements 013000-1 – 013000-3 013150 Pre Construction Video 013150-1 – 013150-4 013200 Project Schedule 013200-1 – 013200-2 013300 Submittal Procedure 013000-1 – 013000-4 016000 Product Requirements 016000-1 017000 Closeout Requirements 017000-1 –017000-11 61 SR 434 Reclaimed Water Main Extension INDEX-2 March 2022 Index DIVISION 2 SITE WORK 022050 Site Grading 022050-1 – 022050-2 022200 Site Clearing 022200-1 – 022200-2 023200 Trenching, Bedding, Backfill 023200-1 – 023200-4 DIVISION 3-30 NOT USED DIVISION 31 EARTHWORK 312316 Excavation 312316-1 – 312316-14 312323 Fill 312323-1 – 312323-4 DIVISION 32 EXTERIOR IMPROVEMENTS 321216 Asphalt Paving 321216-1 – 321216-6 DIVISION 33 UTILITIES 330505 Hydrostatic Testing 330505-1 – 330505-4 330507 Utility Directional Drilling 330507-1 – 330507-8 330561 Concrete Manholes 330561-1 – 330561-2 330597 Identification and Signage for Utilities 330597-1 – 330597-2 331500 Public Reclaimed Water Distribution Piping 331500-1 – 331500-2 DIVISION 34-50 NOT USED APPENDICES Appendix A: FDOT Construction Permits (PERMIT TO BE ISSUED VIA ADDENDUM) 62 SR 434 Reclaimed Water Main Extension 000005-1 March 2022 Certification SECTION 000005 CERTIFICATION SR 434 Reclaimed Water Main Extension This Project Manual is certified as follows: The appendices to this Project Manual may contain information prepared by other professionals, bearing the name, address, and logo of the professional. Kimley-Horn, Inc. is not responsible for items prepared by other professionals, and these items are not covered under the above registered professional’s signature and seal. CIVIL ENGINEER Divisions 1, 2, 31, 32, 33 Kimley-Horn, Inc. 189 Orange Avenue, Ste 1000 Orlando, FL 32801 Ph. 407.898.1511 Certificate of Authorization No. 21075 Lance Littrell, P.E., 65645 Date 63 THIS PAGE INTENTIONALLY LEFT BLANK 64 SR 434 Reclaimed Water Main Extension 000020-1 March 2022 Advertisement for Proposals SECTION 000020 ADVERTISEMENT FOR PROPOSALS REQUEST FOR PROPOSALS Proposals are hereby solicited by the City of Winter Springs, Florida for: SR 434 RECLAIMED WATER MAIN EXTENSION Request for Proposal # 02-22 JN Sealed Proposals must be received by April 14 , 2022 at 2:00 P.M. at the City of Winter Springs, City Hall, 1126 East S.R. 434, Winter Springs, FL 32708. Proposal opening will be on April 14, 2022 at 2:30 P.M. at City of Winter Springs, City Hall, 1126 East S.R. 434, Winter Springs, FL 32708. The Proposal Documents may be downloaded in pdf format from DemandStar and the City’s website at the following link: http://www.winterspringsfl.org/EN/web/gov/bids_purchasing.htm This construction project consists of the following as shown on plans: 1.Installation of approximately 9,900 LF of 12” HDPE reclaimed water main piping along SR 434 by Open-Cut, Jack and Bore, and Directional Drilling installation. A MANDATORY pre-proposal meeting to review the RFP documents will be held at City Hall on March 10, 2022 at 2:00 P.M. In an effort to maintain social distancing, we will not be able to tour all Respondents at the same time. During the pre-bid meeting, we will schedule time slots based on the number of Respondents for a MANDATORY field trip to be conducted by appointment only to the SR 434 Reclaimed Water Main Extension on March 15 and/or March 16, 2022. Each Respondent is limited to three (3) participants per tour. All attendees shall be required to sign-in and provide their own transportation to/from the facilities and provide their own safety equipment appropriate for touring the facilities. All questions regarding the RFP should be directed to Rebecca McKeown, City Procurement Manager by e-mail to rmckeown@winterspringsfl.org. Questions received less than seven (7) Calendar days prior to Proposal Opening will not be answered. The City of Winter Springs reserves the right to reject any or all proposals, with or without cause, to waive technicalities and minor irregularities, or to accept the proposals which, it its judgment best serves the interest of the City. 65 SR 434 Reclaimed Water Main Extension 000020-2 March 2022 Advertisement for Proposals Table 1 ‐ Procurement Schedule NO. ACTIVITY DATE 1 Issue RFP March 2, 2022 2 Mandatory Pre-Proposal Meeting March 10, 2022 3 Mandatory Site Visits March 15-16, 2022 4 Last Date for City to Receive Questions on RFP April 1, 2022 5 Proposal Submission Due Date April 14, 2022 6 Selection Committee Meeting and Preparation of Recommendation to City Commission April 26, 2022 7 City Commission Consideration and Selection of Proposal for Further Negotiations May 9, 2022 8 Execution of a Written Agreement upon Completion of Satisfactory Negotiations TBD END OF SECTION 66 SR 434 Reclaimed Water Main Extension 00100-1 March 2022 Advertisement for Proposals SECTION 00100 INSTRUCTIONS TO PROPOSERS Project Identification A. Proposals are requested for providing construction services for SR 434 Reclaimed Water Main Extension for the City of Winter Springs, hereinafter called the OWNER, to be performed in compliance with this Project Manual and Drawings. B. AS DESCRIBED FURTHER BELOW IN SECTION 1.06, SELECTION OF THE PROPOSER AND PROPOSAL DEEMED MOST QUALIFIED AND IN THE BEST INTERESTS OF THE CITY BY THE CITY COMMISSION SHALL NOT RESULT IN THE FORMATION OF A CONTRACT. NO CONTRACT SHALL BE FORMED UNTIL FINAL APPROVAL OF A CONTRACT BY THE CITY COMMISSION OR CITY MANAGER AFTER NEGOTIATION OF SPECIFIC CONTRACT TERMS DEEMED TO BE IN THE BEST INTEREST OF THE CITY BY THE CITY COMMISSION AND CITY MANAGER. Bidding Documents A. Definition RFP Documents consist of the Project Manual and Drawings. B. Copies of Documents, including any Addenda issued prior to receipt of bids RFP Documents may be obtained in compliance with the Advertisement for proposals. The RFP documents are only available in pdf format and can be downloaded from DemandStar and from the City website. No partial sets of the RFP Documents will be issued. Complete sets of the RFP Documents shall be used in preparing proposals; the OWNER will not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of RFP Documents. C. Questions Any Proposer who is in doubt as to the true meaning of any part of the RFP Documents, or finds a discrepancy or omission therein, may submit to the City Procurement Manager an e-mail request to rmckeown@winterspringsfl.org for an interpretation or correction. Any interpretation, correction or change of the RFP Documents will be made by Addendum. Interpretations, corrections or changes made in any other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections and changes. All questions must be submitted, in writing, on or before April 1, 2022. 67 SR 434 Reclaimed Water Main Extension 00100-2 March 2022 Advertisement for Proposals D. Addenda Addenda will be issued via DemandStar and the City website. All Addenda issued during the proposal period shall form a part of the Contract Documents, shall be covered in the proposal, and shall become a part of the Contract. Receipt of each Addendum shall be acknowledged in the Proposal Form; failure to do so may subject the Proposer to disqualification. It shall be the Proposer’s responsibility to ensure that they have received all Addenda prior to submitting a proposal. The OWNER shall not be responsible for non-receipt or untimely receipt of Addenda due to acts of the delivering agency or any other source. Examination of Documents and Inspection of Site A. Before submitting a Proposal, Proposers shall carefully examine the RFP Documents and inspect the project site to fully inform themselves of all existing conditions and limitations. Each Proposer, by submitting his Proposal, represents that he has so examined the RFP Documents and inspected the site, that he understands the provisions of the RFP Documents and that he has familiarized himself with the local conditions under which the work is to be performed. 1.04 Minimum Qualifications A. Minimum Financial Qualifications Proposer must be a Certified General Contractor or Underground Utilities Contractor, certified in the State of Florida and the City of Winter Springs, as necessary, to perform the required construction and hold the following criteria: 1.Has been in business for a minimum of five (5) years. 2.Proposer must provide documentation acceptable to the City that exhibits financial strength and ability to perform on this Contract. B. Minimum Construction Experience Qualifications The RFP requires that the Proposer and its subcontractors have sufficient experience in similar construction projects. This section sets forth certain Minimum Construction Experience Qualifications (“Minimum Qualifications”) that must be met by the Proposer, and in some instances, its subcontractors, and describes the reference information that the Proposer must submit as part of the proposal to allow the City to confirm that these Minimum Qualifications are met. The Proposer must meet a Minimum Qualification associated with a Task listed below if the Proposer plans to perform 50% or more of the Task through its own forces for the Project. A Significant Task Subcontractor must meet a Minimum Qualification associated with a Task listed below, if the Proposer 68 SR 434 Reclaimed Water Main Extension 00100-3 March 2022 Advertisement for Proposals plans to have a Subcontractor perform 50% of the Task in the course of the Project. 1.The Minimum Qualifications include: Successful completion of projects including construction of:12” (min.) pipe via open-cut installation, Directional Drill and Jack & Bore methods within a limited corridor that included conflicting utilities. Experience with phasing/sequencing to maintain asset operation and flow of traffic at all times. Critical transitions (including time sensitive tie-ins and overnight work). 2.A project will be considered counted toward meeting the applicable Minimum Qualification listed above only if, in addition the conditions referenced, both of the following conditions are met: (i) the project was undertaken, or the Proposer’s/Subcontractor’s portion of the project commenced, no earlier than 2010 and (ii) the Proposer/Subcontractor performed at least 50% of the Task described for that project. A project will be deemed “successful” for purposes of this RFP only if: (i) the entire project, including the Task referenced, achieved final acceptance; or (ii) the Task referenced was deemed substantially complete (i.e., the Facility Owner accepted the equipment installed or other result of the Task for the Facility Owner’s beneficial use). A project will not be deemed to be “successful” for purposes above, even if it otherwise meets the foregoing, conditions, if any of the following occurred: (i) the Proposer/Subcontractor was terminated from the project for cause, (ii) in association with the work listed, the Proposer/Subcontractor received any enforcement agency warning letters, administrative fines or penalties, or the Proposer/Subcontractor was required to pay damages by a court of law, for Occupational Safety and Health Administration (OSHA) violations in association with work; (iii) after project completion, the Facility Owner requested the Proposer/Subcontractor to provide warranty work and the Proposer/Subcontractor failed to provide such work to the Facility Owner’s satisfaction; or (iv) the Facility Owner or the Facility Owner’s contact person (listed below), for any other reason provides the City a negative reference regarding the Proposer/Subcontractor. 3.To help the City determine whether the Minimum Qualifications are met, the Proposer must submit the following as part of the proposal: (a) A list of Significant Task Subcontractors, including the name of the 69 SR 434 Reclaimed Water Main Extension 00100-4 March 2022 Advertisement for Proposals person or firm, their contact information, each Task for which the subcontractor will act as a Significant Task Subcontractor, and the approximate percentage of work they will be completing in comparison to the entire project. (b) A Reference Package that shall contain a title page with the City RFP number and title as referenced in the Advertisement; the name of the Proposer, followed by References for the Proposer and each Significant Task Subcontractor. (c) The Reference Package shall contain a minimum of three projects to show the Minimum Qualifications for Utilities Construction are being met. For each project, the following must be provided: i)The name and location of the project, the type of Proposer’s/Subcontractor’s work on the project (with reference to the Tasks listed above), the years in which the work was performed, and a summary of any OSHA safety violations or significant injuries received by Proposer’s/Subcontractor’s employees during the course of the work (significant meaning an injury resulting in the employee missing 15 or more days of work or death). ii)The name and address of the Facility Owner. iii)At least one Contact Person for Facility Owner. The Contact Person must have sufficient knowledge of the project listed to confirm that the applicable Minimum Qualifications were met by the Proposer/Subcontractor. The Contact Person need not to be a former or current officer or employee of the Facility owner, so long as the person represented the Owner’s construction management and/or construction interests for project listed (such as by acting as project manager, project administrator, resident construction engineer, etc.) The Contact Person, title name of employer, and telephone number or email address (or both) must be provided. The Proposer is encouraged to provide a backup Contact Person in each instance in case the City is unable to reach the primary Contact Person. 4.In evaluating the proposals received, the City intends to contact each reference listed (and with respect to OSHA violations, the appropriate agencies) to verify the Minimum Qualifications were met. Proposers meeting the Minimum Qualifications (including with respect to their Significant Task Subcontractors) will be considered qualified to perform the work and their Bid considered responsive 70 SR 434 Reclaimed Water Main Extension 00100-5 March 2022 Advertisement for Proposals provided other material requirements of the Bid are met. NOTE: A Proposer is not prohibited from listing more than the minimum number of projects to show that a specific Minimum Qualification is met (provided the Proposer complies with the space limitations for the Reference Set). For example, a Proposer could submit references for four Utilities Construction projects instead of three. However, additional experience will not affect a Proposer’s standing as a qualified Proposer. Proposers failing to meet the Minimum Qualifications will be considered non-responsive to the Bid and ineligible from further consideration. Proposal Procedure A. Form of Proposal This RFP considers multiple factors in selecting the top ranked firm. This includes: (a) Team Qualifications – 20% (b) Schedule – 30% (c) Approach – 20% (d) Price – 30% A committee will review and score the team qualifications, schedule, and approach prior to opening of the price. These scores will be summarized and finalized. After completion of the “qualifications” evaluation, the price submittal will be opened and factored in to determine the top ranked firm. The price score will be based on the lowest bidder receiving the maximum score, with reduced points awarded to the remaining teams based on percentage over the low bidder. Each Proposal shall include a completed Bid Form included in the RFP Documents. The Proposer is not permitted to make changes in the Bid Form provided. The Proposer shall fill in spaces on the Bid Form by typewriter or manually in ink. When a Proposer submits a Bid with spaces containing erasures or other changes, the person signing the Bid must initial changes, each erasure or change. The Proposer must fill in all relevant blank spaces on the Bid Form. Where so indicated by the makeup of the Bid Form, amounts shall be expressed in both words and figures, and in case of discrepancy between the two, the amount in words shall govern. In Unit Price type 71 SR 434 Reclaimed Water Main Extension 00100-6 March 2022 Instructions to Proposers Bids; the Proposer must furnish a Unit Price for all items, regardless of the quantity. In case of discrepancy between the Unit Price and the Total Amount, the Unit Price shall govern. No conditional Bids will be accepted. Alternate Bids will not be considered unless called for. Oral proposals or modifications will not be considered. 5.The Bid Form shall include the legal name of the Proposer and a statement whether the Proposer is a sole proprietor, a partnership, a corporation, or any other legal entity, and the Bid Form shall be signed by the person or persons legally authorized to bind the Proposer to a Contract. A Bid by a corporation shall further give the State of incorporation and have the corporate seal affixed. A Bid Form submitted by an agent shall have a current Power of Attorney attached certifying agent’s authority to bind Proposer. B. Bid Security Each Bid shall be accompanied by a Bid Security in the form of a certified check or bid bond in an amount equal to at least five percent (5%) of the Total Bid Price, payable without condition to the OWNER, as a guaranty that the Proposer, if awarded the Contract, will promptly execute the Agreement in accordance with the RFP Documents. Bid Bond shall be on the form provided as Section 00410. If for any reason the Proposer withdraws his Bid after Bid Opening and prior to the time specified under “Modification and Withdrawal” herein or fails to execute an Agreement or to provide the specified bonds, such Proposer shall be in default and the Bid Security shall be forfeited. 3.The Bid Security of all except the three (3) apparent lowest Proposers will be returned within 10 days after the canvass of Bids. C. Submission of Proposals The Proposal shall be enclosed in a sealed opaque envelope. This envelope shall be addressed to: City of Winter Springs Attn: Rebecca McKeown 1126 East State Road 434 Winter Springs, FL 32708 72 SR 434 Reclaimed Water Main Extension 00100-7 March 2022 Instructions to Proposers The Front of Envelope must be marked RFP # 02-22 JN and shall be identified with the Proposer’s name and address. Submit three (3) copies of the completed RFP Documents and one flash drive containing a digital version of the Response. 3.Proposals shall be delivered to the designated location prior to the time and date for receipt of proposals indicated in the RFP Documents or any extension thereof made by Addendum. Proposals received after the time and date deadline for receipt will be returned unopened to the person or firm submitting the Proposal. The Proposer shall assume full responsibility for timely delivery of his Proposal to the designated location. PARTIES DESIRING TO RESPOND TO THIS RFP ARE HEREBY NOTIFIED THAT ALL COMMUNICATIONS REGARDING THIS RFP, WHETHER IN WRITING, ELECTRONIC, VERBAL, OR BY SOME OTHER MEANS, AND WHETHER MADE INDIRECTLY BY THIRD PARTIES OR DIRECTLY BY THE RESPONDENT, SHALL BE SUBMITTED TO THE CITY’S PROCUREMENT MANAGER, EXCEPT LEGAL MATTERS MAY BE DIRECTED TO THE CITY ATTORNEY DIRECTLY OR THROUGH THE PROCUREMENT MANAGER. EXCEPT AS EXPRESSLY REQUIRED BY THIS RFP FOR FORMAL PRESENTATIONS (IF ANY), ANY INDIRECT OR DIRECT COMMUNICATIONS AND LOBBYING REGARDING THIS RFP MADE TO MEMBERS OF THE CITY COMMISSION, MEMBERS OF THE SELECTION COMMITTEE, OR ANY OTHER CITY OFFICIAL ARE STRICTLY PROHIBITED AND SHALL CONSTITUTE GROUNDS FOR IMMEDIATE DISQUALIFICATION. D. Modification and Withdrawal Proposals may not be modified after submittal. Proposals may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be received by the OWNER before the time and date stated or as amended for the Proposal Opening. Properly withdrawn Proposals will be returned unopened to the person or firm submitting the Proposal. A Proposer who timely withdraws his Proposal may submit a new Proposal in the same manner as specified herein under “Submission 73 SR 434 Reclaimed Water Main Extension 00100-8 March 2022 Instructions to Proposers of Proposal”. A Proposal submitted in place of a withdrawn Proposal shall be clearly marked as such on the outside of the envelope and on the Bid Form. If a Contract is not awarded within 90 calendar days after opening of Proposals, a Proposer may file a written request with the OWNER for the withdrawal of his Proposal. E. Proposal Disclosure; Florida Public Records Law Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section 119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law, information and materials received by the City in connection with an RFP response and under any awarded contract shall be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Respondent believes any of the information contained in its response is exempt from the Public Records Law, the Respondent must, in its response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption; otherwise, the City will treat all materials received as public records. In addition, the Respondent shall make available to the City, or any of its duly authorized representatives, any books, documents, papers, and records of the Respondent which are directly pertinent to any contract awarded under this RFP for the purpose of making audit, examination, excerpts, and transcriptions. All records shall be retained for a minimum of three (3) years after the City makes final payment under the contract awarded under this RFP and all other pending matters are closed by the City. All materials submitted in response to this RFP shall become property of the City. The City has the right to use any or all information/material submitted. Disqualification of a Respondent does not eliminate this right. Consideration of Proposals and Basis of Award A. Basis of Selection Except in cases where the OWNER exercises the right to reject all Proposals, as soon as practicable after Opening of Proposals, t he O W NER sh a l l se l e c t the Proposer and Proposal deemed the most qualified, most advantageous, and in the City’s best interests as determined in the sole and absolute discretion of the City Commission of the City of Winter Springs for further negotiation of a contract. 74 SR 434 Reclaimed Water Main Extension 00100-9 March 2022 Instructions to Proposers All responses will be subject to a review and evaluation process under the terms, conditions and procedures set forth in the RFP. It is the intent of the City that all Respondents responding to this RFP who meet the minimum requirements contained in this RFP shall be ranked, at the selection committee’s and City Commission’s sole and absolute discretion, in accordance with the evaluation criteria and factors established in the RFP. The City will consider all responsive and responsible responses received in its evaluation and award process. 3.Respondents shall submit information for evaluation in the categories listed below. Submittals will be scored and weighted using a cumulative point system (the maximum attainable score is 100 points) as follows: (a) Team Qualifications – 20% i)Capabilities – Describe the company’s in-house capabilities to complete project work of this type. Contractor to provide list of capabilities (3-page max). This shall include: a.Company background, type of work, areas of expertise b.Staff c.Equipment d.Ability to respond ii)Similar Project Experience – Provide the company’s experience with similar projects in Florida. Provide a 1-page introduction describing overall experience followed by 3 reference projects (1- page per project). The 3-reference project shall include the following information: a.Owner b.Project Name c.Project Location d.Dates work was performed e.Brief description of the work. Notate type of work with applicable similarities such as pipeline size, emergency/criticality, maintaining service during construction, phasing, etc.) Work shall be completed within the last 10 years. f.Was the project schedule met? g.What challenges occurred? How were these overcome? h.Summary of any OSHA safety violations or significant injuries during the course of the work. i.Owner Contact information (with phone number and 75 SR 434 Reclaimed Water Main Extension 00100-10 March 2022 Instructions to Proposers email). Note the owner may be contacted as a reference. iii)Sub-Contractors a.Identify key sub-contractors to be utilized, their role, contact information, and approximate percentage of work intended to complete (in comparison to entire project). iv)Project Manager a.Identify the Project Manager. Provide a resume (2-page max) for the project manager, including location, experience, credentials and licenses. Notate experience with similar emergency projects and the outcome of the project. b.Identify an assistant or backup Project Manager with resume (2-page max). (b) Schedule – 30% i)Project Schedule - Provide a firm project schedule for project completion. Include: a.A schedule which at a minimum identifies: Overall project schedule Major equipment purchase / lead time duration Phasing Duration of major construction periods with milestones Critical path items Substantial completion date Final Completion date b.The schedule shall be based on “days from Full Construction NTP” c.Adherence to schedule – Time is of the essence. The contractor will adhere to the schedule, which they propose in this proposal. The contract agreement and duration will be set based on the proposed contractor schedule. Liquidated damages will be enforced per the Contract Documents (Agreement Form) based on the contractor’s proposed schedule. (c) Approach – 20% 76 SR 434 Reclaimed Water Main Extension 00100-11 March 2022 Instructions to Proposers i) Project Approach – Provide a project approach. The project approach shall address the contractor’s approach to the overall project, including: a.Overall project approach for successful completion. Proposed phasing plan, noting any variations or special considerations from the contract documents. b.The greatest risk in the project and methods to minimize this risk c.Emergency plan – Based on potential risks, identify the commitment and ability to provide the City with emergency support if required. Note: The contractor will not include “emergency” items in their bid pricing. d.Project Approach to maintain existing landscaping along SR 434 median and right-of-way intact to the maximum extent possible and proposal for restoration of damaged landscaping. e.Staging Plan, proposed material laydown and equipment staging areas to be identified. (d) Price – 30% Price - Lowest-priced qualified bidder will be awarded the maximum number of points in scoring. All other bidders will receive a reduced number of points scaled based on a percentage over the low bidder. All Responders shall submit their proposed cost for this project by completing the Bid Tabulation Form. Notice of Selection, Performance Bond and Labor and Materials Payment Bond Upon the selection of the best and most advantageous Proposal by the City Commission, the selected Proposer shall enter into contract negotiations with the City. THE SELECTION BY THE CITY COMMISSION SHALL NOT RESULT IN THE FORMATION OF A CONTRACT. No contract shall be formed until final approval and execution of a written contract by the City Commission or City Manager occurs, containing such terms as the City Commission and City Manager determine are in the best interest of the City. Negotiations may be terminated at any time by the City Manager if, in his or her sole discretion, the City Manager determines that the negotiation of terms acceptable to the City will not be successful. Within five (5) calendar days from the date stipulated in the Notice of Selection notifying CONTRACTOR that its Proposal has been accepted, the successful Proposer shall begin negotiation of the Final Agreement and provide all required Exhibits, if any, within five (5) days of selection. The Final Agreement shall be submitted and executed within 10 business days of selection. Simultaneously with the execution of the Agreement, CONTRACTOR shall furnish a Performance Bond and a Labor and Materials Bond each in the amount of 110 percent of the contract price. The bonds shall be secured 77 SR 434 Reclaimed Water Main Extension 00100-12 March 2022 Instructions to Proposers from a surety company acceptable to the OWNER. The forms of the Bonds the successful Proposer will be required to execute are included in the RFP Documents as Section 00610 and 00620. Failure to execute the Agreement and/or to furnish said bonds within ten (10) calendar days from the date of the Notice of Award entitles the OWNER to consider all rights arising out of the OWNER's acceptance of the Bid as abandoned and the Bid Bond shall be forfeited. The OWNER shall be entitled to such other rights as may be granted by law. Proposer’s Interest in More Than One Proposal No person, firm, or corporation shall be allowed to make, file, or have an interest in more than one Proposal for the same work, unless Alternates are called for. A person, firm, or corporation who has submitted a sub-bid to a Proposer or who has quoted prices on materials to a Proposer is not hereby disqualified from submitting a sub-bid or quoting prices to other Proposers. Employment and Wage Requirements The Proposer’s attention is directed to the conditions of employment to be observed and minimum wage rates to be paid under the Florida State Statutes. Subcontracts Proposer’s attention is directed to Florida State Statutes, Chapter 455.228, which describes the enforcement proceedings regarding the use of unlicensed professionals. Certificates and Licenses Proposers must be qualified under Florida Law to perform the Contract work required and upon request must present a copy of the license(s) required to perform the work. Florida Statutes, Section 287.133(3)(a) - Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 1.13 Code of Silence/Lobbying Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a City Commission Member, the City Manager, any requesting 78 SR 434 Reclaimed Water Main Extension 00100-13 March 2022 Instructions to Proposers or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of this solicitation document. If an award item is presented to City Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the City Commission refers the item back to the City Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the City Commission meets to consider the item for action. Bid/proposers, respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any City Commission member, the City Manager, any requesting or evaluating Division/Department/Office personnel, and/or any member of the Evaluation Committee concerning an active solicitation during the Cone of Silence/Lobbying Black-out Period. 1.14 Prohibition on Gifts to City Employees and Officials No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any City employee, as set forth in Chapter 112, Part III, Florida Statutes, the current City Ethics Ordinance, and City Administrative Policy. Violation of this provision may result in one or more of the following consequences: a.Prohibition by the individual, firm, and/or any employee of the firm from contact with City staff for a specified period of time; b.Prohibition by the individual and/or firm from doing business with the City for a specified period of time, including but not limited to: submitting bid/proposals, RFP, and/or quotes; and, c.Immediate termination of any contract held by the individual and/or firm for cause. 1.15 Brand Names BRAND NAMES: If items called for by this RFP have been identified in the specifications by a “Brand Name OR EQUAL” description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be acceptable. Bids/proposals offering “equal” products will be considered for award if such products are clearly identified in the bid/proposal and are determined by the City to meet fully the salient characteristic requirements listed in the specifications. Unless the proposer clearly indicates in his bid/proposal that he is offering an “equal” product, the bid/proposal shall be considered as offering the same brand product referenced in the specification. If the proposer proposes to furnish an “equal” product, the brand name, if any of the product shall be otherwise clearly identified. The evaluation of bids/proposals and the determination 79 SR 434 Reclaimed Water Main Extension 00100-14 March 2022 Instructions to Proposers as to equality of the product offered shall be the sole responsibility of the City and will be based on information furnished by the proposer. The applicable City Department is not responsible for locating or securing any information which is not identified in the bid/proposal. To ensure that sufficient information is available, the proposer shall furnish as a part of the bid/proposal any descriptive material necessary for the City to determine whether the product offered meets the specifications, to establish exactly what the proposer proposes to furnish and the City would be purchasing by making an award. 1.16 Discrimination An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. END OF SECTION 80 SR 434 Reclaimed Water Main Extension 000300-1 March 2022 Mandatory Proposal Forms SECTION 000300 MANDATORY PROPOSAL FORMS (Mandatory Forms must be submitted with the proposal. Failure to submit forms may disqualify the proposer from the RFP.) Description The following Proposal is hereby made to the City of Winter Springs, hereafter called the OWNER. Proposal is submitted by: Legal Name (indicate whether sole proprietorship, partnership, or corporation): ________________________________________________________________________ Address: ________________________________________________________________________ Contact Name: ________________________________________________________________________ Contact Phone Number: ________________________________________________________________________ Contact E-Mail Address: ________________________________________________________________________ The Undersigned: A. Acknowledges receipt of: Project Manual for SR 434 RECLAIMED WATER MAIN EXTENSION, February 2022. Drawings for SR 434 RECLAIMED WATER MAIN EXTENSION, February 2022. Addenda: Number , dated . Number , dated . B. Has examined the site and all RFP Documents and understands that in submitting his Proposal, he waives all right to plead any misunderstanding regarding the same. 81 SR 434 Reclaimed Water Main Extension 000300-2 March 2022 Mandatory Proposal Forms C. Agrees: To hold this Proposal open for 90 calendar days after the bid opening date. To furnish the goods and/or services specified in this RFP at the prices quoted in my responsive proposal and in compliance with the RFP Documents. To accept the provisions of the Instructions to Proposers. To negotiate a contract with the OWNER incorporating the proposal prices, if selected on the basis of this Proposal. To accomplish the work in accordance with the contract documents. To complete the work within 240 calendar days of date of the Notice to Proceed (Final Completion). D. Certifies: 1.That all information contained in this bid/proposal is truthful to the best of my knowledge and belief. 2.That I am duly authorized to submit this bid/proposal on behalf of the vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarded the bid/proposal. Stipulated Amount A. Base Bid Price I will provide the services under this project for a Total Base Bid Amount of: _______________________________Dollars ($__________________). The Proposer hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the contract work at the unit prices set forth below. The Prop oser shall be paid for actual quantities completed in accordance with the Contract Documents. The following is the order of precedence which will be used in case of conflicts within the Bid Submittal provided by each Proposer: Unit Price, Total Price, Total Base Bid (See attached Bid Tabulation). Bid Submittals A. Bids must be submitted in triplicate on the Bid Form. B. I have attached the required Bid Security to this Bid. 82 SR 434 Reclaimed Water Main Extension 000300-3 March 2022 Mandatory Proposal Forms C. I have attached all other Mandatory Forms in this Section. Submittal RESPECTFULLY SUBMITTED, signed and sealed this day of , 2022. Proposer By: _______________________________Title__________________________________ ATTEST: SECRETARY SEAL 83 SR 434 Reclaimed Water Main Extension 000300-4 March 2022 Mandatory Proposal Forms BID TABULATION The Proposer hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible bidder and be included with their executed contract, as attached. ITEM # DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT General 1 Mobilization General Conditions LS 1 2 Maintenance of Traffic LS 1 3 General Restoration ‐ (Includes grading, seeding, and mulching all areas disturbed during construction, miscellaneous concrete) LS 1 4 Asphalt Restoration SY 333 5 Survey Layout & Record Drawings LS 1 6 Construction Testing (Pressure, Bacteriological, Density Testing) LS 1 Site Work 7 4" DR‐11 HDPE Reclaimed Main by Open Cut (including fittings, restraints, adapters, etc.) LF 300 8 4" DR‐11 HDPE Reclaimed Main by Directional Drill (including fittings, restraints, adapters, etc.) LF 380 9 4" DR‐11 HDPE Reclaimed Main by Jack and Bore w/ 10" Steel Casing (including fittings, restraints, adapters, etc.) LF 100 10 8" DR‐11 HDPE Reclaimed Main by Open Cut (including fittings, restraints, adapters, etc.) LF 440 11 8" DR‐11 HDPE Reclaimed Main by Jack and Bore w/ 14" Steel Casing (including fittings, restraints, adapters, etc.) LF 100 12 12" DR‐11 HDPE Reclaimed Main by Open Cut (including fittings, restraints, adapters, etc.) LF 300 84 SR 434 Reclaimed Water Main Extension 000300-5 March 2022 Mandatory Proposal Forms 13 12" DR‐11 HDPE Reclaimed Main by Directional Drill (including fittings, restraints, adapters, etc.) LF 9700 14 12" DR‐11 HDPE Reclaimed Main by Jack and Bore w/ 18" Steel Casing (including fittings, restraints, adapters, etc.) LF 60 15 4" Flow Meter EA 1 16 2" Air Release Valve w/manhole EA 9 17 3" Gate Valve EA 1 18 4" Gate Valve EA 2 19 8" Gate Valve EA 2 20 12" Gate Valve EA 17 21 12" Stub‐outs for Future Connections EA 2 22 Connect to Existing 4" Reclaimed Water Main EA 1 23 Connect to Existing 8" Reclaimed Water Main EA 1 24 Connect to Existing 8" Reclaimed Water Main Valve EA 1 25 Connect to Existing 12" Reclaimed Water Main EA 1 CONSTRUCTION GRAND TOTAL . TOTAL BID: ________________________________________________DOLLARS (In Words) $___________________________ 85 SR 434 Reclaimed Water Main Extension 000300-6 March 2022 Mandatory Proposal Forms SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the City for goods or services of: (a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: The company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification. The Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City’s determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a.The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b.The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and 86 SR 434 Reclaimed Water Main Extension 000300-7 March 2022 Mandatory Proposal Forms c.For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d.If awarded the Contract, the Vendor, owners, or principals will immediately notify the City in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Vendor) STATE OF _________________ COUNTY OF _______________ The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this _______ day of _____________, 2022, by ____________________________ the _________________ of ____________________________________________________, a ______________________ (__) who is personally known to me or (__) who produced _____________________________________________ as identification. ___________________________________ Notary Public Print Name:_________________________ My Commission expires: _______________ 87 SR 434 Reclaimed Water Main Extension 000300-8 March 2022 Mandatory Proposal Forms NON-COLLUSION AND CONTINGENT FEES AFFADAVIT State of Florida County of _____________________________________________________________, being first duly sworn, deposes and says that: He / She is ______________________________ of ____________________________, the Proposer that has submitted the attached Bid/Proposal; He / She is fully informed respecting the preparation and contents of the attached Bid/Proposal and of all pertinent circumstances respecting such Bid/Proposal; Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal; Neither the said proposer 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 proposer, 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 communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Bid or of any other Proposer, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Proposers, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Winter Springs or any person interested in the proposed Contract; 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 Proposer or any of its agents, representatives, owner’s employees, or parties in interest, including this affiant; and The proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have not employed or retained any company or person, other than a bona fide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the proposer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision, the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. (Authorized Signature) (Printed Name and Title) (Name of Vendor) 88 SR 434 Reclaimed Water Main Extension 000300-9 March 2022 Mandatory Proposal Forms STATE OF _________________ COUNTY OF _______________ The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this _______ day of _____________, 2022, by ____________________________ the _________________ of ____________________________________________________, a ______________________ (__) who is personally known to me or (__) who produced _____________________________________________ as identification. ___________________________________ Notary Public Print Name: _________________________ My Commission expires: _______________ 89 SR 434 Reclaimed Water Main Extension 000300-10 March 2022 Mandatory Proposal Forms DRUG-FREE WORKPLACE CERTIFICATION In accordance with Florida Statues 287.087, 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 State 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 procedure for processing the bids will be followed if none of the tied vendors have a drug-free work place program. In order to have a drug-free workplace program, a business shall: a.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. b.Inform employees about the danger of drug abuse in the workplace, the business's policy 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. c.Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (a). d.In the statement specified in subsection (a), notify the employees that, as a condition of working on the commodities or contractual services that are under bid/proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. e.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. f.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, I certify that this firm complies fully with the above requirements. ___________________________________________ (Company) ___________________________________________ (Signature & Title) 90 SR 434 Reclaimed Water Main Extension 000300-11 March 2022 Mandatory Proposal Forms CONFLICT OF INTEREST CERTIFICATION Before me, the undersigned authority, personally appeared, who was duly sworn, deposes, and states: I am the ______________________ of __________________________ with a local office in ______________________________ and principal office in __________________________. City and State City and State The above-named entity is submitting an RFP for the City of Winter Springs described as: City of Winter Springs RFP # 02-22 JN SR 434 RECLAIMED WATER MAIN EXTENSION The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge and thereof the following; a.The Affiant states that only one submittal for the above bid/proposal is being submitted and that the above-named entity has no financial interest in other entities submitting bids for the same project. b.Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the entity's submittal for the above bid/proposal. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. c.Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. d.Neither the entity, nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. e.I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. f.I certify that no member of the entity's ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 91 SR 434 Reclaimed Water Main Extension 000300-12 March 2022 Mandatory Proposal Forms g. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named entity, will immediately notify the City of Winter Springs. (Authorized Signature) Name of Business Phone & Fax Number (Printed Name and Title) Business Mailing Address City, State, Zip 92 SR 434 Reclaimed Water Main Extension 000300-13 March 2022 Mandatory Proposal Forms FLORIDA TRENCH SAFETY ACT CERTIFICATION Proposer acknowledges that the Bidder must comply with the Florida Trench Safety Act and applicable trench safety standards. 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) effective October 1, 1990. The Proposer further identifies the costs to be summarized below. The separate item identifying the cost of compliance with trench safety standards shall be based on the linear feet of trench to be excavated. The separate item for special shoring requirements, if any, shall be based on the square feet of shoring used. Every separate item shall indicate the specific method of compliance as well as the cost of that method. Item Trench Safety Measure Description Unit of Measure Unit Unit Cost Extended Cost A B C D This amount disclosed as the cost of compliance with the applicable trench safety requirement does not constitute the extent of the Contractor's obligation to comply with said standards. Contractor shall expend additional sums, at no additional cost to the OWNER (except as may otherwise be provided), which are necessary to so comply. Acceptance of the bid to which this certification and disclosure applies in no way represents that the OWNER or its representatives have evaluated and thereby determined that the above costs are adequate to comply with the applicable trench safety requirements nor does it in any way relieve the Proposer, as Contractor, of its sole responsibility to comply with the applicable trench safety requirements. ____________________________________ Name of Firm ___________________________________ Authorized Signature Date: ______________________________ This document shall be submitted with the Proposal packet. Failure to complete the above may result in the bid being declared non-responsive. 93 SR 434 Reclaimed Water Main Extension 000300-14 March 2022 Mandatory Proposal Forms CERTIFICATION A: (Debarment, Suspension and other responsibility matters – Primary Covered Transactions) The prospective primary participant certifies to the best of its knowledge and belief that its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this proposal, the prospective primary participant is providing the certification set out below; a. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous 94 SR 434 Reclaimed Water Main Extension 000300-15 March 2022 Mandatory Proposal Forms certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this 95 SR 434 Reclaimed Water Main Extension 000300-16 March 2022 Mandatory Proposal Forms transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B: (Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions) a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 96 SR 434 Reclaimed Water Main Extension 000300-17 March 2022 Mandatory Proposal Forms e. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. h. Except for transactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. END OF SECTION Applicant: Date: Signature of Authorized Certifying Official: Title: 97 SR 434 Reclaimed Water Main Extension 000410-1 March 2022 Bid Bond Form SECTION 00410 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _______________________________as Principal, and _______________________________ as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of _______________________________ Dollars ($_______________) for the payments of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF WINTER SPRINGS a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Work described as: SR 434 Reclaimed Water Main Extension NOW, THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same, or in the alternate, if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that, at minimum, includes the terms of the Form of Agreement attached hereto (properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this ________________ day of __________, 20_____, the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Principal) (Seal) 98 SR 434 Reclaimed Water Main Extension 000410-2 March 2022 Bid Bond Form (Witness) (Title) (Address) (Surety) (Seal) (Witness) (Title) (Address END OF SECTION 99 SR 434 Reclaimed Water Main Extension 000500-1 March 2022 Agreement Form SECTION 000500 CONSTRUCTION AGREEMENT FORM (NOTE: The Form of Agreement is meant to be a sample document and shall be subject to approval of the City Attorney and City Manager or City Commission. Proposer shall be required to begin negotiation of the Final Agreement and provide all required Exhibits, if any, within five (5) days of selection. The Final Agreement shall be submitted within 10 business days of award. Submittal of a bid/proposal shall mean that the bidder/proposer is offering to furnish the goods or services specified in this RFP subject to, at a minimum, all terms and conditions included in this Form of Agreement. No alterations or modifications to this Form of Agreement shall be valid or binding unless made in writing and signed by an authorized City official.) THIS AGREEMENT is made this ___ day of _______, 2022 by and between the CITY OF WINTER SPRINGS, a Florida municipal corporation (herein referred to as OWNER) and _______________________., a Florida Corporation authorized and duly licensed to do business in the State of Florida (herein referred to as CONTRACTOR), as follows: 1.DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents for the construction of SR 434 Reclaimed Water Main Extension (“the Project”). 2.CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; Exhibits and Addendum to the Agreement; the SR 434 Reclaimed Water Main Extension Contract Documents and Technical Specifications Conformed September 2021, SR 434 Reclaimed Water Main Extension Conformed Plans Certified, Engineering Drawings prepared by Kimley-Horn, Inc., dated February 2022; RFP Documents issued by the City, dated February 2022; including Addenda, if any; Contractor’s Bid Submittal, dated April 14, 2022; General Conditions, if any; Supplemental Terms and Conditions by the City, if any; all Change Orders approved by the City after execution of this Agreement. These Contract Documents are hereby incorporated into this Contract by this reference. The CONTRACTOR represents and agrees that it has carefully examined and understands this Agreement and the other Contract Documents, has investigated the nature, locality and site of the Work and the conditions and difficulties under which it is to be performed and that it enters into this Agreement on the basis of its own examination, investigation and evaluation of all such matters and not in reliance upon any opinions or representations of the OWNER, or of any of their respective officers, agents, servants, or employees. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intent of the Contract Documents is to include all labor, materials, equipment, transportation, taxes, fees and incidentals necessary for the proper and complete execution of the Work for each Project. Materials or Work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. Any discrepancies or omissions found in the Contract Documents shall be reported to the City’s Project Manager immediately. The City’s Project Manager will clarify discrepancies or omissions, in writing, within a reasonable time. 100 SR 434 Reclaimed Water Main Extension 000500-2 March 2022 Agreement Form 3.ORDER OF PRECEDENCE - In case of any inconsistency in any of the documents bearing on the Agreement between the OWNER and the CONTRACTOR, the inconsistency shall be resolved by giving precedence in the following order: a.Change Orders b.Agreement, Exhibits and Addenda c.Supplemental Terms and Conditions d.General Terms and Conditions e.Engineering Plans and Drawings f.RFP for SR 434 Reclaimed Water Main Extension issued by the City of Winter Springs dated February 2022, including any subsequently issued Addenda g.Contractor’s Bid Submittal Any inconsistency in the work description shall be clarified by the OWNER and performed by the CONTRACTOR. 4.AGREEMENT INTERPRETATION - At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be found in the Contract Documents, the OWNER at its sole discretion will interpret the intent of the Contract Documents and the CONTRACTOR hereby agrees to abide by the OWNER’s interpretation and agrees to carry out the work in accordance with the decision of the OWNER. 5.BRAND NAME MATERIALS - Whenever Materials or Equipment are specified or described in the Drawings or Specifications by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. The CONTRACTOR will be responsible for all coordination necessary to accommodate the material, article, or equipment being provided without additional cost to the OWNER. Unless the name is followed by words indicating that no substitution is permitted, a substitute material, article, or equipment is allowed if it is reasonably equivalent to the brand name specified and CONTRACTOR certifies in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. . The OWNER has full discretion to decide whether a substitute is reasonably equivalent. CONTRACTOR must notify the OWNER in writing prior to use of the substitute for a specified brand name and allow the OWNER to make a determination before CONTRACTOR uses the substitute. 101 SR 434 Reclaimed Water Main Extension 000500-3 March 2022 Agreement Form 6.CONTRACT TIME - a. All provisions regarding Contract Time are essential to the performance of this Contract. b. The Work shall be completed according to the Contactor’s proposed submitted schedule. Dates within the proposed schedule shall be modified to the following: 1.Limited Notice to Proceed May 18, 2022 2.Full Notice to Proceed July 17, 2022 3.Substantial Completion February 12, 2023 4.Final Completion March 14, 2023 The date of Substantial Completion of the Work is the date certified in writing by the OWNER when (1) construction is sufficiently complete, in accordance with the contract documents, so the OWNER can occupy or utilize the work for its intended purpose, as expressed by the contract documents, and (2) any additional project-specific requirements or milestones for “Substantial Completion” identified in the general, special, or technical conditions or construction plans have been satisfied. c. The parties acknowledge that the Contract Time provided in this Section includes consideration of adverse weather conditions common to Central Florida including the possibility of hurricanes and tropical storms. d. In the event that the Work requires phased construction, then multiple points of Substantial Completion may be established in the Supplementary Conditions. 7.LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 6 above, plus any extensions thereof allowed in accordance with the General Conditions. OWNER and CONTRACTOR also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $500 for each calendar day that expires after the time specified in Paragraph 6 for substantial completion until the work is substantially complete and $500 for each calendar day that expires after the time specified in Paragraph 6 for final completion until the work is finally complete. The liquidated damages provided in this Section are intended to apply even if CONTRACTOR is terminated, in default, or if the CONTRACTOR has abandoned the Work. This provision binds Contractor’s performance bond surety. 8.CONTRACT PRICE, UNIT PRICE CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work in accordance with the Contract Documents, subject to additions and deductions approved by Change Order. CONTRACTOR agrees to accept the Contract Price as full compensation for performing all Work, furnishing all Materials, and performing all Work embraced in the Contract Documents. 102 SR 434 Reclaimed Water Main Extension 000500-4 March 2022 Agreement Form The CONTRACTOR acknowledges that CONTRACTOR studied, considered, and included in CONTRACTOR's Total Bid all costs of any nature relating to: (1) performance of the Work under Florida weather conditions; (2) applicable law, licensing, and permitting requirements; (3) the Project site conditions, including but not limited to, subsurface site conditions; (4) the terms and conditions of the Contract Documents, including, but not limited to, the indemnification and no damage for delay provisions of the Contract Documents. The CONTRACTOR acknowledges that performance of the Work may involve significant Work adjacent to, above, and in close proximity to Underground Facilities including utilities which will require the support of active utilities, as well as, the scheduling and sequencing of utility installations, and relocations (temporary and permanent) by CONTRACTOR. (1) In addition to the acknowledgments previously made, the CONTRACTOR acknowledges that the CONTRACTOR's Total Bid (original Contract Price) specifically considered and relied upon CONTRACTOR's own study of Underground Facilities, utilities in their present, relocated (temporary and permanent) and proposed locations, and conflicts relating to utilities and Underground Facilities. (2) The CONTRACTOR acknowledges that CONTRACTOR's Total Bid (original Contract Price) considered and included all of CONTRACTOR's costs relating to CONTRACTOR's responsibilities to coordinate and sequence the Work of the CONTRACTOR with the work of the OWNER, if any, with its own forces, the work of other contractors, if any, and the work of others at the Project site. Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as a part of the Bid, which sh all be as fully a part of the Contract as if attached or repeated herein. Where the Contract Documents provide for Unit Price Work, the Contract Price stated in the Agreement will include for all Unit Price Work an amount equal to the sum of the Unit Prices for each item of Unit Price Work times the estimated quantity of each item as indicated in the Contract Documents. Each Unit Price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover all costs, including supplemental and administrative costs, and profit. 9.TERMINATION; DEFAULT BY CONTRACTOR AND OWNER’S REMEDIES - The OWNER reserves the right to revoke and terminate this Agreement and rescind all rights and privileges associated with this Agreement, without penalty, for convenience. Further, the OWNER reserves the right to revoke and terminate this Agreement in the following circumstances, each of which shall represent a default and breach of this Agreement: a. CONTRACTOR defaults in the performance of any material covenant or condition of this Agreement and does not cure such other default within seven (7) calendar days after written notice from the OWNER specifying the default complained of, unless, however, the nature of the default is such that it cannot, in the exercise of reasonable diligence, be remedied within seven (7) calendar days, in which case the CONTRACTOR shall have such time as is reasonably necessary to remedy the default, provided the CONTRACTOR 103 SR 434 Reclaimed Water Main Extension 000500-5 March 2022 Agreement Form promptly takes and diligently and continuously pursues such actions as are necessary therefore; or b. CONTRACTOR is adjudicated bankrupt or makes any assignment for the benefit of creditors or CONTRACTOR becomes insolvent, or is unable or unwilling to pay its debts; or c. CONTRACTOR has acted negligently, as defined by general and applicable law, in performing the Work hereunder; or d. CONTRACTOR has committed any act of fraud upon the OWNER; or e. CONTRACTOR has made a material misrepresentation of fact to the OWNER while performing its obligations under this Agreement; or f.CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement without prejudice to any other right, or remedy OWNER may have under this Agreement. In the event of an uncured default by CONTRACTOR, the OWNER shall have the right to exercise any other remedy the OWNER may have by operation of law, without limitation, and without any further demand or notice. In the event of such termination, OWNER shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for Work properly performed prior to the effective date of termination, which may be a set-off to OWNER’s damages. 10.FORCE MAJEURE - Any delay or failure of either party in the performance of its required obligations hereunder shall be excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war; sabotage; strikes (except involving CONTRACTOR's labor force); extraordinary breakdown of or damage to OWNER 's affiliates' generating plants, their equipment, or facilities; court injunction or order; federal and/or state law or regulation; or order by any regulatory agency; provided that prompt notice of such delay is given by such party to the other and each of the parties hereunto shall be diligent in attempting to remove such cause or causes. 11.SEVERABILITY - In the event any portion or part thereof of this Agreement is deemed invalid, against public policy, void, or otherwise unenforceable by a court of law, the validity and enforceability of the remaining parts of this Agreement shall otherwise be fully enforceable. 12.PROGRESS PAYMENTS; DUE DATE FOR PROGRESS PAYMENTS; SUBMITTAL OF PAYMENT REQUESTS – No payments shall be made where a Payment and Performance Bond is required herein until OWNER receives a certified copy of the recorded Bond. OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the OWNER or 104 SR 434 Reclaimed Water Main Extension 000500-6 March 2022 Agreement Form OWNER’s Project Manager, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: a. Work is found defective and not remedied; b. CONTRACTOR does not provide consent of surety with each payment application; c. Another contractor is damaged by an act for which CONTRACTOR is responsible; or d. In the opinion of the OWNER that CONTRACTOR's work is not progressing satisfactorily. OWNER herein (X) designates or (____) does not designate an agent, i.e., an architect or engineer, that must approve any payment request or invoice before the payment request or invoice is submitted to OWNER for payment. If an agent must approve the payment request or invoice before the payment request or invoice is submitted to OWNER, payment is due 25 business days after the date on which the payment request or invoice is stamped as received as provided in s. 218.74(1), Florida Statutes, except to the extent that the payment request or invoice does not meet contract requirements. The CONTRACTOR may send OWNER an overdue notice. If the payment request or invoice is not rejected within 4 business days after delivery of the overdue notice, the payment request or invoice shall be deemed accepted, except for any portion of the payment request or invoice that is inaccurate or misleading. If an agent need not approve the payment request or invoice submitted by CONTRACTOR, payment is due 20 business days after the date on which the payment request or invoice is stamped as received as provided in s. 218.74(1), Florida Statutes, except to the extent that the payment request or invoice does not meet contract requirements. If OWNER disputes a portion of a payment request or an invoice, the undisputed portion shall be timely paid. OWNER shall reject payment requests or invoices in accordance with the procedure established in s. 218.735, Florida Statutes. OWNER hereby identifies the City’s Finance Department as the agent or office to which the CONTRACTOR must submit payment requests or invoices. The OWNER further hereby identifies ______________________________, Attn: _____________, as the agent that must approve payment requests prior to their submission to OWNER. 13.FINAL PAYMENT - OWNER shall withhold up to 5% of the Contract Price throughout the project in accordance with the Local Government Prompt Payment Act (“Act”). The retainage amount withheld may be released with the Final Payment after the issuance of the Final Completion Certificate. Consent of surety is required for final payment. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER all close-out documentation. 105 SR 434 Reclaimed Water Main Extension 000500-7 March 2022 Agreement Form By making payments OWNER does not waive claims including but not limited to those relating to: a. Faulty work appearing after substantial completion has been granted; b. Work that does not comply with the Contract Documents; or c. Failure of Contractor to comply with any special guarantees required by the Contract Documents. Progress payments may be withheld if Work is found defective and not remedied; CONTRACTOR does not provide consent of surety with each progress application; a subcontractor is damaged by an act for which CONTRACTOR is responsible; or in the opinion of the OWNER, CONTRACTOR’S work is not progressing satisfactorily. Further, OWNER may withhold additional payment in anticipation of liquidated damages equal to the product of the number of Days after the scheduled Contract Time (Substantial Completion or Final Completion) and the amount of liquidated damages set forth in this Contract if CONTRACTOR is behind schedule and it is anticipated by OWNER that the Work will not be completed within the Contract Time. The additional payment, under this subsection, may at the OWNER'S discretion be withheld from subsequent Progress Payments. The City, by written change order and without invalidating the Agreement, may order extra Work or make changes by altering, adding to, or deducting from the Work, the contract sum being adjusted accordingly. Additional time required for any change in Work must be included with the requested Change Order. In giving instructions, the City’s Project Manager will have authority to make minor changes in the Work, not involving extra cost or time, and not inconsistent with the purpose of the Work, but otherwise, except in an emergency endangering life or property, no extra work or change will be made unless it goes through the City’s written Change Order process and is approved by the City, and no claim for an addition to the contract sum or time will be valid unless so ordered in writing. The value of any such extra Work or change will be determined in one or more of the following ways: 1. By mutual acceptance of a lump sum. 2. By unit prices named in the contract or subsequently agreed upon. 3. By cost and percentage or by cost and a fixed fee. If none of the above methods is agreed upon, the CONTRACTOR, provided it receives an order as above, shall proceed with the work. In such case and also under case (3) above, the CONTRACTOR shall keep and present in such form as the City’s Project Manager may direct, a correct account of the actual cost of labor and materials, substantiated by back-up documentation. In any case, the City’s Project Manager will certify to the amount, including reasonable allowances for overhead and profit, due to the CONTRACTOR. Pending final determination of value, payments on account of changes will be made on the 106 SR 434 Reclaimed Water Main Extension 000500-8 March 2022 Agreement Form City’s Project Manager’s estimate. Furthermore, if the CONTRACTOR claims that any instructions by drawings or otherwise involve extra cost under the Contract Documents, it shall give the City written notice thereof within ten (10) days after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided above under this section. Claims will not be processed unless filed in writing before any work has commenced. In addition, if the City’s Project Manager deems it appropriate the City may accept defective or incomplete work and an equitable deduction from the Contract Price will be made therefor by Change Order. 14.DESIGNATION OF PROJECT MANAGER OR ARCHITECT OR LANDSCAPE ARCHITECT: DUTIES AND AUTHORITY - The duties and authority of the OWNER are as follows: a.General Administration of Contract. The primary function of the OWNER is to provide the general administration of the contract. In performance of these duties, City Manager or his authorized representative is the OWNER’s Project Manager during the entire period of construction. The OWNER (CITY) may change the Project Manager during the term of this contract. b.Inspections, Opinions, and Progress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c.Access to Worksite for Inspections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Manager is not obligated to make exhaustive or continuous on-site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. No inspector is authorized to change any provision of the specifications without written authorization of the City’s Project Manager, nor shall the presence or absence of an inspector relieve the CONTRACTOR from any requirements of the Contract Documents. If the specifications, the City’s instructions, laws, ordinances, or any public authority, require any work to be specially tested or approved, the CONTRACTOR shall give the City timely notice of its readiness for inspection, and of the date fixed for such inspection. Inspections by the City’s Project Manager will be promptly made. If upon inspection such work is found not in accordance with the Contract Documents, the CONTRACTOR shall pay such cost, including compensation for professional services, and an appropriate deductive Change Order shall be issued. d.Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. 107 SR 434 Reclaimed Water Main Extension 000500-9 March 2022 Agreement Form e.Rejection and Stoppage of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f.Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. g.City Reviews and Status. The City’s review, inspection, or approval of any Work, applications for payment, or other submittals shall be solely for the purpose of determining whether the same are generally consistent with the City’s scope and requirements for the project. No review, inspection, or approval by the City of such Work or documents shall relieve the CONTRACTOR of its responsibility for the performance of its obligations under the Contract Documents or the accuracy, adequacy, fitness, suitability, or coordination of the Work. Approval by any governmental or other regulatory agency or other governing body of any Work, design document, or construction document shall not relieve CONTRACTOR of responsibility for the performance of its obligations under the Contract Documents. Payment by the City pursuant to the Contract Documents shall not constitute a waiver of any of the City’s rights under the Contract Documents or at law, and CONTRACTOR expressly accepts the risk that defects in its performance, if any, may not be discovered until after payment, including final payment, is made by the City. Notwithstanding the foregoing, prompt written notice shall be given by the City or City Project Manager to the CONTRACTOR if the City becomes aware of any fault or defect in the Projects or non-conformance with the Contract Documents. Furthermore, the City shall not have control or charge of construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work, nor shall the CONTRACTOR, for any of the foregoing purposes, be deemed the agent of the City. 15.PROGRESS MEETINGS – OWNER’S Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if required by the OWNER, during the term of work entered into under this Agreement. CONTRACTOR's Project Manager and all other appropriate personnel shall attend such meetings as designated by the OWNER’S Project Manager. 16.RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as follows: a.Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. 108 SR 434 Reclaimed Water Main Extension 000500-10 March 2022 Agreement Form b.Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c.Furnishing of Labor, Materials, etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and work necessary for the proper completion of work on the project in accordance with the Contract Documents. d.Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees thereof. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e.Guarantee. The CONTRACTOR hereby guarantees the Work to the full extent provided in the Plans, Specifications, General Conditions, Special Conditions and other Contract Documents. The CONTRACTOR shall remove, replace and/or repair at its own expense and at the convenience of the OWNER any faulty, defective or improper Work, materials or equipment discovered within one (1) year from the date of the acceptance of the project as a whole by the Owner or for such longer period as may be provided in the Plans, Specifications, General Conditions, Special Conditions or other Contract Documents. Without limiting the generality of the foregoing, the CONTRACTOR warrants to the OWNER, that all materials and equipment furnished under this Agreement will be of first class quality and new, unless otherwise required or permitted by the other Contract Documents, that the Work performed pursuant to this Agreement will be free from defects and that the Work will strictly conform with the requirements of the Contract Documents. Work not conforming to such requirements, including substitutions not properly approved and authorized, shall be considered defective. All warranties contained in this Agreement and in the Contract Documents shall be in addition to and not in limitation of all other warranties or remedies required and/or arising pursuant to applicable law. Furthermore, CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. The one (1) period is not a limitation upon manufacturer warranties or CONTRACTOR’s payment and performance Bond(s). f.Project Site. The CONTRACTOR shall, among other things, (i) visit and thoroughly inspect the project site and any structure(s) or other man-made features to be modified and become familiar with local conditions under which the project will be constructed and operated; (ii) if applicable, familiarize itself with the survey, including the location of all existing buildings, utilities, conditions, streets, equipment, components, and other attributes having or likely to have an impact on the project; (iii) familiarize itself with the City’s layout and design requirements, conceptual design objectives, and budget for the project; (iv) familiarize itself with pertinent Project dates, including the Project Schedule; (v) review and analyze all project geotechnical, hazardous substances, structural, chemical, electrical, mechanical, and construction materials tests, investigations, and recommendations; and (vi) 109 SR 434 Reclaimed Water Main Extension 000500-11 March 2022 Agreement Form gather any other information necessary for a thorough understanding of the project. If the project involves modifications to any existing structure(s) or other man-made feature(s) on the project site, the CONTRACTOR shall also review all as-built and record drawings, plans, and specifications of adjacent work which the CONTRACTOR requests from the City, and shall thoroughly inspect the existing structure(s) and man-made feature(s) to identify existing deficiencies and ascertain the specific locations of pertinent structural components. Claims by the CONTRACTOR resulting from its failure to familiarize itself with the project site or pertinent documents shall be deemed waived. 17.ASSIGNMENT - CONTRACTOR shall not assign this Agreement, or any rights or any monies due or to become due hereunder without the prior, written consent of the OWNER. a.CONTRACTOR shall be fully responsible to OWNER for all acts and/or omissions performed by its subcontractors. b. If CONTRACTOR, prior to the commencement of any Work subcontracts any part of this Agreement by the subcontractor, CONTRACTOR shall require the subcontractor to provide OWNER and its affiliates with insurance coverage as set forth by the OWNER. 18.THIRD PARTY RIGHTS - Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than OWNER and CONTRACTOR. 19.PROHIBITION AGAINST CONTINGENT FEES - CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. 20.NO JOINT VENTURE - Nothing herein shall be deemed to create a joint venture or principal- agent relationship between the parties and neither party is authorized to, nor shall either party act toward third persons or the public in any manner which would indicate any such relationship with the other party. 21.INDEMNIFICATION – CONTRACTOR shall indemnify and hold harmless the OWNER, its officers, employees, agents, engineer, and city attorneys (individually and in their official capacity, from liability, losses, damages, and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR’S own employees against the OWNER and, solely for the purpose of this indemnification and defense, CONTRACTOR specifically waives its entitlement, if any, 110 SR 434 Reclaimed Water Main Extension 000500-12 March 2022 Agreement Form to immunity under Section 440.11, Florida Statutes. This waiver has been specifically and mutually negotiated by the parties. The indemnification provided above shall obligate the CONTRACTOR to defend at its own expense or to provide for such defense, at the option of the OWNER, as the case may be, of any and all claims of liability and all suits and actions of every name and description that may be brought against the OWNER or its officers, employees, and city attorneys which may covered by this indemnification. In all events the OWNER and its officers, employees, engineer, and city attorneys shall be permitted to choose legal counsel of its sole choice, the fees for which shall be reasonable and subject to and included with this indemnification provided herein. In consideration of the CONTRACTOR's indemnity obligations, the parties allocate ONE PERCENT (1%) OF THE CONTRACT SUM as specific consideration for CONTRACTOR's indemnification of OWNER and that the specific consideration is included in the original Contract Price allocated by CONTRACTOR among all pay items - receipt of which is acknowledged. The indemnity provisions set forth in this Paragraph shall survive termination of this Agreement. 22.SAFETY - CONTRACTOR shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees, contractors, and agents while performing work provided hereunder. More specifically, the CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All employees on the project site and other persons who may be affected thereby. 2. All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the project site. 3. Other property at the project site or adjacent thereto. CONTRACTOR shall comply with all applicable Federal Occupational Safety and Health Administration (OSHA) and Florida Department of Transportation safety standards and shall assure and monitor the compliance of its Subcontractors with those same standards. Further, CONTRACTOR shall work in compliance with the OSHA Hazardous Communication Standard and Florida Department of Environmental Protection guidelines, and shall supply all information about hazardous chemical being brought onto City property as required by any applicable City Safety and Loss Control Program. 23.CORPORATE REPRESENTATIONS BY CONTRACTOR - CONTRACTOR hereby represents and warrants to the OWNER the following: 111 SR 434 Reclaimed Water Main Extension 000500-13 March 2022 Agreement Form a.CONTRACTOR is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified and authorized to carry on the functions and operations set forth in this Agreement. b. The undersigned signatory for CONTRACTOR has the power, authority, and the legal right to enter into and perform the obligations set forth in this Agreement and all applicable exhibits thereto, and the execution, delivery, and performance hereof by CONTRACTOR has been duly authorized by the board of directors and/or president of CONTRACTOR. In support of said representation, CONTRACTOR agrees to provide a copy to the OWNER of a corporate certificate of good standing provided by the State of Florida prior to the execution of this Agreement. c. CONTRACTOR is duly licensed under all local, state and federal laws to provide the work stated in paragraph 1.0 herein. In support of said representation, CONTRACTOR agrees to provide a copy of all said licenses to the OWNER prior to the execution of this Agreement. 24.BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and in substantially in conformance with the forms attached to the Agreement as Exhibit “A” and approved by the City Attorney. The materials, performance, and payment amounts shall be in an amount equal to 110% of the Contract Price for the work prescribed herein. The issuance of bonds required under this Agreement shall not relieve Contractor of any liability under the Agreement. Contractor shall remain jointly and severally liable with any surety issuing a bond under the Contract. The premium for such bonds is included in the Contract Price. 25.INSURANCE - During the term of this Agreement, CONTRACTOR shall be responsible for providing the types of insurance and limits of liability as set forth under this Paragraph. Additionally, all independent contractors or agents employed by CONTRACTOR to perform any Work hereunder shall fully comply with the insurance provisions contained in these Contract Documents. a. The CONTRACTOR shall maintain comprehensive general liability insurance in the minimum amount of $2,000,000 as the combined single limit for each occurrence to protect the CONTRACTOR from claims of property damages which may arise from any Work performed under this Agreement whether such Work are performed by the CONTRACTOR or by anyone directly employed by or contracting with the CONTRACTOR. b. The CONTRACTOR shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000 property damage as the combined single limit for each occurrence to protect the CONTRACTOR from claims for damages for bodily injury, including wrongful death, as well as from claims from property damage, which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. 112 SR 434 Reclaimed Water Main Extension 000500-14 March 2022 Agreement Form c. The CONTRACTOR shall maintain, during the life of this Agreement, adequate Workers’ Compensation Insurance in at least such amounts as are required by law and Employer’s Liability Insurance in the minimum amount of $2,000,000 for all of its employees performing Work for the OWNER pursuant to this Agreement. d. The CONTRACTOR shall maintain comprehensive builder risk insurance, which shall cover CONTRACTOR’S labor, and any materials and equipment to be used for completion of the Work performed under this Agreement, against all risks of direct physical loss, excluding earthquake and flood, for a minimum amount of the Total Contract Price. CONTRACTOR shall maintain the builder risk insurance required by this subsection until final completion. e.The CONTRACTOR shall maintain Pollution Liability Insurance in the minimum amount of $1,000,000 per loss and $1,000,000 in the aggregate, covering third-party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from CONTRACTOR’s operations and completed operations. This insurance shall be maintained for no less than three years after final completion. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. A copy of a current Certificate of Insurance shall be provided to the OWNER by CONTRACTOR upon the Effective Date of this Agreement which satisfied the insurance requirements of this Paragraph 25. Renewal certificates shall be sent to the OWNER 30 days prior to any expiration date. There shall also be a 30-day advance written notification to the OWNER in the event of cancellation or modification of any stipulated insurance coverage. The OWNER and its engineer shall be an additional named insured on all stipulated insurance policies as its interest may appear, from time to time, excluding worker’s compensation and professional liability policies. Insurance covering the specified additional insureds shall be primary insurance, and all other insurance carried by the additional insured shall be excess insurance; and with respect to workers’ compensation and employer’s liability, comprehensive automobile liability, commercial general liability, and umbrella liability insurance, CONTRACTOR shall require CONTRACTOR’s insurance carriers to waive all rights of subrogation against OWNER and its engineer, the engineer’s consultants, and their respective officers, directors, partners, employees and agents. Each policy shall contain a cross liability or severability of interest clause or endorsement. 26.MEDIATION/VENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for SEMINOLE County, Florida. The Contractor’s surety is bound by this provision. 113 SR 434 Reclaimed Water Main Extension 000500-15 March 2022 Agreement Form 27.GOVERNING LAW & VENUE - This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be SEMINOLE County, Florida. Venue for any federal action or litigation shall be Orlando, Florida. The Contractor’s surety is bound by this provision. 28.ATTORNEY’S FEES - Should either party bring an action to enforce any of the terms of this Agreement, each party shall bear its own costs and expenses of such action including, but not limited to, reasonable attorney’s fees, whether at settlement, trial or on appeal. This provision does not apply to Contractor’s surety. 29.NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. 30.WORK IS A PRIVATE UNDERTAKING - With regard to any and all Work performed hereunder, it is specifically understood and agreed to by and between the parties hereto that the contractual relationship between the OWNER and CONTRACTOR is such that the CONTRACTOR is an independent contractor and not an agent of the OWNER. The CONTRACTOR, its contractors, partners, agents, and their employees are independent contractors and not employees of the OWNER. Nothing in this Agreement shall be interpreted to establish any relationship other than that of an independent contractor, between the OWNER, on one hand, and the CONTRACTOR, its contractors, partners, employees, or agents, during or after the performance of the Work under this Agreement. 31.DOCUMENTS - Public Records: It is hereby specifically agreed that any record, document, computerized information and program, audio or video tape, photograph, or other writing of the CONTRACTOR and its independent contractors and associates related, directly or indirectly, to this Agreement, may be deemed to be a Public Record whether in the possession or control of the OWNER or the CONTRACTOR. Said record, document, computerized information and program, audio or video tape, photograph, or other writing of the CONTRACTOR is subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the OWNER's City Manager. Upon request by the OWNER, the CONTRACTOR shall promptly supply copies of said public records to the OWNER. All books, cards, registers, receipts, documents, and other papers in connection with this Agreement shall at any and all reasonable times during the normal working hours of the CONTRACTOR be open and freely exhibited to the OWNER for the purpose of examination and/or audit. Failure by CONTRACTOR to grant such access and comply with public records laws and/or requests shall be grounds for immediate unilateral cancellation of this Agreement by the OWNER upon delivery of a written notice of cancellation. If CONTRACTOR fails to comply with this Section, and the OWNER must enforce this Section, or the OWNER suffers a third party award of attorney’s fees and/or damages for violating Chapter 119, Florida Statutes, due to CONTRACTOR’s failure to comply with this Section, the OWNER shall collect from CONTRACTOR prevailing party attorney’s fees and costs, and any damages incurred by the City, for enforcing this Section against CONTRACTOR. And, if applicable, the OWNER shall also be entitled to reimbursement of all attorneys’ fees and damages which the OWNER had to 114 SR 434 Reclaimed Water Main Extension 000500-16 March 2022 Agreement Form pay a third party because of the CONTRACTOR’s failure to comply with this Section. The terms and conditions set forth in this Section shall survive the termination of this Agreement. The CONTRACTOR acknowledges that the OWNER is a Florida municipal corporation and subject to the Florida Public Records Law. CONTRACTOR agrees that to the extent any document produced by CONTRACTOR under this Agreement constitutes a Public Record; CONTRACTOR shall comply with the Florida Public Records Law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE CITY CLERK, AT (407) 327-6560, 1126 East State Road 434, Winter Springs, Florida 32708 or City-Clerk- Department@winterspringsfl.org. 32.SOVEREIGN IMMUNITY - The OWNER intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of this Agreement shall be construed as a waiver of the OWNER’s right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the OWNER’s potential liability under state or federal law. CONTRACTOR agrees that OWNER shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, OWNER shall not be liable for any claim or judgment, or portion thereof, to any one person for over two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. 33.HEADINGS - Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. 34.INTEGRATION; MODIFICATION - The drafting, execution, and delivery of this Agreement by the Parties has been induced by no representations, statements, warranties, or agreements other than those expressed herein. This Agreement embodies the entire understanding of the parties, and there are no further or other agreements or understandings, written or oral, in effect between the parties relating to the subject matter hereof unless expressly referred to herein. Modifications of this Agreement shall only be made in writing signed by both parties. 35.WAIVER AND ELECTION OF REMEDIES - Waiver by either party of any terms, or provision of this Agreement shall not be considered a waiver of that term, condition, or provision in the future. No waiver, consent, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of 115 SR 434 Reclaimed Water Main Extension 000500-17 March 2022 Agreement Form each party hereto. This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be considered an original agreement; but such counterparts shall together constitute but one and the same instrument. 36.DRAFTING - OWNER and CONTRACTOR each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. 37.NOTICE - Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, certified mail, return receipt requested, postage prepaid to: For CONTRACTOR: For OWNER: City of Winter Springs Attn: City Manager 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-1800 Either party may change the notice address by providing the other party written notice of the change. Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. 38.CONFLICT OF INTEREST. a. The CONTRACTOR agrees that it will not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Contract with the OWNER or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government and the OWNER’s Personnel Policies. b. The CONTRACTOR hereby certifies that no officer, agent or employee of the OWNER has any material interest (as defined in Section 112.312 (15), Florida Statutes, as over five percent (5%) either directly or indirectly, in the business of the CONTRACTOR to be conducted here, and that no such person shall have any such interest at any time during the term of this CONTRACT. 116 SR 434 Reclaimed Water Main Extension 000500-18 March 2022 Agreement Form c.Pursuant to Section 216.347, Florida Statutes, the CONTRACTOR hereby agrees that monies received from the OWNER pursuant to this Agreement will not be used for the purpose of lobbying the Legislature or any other State or Federal Agency. 39.ADDITIONAL ASSURANCES. a.No principal (which includes officers, directors, or executive) or individual holding a professional license and performing Work under this Agreement is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any Work required by this Agreement by any Federal, State, or local governmental commission, department, corporation, subdivision, or agency; b. No principal (which includes officers, directors, or executive), individual holding a professional license and performing Work under this Agreement, employee, or agent has employed or otherwise provided compensation to, any employee or officer of the OWNER; and c. No principal (which includes officers, directors, or executive), individual holding a professional license and performing Work under this Agreement, employee or agent has willfully offered an employee or officer of the OWNER any pecuniary or other benefit with the intent to influence the employee or officer’s official action or judgment. 40.E-VERIFY - Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any City contractors shall register with and use the U.S. Department of Homeland Security’s E- Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. City Contractors must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the contract, and shall result in the immediate termination of the contract without penalty to the City. The City Contractor shall be liable for all costs incurred by the City securing a replacement contract, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. If the City Contractor utilizes Subcontractors the following shall apply: a.Contractor shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. b.Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. c.Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement. 117 SR 434 Reclaimed Water Main Extension 000500-19 March 2022 Agreement Form IN WITNESS WHEREOF, the parties have hereunto set their hands and seal on the date first above written. CITY OF WINTER SPRINGS By: Shawn Boyle, City Manager Date: _________________ ATTEST: ____________________________ Christian Gowan, City Clerk CONTRACTOR _____________________________________ By: Print name/title: _______________________ Date: _____________ STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this ______ day of ___________, 20___, by__________________________, the ____________________ of __________________________, who is personally known to me or who produced ______________________ as identification and who did take an oath. 118 SR 434 Reclaimed Water Main Extension 000500-20 March 2022 Agreement Form _______________________________________ (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: END OF SECTION 119 SR 434 Reclaimed Water Main Extension 000610-1 March 2022 Performance Bond Form SECTION 000610 PERFORMANCE BOND FORM Bond No. __________________ BY THIS PERFORMANCE BOND, We ___________________, as Principal, whose address is ____________________________________ and telephone number is ______________ and ____________________, as Surety, whose address is ________________________________ and telephone number is _________________are bound to the City of Winter Springs, a Florida municipal corporation, as OWNER, whose address is 1126 E. State Road 434, Winter Springs, Florida 32708 and telephone number is 407-327-1800, in the initial sum of $ ________________________________ (110% of Contract Price), or such greater amount as the Contract may be adjusted from time to time in accordance with the Contract between the Principal and OWNER) (the “Penal Sum”). WHEREAS, the Principal has executed a contract with the OWNER, dated ______________, for the construction of the SR 434 Reclaimed Water Main Extension project in the City of Winter Springs, Seminole County, Florida (the “Project”); and WHEREAS, the OWNER has required the Principal to furnish a performance bond in accordance with law and as a condition of executing the Contract with Principal; and WHEREAS, this bond is being entered into to satisfy the requirements of Section 255.05(1), Florida Statutes and the Contract referenced above, as the same may be amended, and additionally, to provide common law rights more expansive than as required by statute. NOW THEREFORE, the Surety and the Principal, both joint and severally, and for themselves, their heirs, administrators, executors, successors and assigns agree as follows: 1. CONTRACT INCORPORATED; SURETY AND PRINCIPAL BOUND FOR FULL PERFORMANCE. The Contract is incorporated by reference and made a part of this bond. The Surety and the Principal are bound for the full performance of the Contract including without exception all of the Contract Documents (as defined in the Contract) and all of their terms and conditions, both express and implied. Without limiting the Principal’s and Surety’s obligations under the Contract and this bond, the Principal and Surety agree: A. Promptly and faithfully perform their duties and all the covenants, terms, conditions, and obligations under the Contract including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and B. Pay OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys’ fees under sections 627.428 or 627.756, Florida Statutes, and Danis Industries Corp. v. Ground Improvement Techniques, 645 So.2d 420 (Fla. 1994) and McCarthy Bros. Co. v. Tilbury Construction, Inc., 849 So.2d 7 (Fla. 1st DCA 2003), 120 SR 434 Reclaimed Water Main Extension 000610-2 March 2022 Performance Bond Form including costs and attorney’s fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Contract, and C. Satisfy all claims and demands incurred under the Contract, and fully indemnify and hold harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so. 2. OWNER’S AFFIDAVIT OF CONTRACTOR BREACH OR DEFAULT. If the OWNER shall provide to Surety the written affidavit of the OWNER stating that the Principal is in breach or default of the Contract, and that such breach or default remains uncured by the Principal, then upon delivery of such affidavit to the Surety in the method for providing notices as set forth in Paragraph 7 below, Surety must promptly notify the OWNER in writing which action it will take as permitted in Paragraph 3. 3. SURETY’S OBLIGATION UPON DELIVERY OF OWNER’S AFFIDAVIT OF CONTRACTOR’S BREACH OR DEFAULT. Upon the delivery of the OWNER’s affidavit of breach or default by the Principal as provided in Paragraph 2 above, the Surety may promptly remedy the breach or default or must, within ten (10) days, proceed to take one of the following courses of action: A. Proceed Itself. Complete performance of the Contract including correction of defective and nonconforming Work through its own CONTRACTORs or employees, approved as being acceptable to the OWNER, in the OWNER’s sole discretion, provided, however, that OWNER’s discretion in approving the Surety’s CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the Contract and is not affiliated in any way with the Principal. During this performance by the Surety, the OWNER will pay the Surety from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. During this performance by Surety, any payment bond required under the Contract must remain in full force and effect; or B. Tender a completing CONTRACTOR acceptable to OWNER. Tender a CONTRACTOR, together with a contact for fulfillment and completion of the Contract executed by the completing CONTRACTOR, to the OWNER for the OWNER’s execution. OWNER’s discretion to approve Surety’s completing CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the contract and is not affiliated with the Principal. OWNER’s discretion to approve CONTRACTOR as the completing CONTRACTOR and to approve the tendered contract shall be in OWNER’s sole and absolute discretion. Upon execution by the OWNER of the contract for fulfillment and completion of the Contract, the completing CONTRACTOR must furnish to the OWNER a performance bond and a separate payment bond, each in the form of those bonds previously furnished to the OWNER for the Project by the Principal. Each such bond must be in the Penal Sum of the full cost to complete the 121 SR 434 Reclaimed Water Main Extension 000610-3 March 2022 Performance Bond Form Contract. The OWNER will pay the completing CONTRACTOR from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. To the extent that the OWNER is obligated to pay the completing CONTRACTOR sums which would not have been due and payable to CONTRACTOR under the Contract (any sums in excess of the then remaining Contract balance less any sums due the OWNER under the Contract), the Surety must pay the OWNER the full amount of those sums at the time the completing CONTRACTOR tenders an invoice to the OWNER so that the OWNER can utilize those sums in making timely payment to the completing CONTRACTOR; or C. Tender the Full Penal Sum. Tender to the OWNER the full Penal Sum of the performance bond. The OWNER will refund to the Surety without interest any unused portion not spent by the OWNER procuring and paying a completing CONTRACTOR or completing the Contract itself, plus the cost allowed under Section 4, after completion of the contract for fulfillment and completion of the Contract and the expiration of any applicable warranties; or D. Other Acts. Take any other acts mutually agreed upon in writing by the OWNER and the Surety. E. IT SHALL BE NO DEFENSE TO SURETY’S OBLIGATION TO UNDERTAKE ONE OF THE PRECEDING COURSES OF ACTION THAT THE PRINCIPAL CONTENDS THAT IT IS NOT IN BREACH OR DEFAULT OF THE CONTRACT, OR THAT THE NOTICE OF BREACH OR DEFAULT WAS DEFECTIVE, OR THAT THE PRINCIPAL HAS RAISED ANY OTHER CLAIM OF DEFENSE OR OFFSET, PROVIDED ONLY THAT THE SURETY HAS RECEIVED THE AFFIDAVIT OF THE OWNER AS SPECIFIED IN PARAGRAPH 2. 4. SURETY’S ADDITIONAL OBLIGATIONS. In addition to those duties set forth herein above, the Surety must promptly pay the OWNER (i) all losses, costs and expenses resulting from the Principal’s breach(es) or default(s), including, without limitation, fees (including attorney’s fees pursuant to sections 627.428 or 627.756, Florida Statutes and related costs), expenses and costs for architects, ENGINEERs, consultants, testing, surveying and attorneys, plus (ii) liquidated or actual damages, whichever may be provided for in the Contract, for lost use of the Project, plus (iii) reprocurement costs and fees and expenses, plus (iv) costs incurred at the direction, request, or as a result of the acts or omissions of the Surety; provided that in no event shall Surety’s liability exceed the Penal Sum of this Bond. 5. SURETY’S WAIVER OF NOTICE. The Surety waives notice of any Modifications to the Contract, including changes in the Contract Time, the Contract Sum, the amount of liquidated damages, or the work to be performed under the Contract. 122 SR 434 Reclaimed Water Main Extension 000610-4 March 2022 Performance Bond Form 6.NO THIRD PARTY BENEFICIARIES. The Surety provides this performance bond for the sole and exclusive benefit of the OWNER and OWNER’s heirs, administrators, executors, successors and assigns. No other party, person or entity has any rights against the Surety. 7. METHOD OF NOTICE. All notices to the Surety, the Principal or the OWNER must be given by Certified Mail, Return Receipt Requested, to the address set fourth for each party below: SURETY: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ PRINCIPAL: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ OWNER: The City of Winter Springs Attention: Shawn Boyle, City Manager 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-5957 with a copy to: Anthony A. Garganese, City Attorney Garganese, Weiss, D’Agresta & Salzman, P.A. 111 N. Orange Avenue, Suite 2000 Orlando, Florida 32802 (407) 425-9566 123 SR 434 Reclaimed Water Main Extension 000610-5 March 2022 Performance Bond Form 8. STATUTE OF LIMITATIONS. Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the Contract (including any warranty period) has not run or expired or within three (3) years following Final Completion of the Contract (including any warranty period) and acceptance of the Work performed under the Contract by the OWNER, whichever is longer. 9. RECITALS. The recitals contained in this Performance Bond are incorporated by reference herein and are expressly made a part of this Performance Bond. 10. GOVERNING LAW. This performance bond shall be governed by, and construed in accordance with the laws of the State of Florida without regard to its conflict of laws provisions. 11. VENUE. In the event any legal action shall be filed upon this performance bond, venue shall lie exclusively in the Circuit Court for Seminole County, Florida. 12. MISCELLANEOUS. A. The Surety agrees that this performance bond shall afford the OWNER with all of the protections and rights afforded under Florida Statutes and under common law. B. This performance bond is issued in addition to any other bond or warranty required under the Contract including, but not limited to, any labor and materials payment bond and maintenance bond. Each bond issued under the Contract shall be construed as separate and distinct from each other. C. In the event that the Surety fails to fulfill its obligations under this performance bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys’ fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety’s failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this performance bond. D. This performance bond shall remain in full force and effect until such time all the work, labor and materials under the Contract have been performed or provided to the OWNER’s complete satisfaction, through the expiration of all warranty periods. 124 SR 434 Reclaimed Water Main Extension 000610-6 March 2022 Performance Bond Form Principal Surety _______________________________ ____________________________________ (Typed Firm Name) (Typed Firm Name) _______________________________ ____________________________________ (Seal) (Seal) By: By: _______________________________ ____________________________________ (Signature) (Signature) _______________________________ ____________________________________ (Printed Name) (Printed Name) ________________________________ ____________________________________ (Title) (Title) ________________________________ ____________________________________ ________________________________ ____________________________________ (Address) (Address) ________________________________ ____________________________________ (Date of Execution) (Date of Execution) END OF SECTION 125 SR 434 Reclaimed Water Main Extension 000620-1 March 2022 Labor and Materials Payment Bond SECTION 000620 LABOR AND MATERIALS PAYMENT BOND Bond No. __________________ Bond No. __________________ BY THIS LABOR AND MATERIALS PAYMENT BOND, We ___________________, as Principal, whose address is __________________________________ and telephone number is ______________ and ____________________, as Surety, whose address is ________________________________ and telephone number is _________________are bound to the City of Winter Springs, a Florida municipal corporation, as OWNER, whose address is 1126 E. State Road 434, Winter Springs, Florida 32708 and telephone number is 407-327-1800, in the initial sum of $ ________________________________ (110% of Contract Price), or such greater amount as the Contract may be adjusted from time to time in accordance with the Contract between the Principal and OWNER) (the “Penal Sum”). WHEREAS, the Principal has executed a contract with the OWNER, dated ______________, for the construction of the SR 434 Reclaimed Water Main Extension project in the City of Winter Springs, Seminole County, Florida (the “Project”); and WHEREAS, the OWNER has required the Principal to furnish a labor and materials payment bond in accordance with law and as a condition of executing the Contract with Principal; and WHEREAS, this bond is being entered into to satisfy the requirements of Section 255.05(1), Florida Statutes and the Contract referenced above, as the same may be amended, and additionally, to provide common law rights more expansive than as required by statute. NOW THEREFORE, the Surety and the Principal, both joint and severally, and for themselves, their heirs, administrators, executors, successors and assigns agree as follows: 1.CONTRACT INCORPORATED; SURETY AND PRINCIPAL BOUND FOR FULL PERFORMANCE. The Contract is incorporated by reference and made a part of this bond. The Surety and the Principal are bound to promptly make payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, supplies, or rental equipment used directly or indirectly by Principal in the prosecution of the work provided under the Contract. Any such payments shall not involve the OWNER in any expense. 2.CLAIMS. Claims made under this bond shall be made pursuant to provisions of Section 255.05, Florida Statutes, and applicable law. Therefore, a claimant, except a laborer, who 126 SR 434 Reclaimed Water Main Extension 000620-2 March 2022 Labor and Materials Payment Bond is not in privity with the Principal shall, before commencing or not later than 45 days after commencing to furnish labor, services, or materials for the prosecution of the work, furnish the Principal with written notice that he or she intends to look to the bond for protection. A claimant who is not in privity with the Principal and who has not received payment for his or her labor, services, or materials shall deliver to the Principal and to the surety written notice of the performance of the labor or delivery of materials or supplies and of the nonpayment. The notice of nonpayment may be served at any time during the progress of the work or thereafter but not before 45 days after the first furnishing of labor, services, or materials, and not later than 90 days after the final furnishing of the labor, services, or materials by the claimant or, with respect to the rental equipment, not later than 90 days after the date that the rental equipment was last on the job site available for use. Any notice of nonpayment served by a claimant who is not in privity with Principal which includes sums for retainage must specify the portion of the amount claimed for retainage. 3.SURETY’S WAIVER OF NOTICE. The Surety waives notice of any modifications to the Contract, including changes in the Contract Time, the Contract Sum, or the labor, work, or materials required to be performed under the Contract. 4.BENEFICIARIES. The Surety provides this performance bond for the sole and exclusive benefit of the OWNER and OWNER’s heirs, administrators, executors, successors and assigns, as well as for the benefit of any claimants who have actually provided labor, material, rental equipment, or services under the Contract. 5.RECITALS. The recitals contained in this labor and materials payment bond are incorporated by reference herein and are expressly made a part of this bond. 6.GOVERNING LAW. This labor and materials payment bond shall be governed by, and construed in accordance with the laws of the State of Florida without regard to its conflict of laws provisions. 7.VENUE. In the event any legal action shall be filed upon this labor and materials payment bond, venue shall lie exclusively in the Circuit Court for Seminole County, Florida. 8.MISCELLANEOUS. A. The Surety agrees that this labor and materials payment bond shall afford the OWNER and all claimants under the Contract with all of the protections and rights afforded under Florida Statutes and under common law. 127 SR 434 Reclaimed Water Main Extension 000620-3 March 2022 Labor and Materials Payment Bond B. This labor and materials payment bond is issued in addition to any other bond or warranty required under the Contract including, but not limited to, any performance bond and maintenance bond. Each bond issued under the Contract shall be construed as separate and distinct from each other. C. In the event that the Surety fails to fulfill its obligations under this labor and materials payment bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys’ fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety’s failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this labor and materials payment bond. D. This labor and materials payment bond shall remain in full force and effect until such time that the legal deadline for filing a claim hereunder has duly expired. Principal Surety _______________________________ ____________________________________ (Typed Firm Name) (Typed Firm Name) _______________________________ ____________________________________ (Seal) (Seal) By: By: _______________________________ ____________________________________ (Signature) (Signature) _______________________________ ____________________________________ (Printed Name) (Printed Name) ________________________________ ____________________________________ (Title) (Title) ________________________________ ____________________________________ ________________________________ ____________________________________ ________________________________ ____________________________________ (Address) (Address) ________________________________ ____________________________________ (Date of Execution) (Date of Execution) END OF SECTION 128 THIS PAGE INTENTIONALLY LEFT BLANK 129 SR 434 Reclaimed Water Main Extension 000680-1 March 2022 Certificate of Substantial Completion SECTION 00680 CITY OF WINTER SPRINGS, FLORIDA CERTIFICATE OF SUBSTANTIAL COMPLETION Project: Location: Owner: Contractor: Contract Number: DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The date of substantial completion of the work is the date certified in writing by the Owner when (1) construction is sufficiently complete, in accordance with the contract documents, so the Owner can occupy or utilize the work for its intended purpose, as expressed by the contract documents, and (2) any additional project- specific requirements or milestones for “substantial completion” identified in the general or special conditions or construction plans have been satisfied. LIST OF ITEMS TO BE COMPLETED OR CORRECTED (If Applicable) A list of items to be completed or corrected, prepared by the Contractor and verified and amended by the Owner’s project coordinator, is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the contract documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed to in writing. The Contractor agrees to complete or correct the Work on the list attached hereto within ____ calendar days from the date of substantial completion. DATE OF SUBSTANTIAL COMPLETION The work performed under this contract has been reviewed and found to be substantially complete. The date of substantial completion of the project is the date accepted by the Owner’s representative as indicated below and which is also the date of commencement of applicable warranties required by the contract documents, except for items on the attached list which are not yet completed. END OF SECTION Owner Representative Signature: Date: Contractor Signature: Date: Owner Representative Signature: Date: 130 THIS PAGE INTENTIONALLY LEFT BLANK 131 SR 434 Reclaimed Water Main Extension 000660-1 March 2022 Notice of Selection Form SECTION 000660 NOTICE OF SELECTION FORM TO: PROJECT NAME: SR 434 Reclaimed Water Main Extension The OWNER has considered the PROPOSAL submitted by , for the above described WORK in response to the Advertisement for Proposals dated , 2022 and RFP Documents. You are hereby notified that your PROPOSAL has been selected for further negotiations of a contract, incorporating the total bid amount of $ ________________________. Selection is subject to successful contract negotiations of terms acceptable to the City Manager. You are required by the Instructions to Bidders to execute the Agreement and certificates of insurance and payment and performance bond within ten (10) calendar days from the date of this Notice to you, containing, at minimum, all terms and conditions contained in the Form of Agreement. If you fail to execute said Agreement and to furnish said certificate of insurance within ten (10) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER’s acceptance of your BID as abandoned and your BID BOND shall be forfeited. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF SELECTION to the OWNER. Dated this ______ day of ____________, 2022. OWNER: By: ________________________ Jason Norberg Title: Director of Public Works/Utilities ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF SELECTION is hereby acknowledged by this the ____ day of ______________, 2022. By: _______________________ Title:______________________ 132 SR 434 Reclaimed Water Main Extension 000660-2 March 2022 Notice of Selection Form END OF SECTION 133 THIS PAGE INTENTIONALLY LEFT BLANK 134 SR 434 Reclaimed Water Main Extension 000661-1 March 2022 Notice to Proceed SECTION 000661 NOTICE TO PROCEED TO: EFFECTIVE DATE OF THE NOTICE TO PROCEED: PROJECT: SR 434 Reclaimed Water Main Extension You are hereby notified to commence WORK in accordance with the Agreement dated ___________, 2022. In accordance with the Agreement, WORK shall commence within 10 days of the date of this Notice to Proceed and shall be complete within 240 consecutive calendar days from the effective date of this Notice To Proceed. The final completion of all WORK is therefore , . OWNER: By: ________________________ Jason Norberg Title: Director of Public Works/Utilities ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by this the _____ day of________________, 2022. By: ________________________ Title: ______________________ END OF SECTION 135 THIS PAGE INTENTIONALLY LEFT BLANK 136 SR 434 Reclaimed Water Main Extension 000662-1 March 2022 Contractor’s Release of Lien SECTION 000662 CONTRACTOR'S RELEASE OF LIEN Before me, the undersigned authority in said County and State, appeared _______________________________ who, being first duly sworn, deposes and says that he is _______________________________ of, a company and/or corporation authorized to do business under the laws of Florida, which is the Service Provider on a Project located in the City of _______________________________, County of _______________________________, Florida, with the City of _______________________________, dated the day of , 20 , that the said deponent is duly authorized to make this affidavit by resolution of the Board of Directors of said company and/or corporation; that deponent knows of his own knowledge that said contract has been complied with in every particular by said Service Provider and that all parts of the work have been approved by the OWNER; that there are no bills remaining unpaid for labor, material, or otherwise, in connection with said contract and work, and that there are no suits pending against the undersigned as Service Provider or anyone in connection with the work done and materials furnished or otherwise under said contract. Deponent further says that the final estimate which has been submitted to the OWNER simultaneously with the making of this affidavit constitutes all claims and demands against the OWNER on account of said contract or otherwise, and the acceptance of the sum specified in said final estimate will operate as a full and final release and discharge of the OWNER from any further claims, demands or compensation by the CONTRACTOR under the above contract. Deponent further agrees that all guarantees under this contract shall and be in full force from the date of this release as spelled out in the Contract Documents. STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this ______ day of ___________, 2022, by____________________, the __________________of ___________________________, a ________________, who is personally known to me or produced _______________ as identification. (NOTARY SEAL) (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: We, the _____________ having heretofore executed a performance bond for the above-named CONTRACTOR covering project and section as described above in the sum of_______________ dollars ($__________), hereby agree that the OWNER may make full payment of the final estimate, including the retained percentage, to said CONTRACTOR. It is fully understood that the granting of the right to the OWNER to make payment of the final 137 SR 434 Reclaimed Water Main Extension 000662-2 March 2022 Contractor’s Release of Lien estimate to said CONTRACTOR and/or his assigns, shall in no way relieve this surety company of its obligations under its bond, as set forth in the specifications, contract and bond pertaining to the above project. IN WITNESS WHEREOF, the ____________________ has caused this instrument to be executed on its behalf by its and/or its duly authorized attorney in fact, and its corporate seal to be hereunto affixed, all on this______ day of ______________, 20 . Surety Company Attorney in Fact (Power of Attorney must be attached if executed by Attorney in Fact) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this ______ day of ___________, 2022, by____________________, the __________________of ___________________________, a ________________, who is personally known to me or produced _______________ as identification. (NOTARY SEAL) (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: END OF SECTION 138 SR 434 Reclaimed Water Main Extension 000663-1 March 2022 Form of Contractor’s Partial Release of Lien SECTION 000663 FORM OF CONTRACTOR'S PARTIAL RELEASE OF LIEN KNOW ALL MEN BY THESE PRESENTS, that the undersigned, _____________in consideration of partial payment in the sum of $_____________, receipt whereof is hereby acknowledged, and other valuable considerations and benefits to the undersigned accruing, do hereby waive, release and quit claim all liens, lien rights, claims or demands of every kind whatsoever which the undersigned now has, or may hereafter have, against that certain real estate and the improvements thereof, situated in Seminole County, Florida, and legally described as: SR 434 Reclaimed Water Main Extension on account of work and labor performed, and/or materials furnished in, to, or about the construction of any building or buildings situated thereon, or in improving said property above described, or any part thereof. It being the understanding of the undersigned that this is a Partial Waiver and Release of Lien which the undersigned has against the premises described herein, only to the extent of the payments specified and only for materials furnished or work done up until (but not releasing or waiving charges for changes, additions, or extras), the undersigned warrants that no assignment of said liens or claims, nor the right to perfect a lien against said real estate, by virtue of the accrual of said payment, has or will be made, and that the undersigned has the right to execute this Partial Waiver and Release, and that all laborers employed by the undersigned, and all bills for materials and supplies furnished by others to the undersigned in connection with the construction of improvements upon the aforesaid premises, to the extent of the payment herein referred to, have been fully paid. IN WITNESS WHEREOF, I/we have executed this instrument under seal this ______ day of ________________, 20___. CONTRACTOR: _______________________________________ By Its: ________________________________________________ (CONTRACTOR’S SEAL) WITNESS: _______________________________ We, the _____________ having heretofore executed a performance bond for the above-named CONTRACTOR covering project and section as described above in the sum of_______________ dollars ($__________), hereby agree that the OWNER may make partial payment of ($________________________), to said CONTRACTOR. It is fully understood that the granting of the right to the OWNER to make partial payment to said CONTRACTOR and/or his assigns, shall in no way relieve this surety company of its obligations 139 SR 434 Reclaimed Water Main Extension 000663-2 under its bond, as set forth in the specifications, contract and bond pertaining to the above project. IN WITNESS WHEREOF, the ____________________ has caused this instrument to be executed on its behalf by its and/or its duly authorized attorney in fact, and its corporate seal to be hereunto affixed, all on this______ day of ______________, 20 . Surety Company Attorney in Fact (Power of Attorney must be attached if executed by Attorney in Fact) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this ______ day of ___________, 2022, by____________________, the __________________of ___________________________, a ________________, who is personally known to me or produced _______________ as identification. (NOTARY SEAL) (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: END OF SECTION 140 THIS PAGE INTENTIONALLY LEFT BLANK 141 SR 434 Reclaimed Water Main Extension 000680-2 March 2022 Application for Payment SECTION 000680 APPLICATION FOR PAYMENT Project: SR 434 Reclaimed Water Main Extension Project Number: Payment Request No.: P.O. Number: CONTRACTOR: Account No.: Contract Date: Completion Date Application Date Period To: STATEMENT OF WORK 1. Original Contract 6. Total Earned less Retained (Line 4 minus Line 5) 2. Net Change Orders: 7. Less Previous Payments 3. Current Contract Total: 8. Current Payment Due: (Total of Lines 1 and 2) (Line 6 minus Line 7) 4. Total Earned to Date:9 Balance to Finish (Total Amount Billed to Date) (Line 3 Minus Line 4) 5. Retainage: The undersigned CONTRACTOR hereby swears under penalty of perjury that (1) all previous progress payments received from the OWNER on account of work performed under the Contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with work covered by prior Application for Payment under said contract; and, (2) all materials and equipment incorporated in said Project or otherwise listed 142 SR 434 Reclaimed Water Main Extension 000680-3 March 2022 Application for Payment in or covered by this Application for Payment are free and clear of all liens, claims, security interests and encumbrances. by , Date CONTRACTOR Payment of the amount requested is approved: by , Date Director of Public Works/Utilities STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (___) physical presence or (___) online notarization, this ______ day of ___________, 2022, by____________________, the __________________of ___________________________, a ________________, who is personally known to me or produced _______________ as identification. (NOTARY SEAL) (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: 143 THIS PAGE INTENTIONALLY LEFT BLANK 144 SR 434 Reclaimed Water Main Extension 000700-1 March 2022 General Conditions SECTION 000700 GENERAL CONDITIONS 1. SCOPE The scope of work includes furnishing all labor, equipment, tools, materials, and incidentals necessary to complete the work in accordance with the Contract Documents in a first-class workmanlike manner, complete in all respects and ready for use. 2. DESIGN PROFESSIONALS a.ENGINEER on this project is Kimley-Horn, Inc. 3. PERMITS AND REGULATIONS CONTRACTOR shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work, and/or required by municipal, State and federal regulations, laws and procedures, unless specifically provided otherwise in the Contract Documents. The OWNER shall provide all required easements. CONTRACTOR shall give all notices, pay all fees, and comply with all federal, state and municipal laws, ordinances, rules and regulations and building and construction codes bearing on the conduct of the Work. This Contract, as to all matters not particularly referred to and defined herein, shall notwithstanding, be subject to the provisions of all pertinent ordinances, codes and normal regulatory procedures of the municipality or other political subdivision within whose limits the Work is constructed, which ordinances, codes and procedures are hereby made a part hereof with the same force and effect as if specifically set out herein. It is CONTRACTOR’s responsibility to apply to the local jurisdiction for any Building Permit or Permit that may be required. 4. PERFORMANCE AND PAYMENT BONDS Within ten (10) calendar days from the date stipulated in the Notice of Selection notifying the CONTRACTOR that its Bid has been accepted, the successful Bidder shall execute the Agreement. Simultaneously with the execution of the Agreement, the CONTRACTOR shall furnish a Performance Bond and a Labor and Materials Bond each in the amount of 110 percent of the contract price. The bonds shall be secured from a Surety company acceptable to the OWNER. The forms of the Bonds the successful Bidder will be required to execute are included in the Bidding Documents as Section 00610 and 00620. Failure to execute the Agreement and/or to furnish said bonds within ten (10) calendar days from the date of the Notice of Selection entitles the OWNER to consider all rights arising out of the OWNER's acceptance of the Bid as abandoned and the Bid Bond shall be forfeited. The OWNER shall be entitled to such other rights as may be granted by law. 145 SR 434 Reclaimed Water Main Extension 000700-2 March 2022 General Conditions 5. BID BOND Each Bid shall be accompanied by a Bid Security in the form of a certified check or bid bond in an amount equal to at least five percent (5%) of the Total Bid Price, payable without condition to the OWNER, as a guaranty that the Bidder, if awarded the Contract, will promptly execute the Agreement in accordance with the Bidding Documents. Bid Bond shall be on the form provided as Section 00410. If for any reason the Bidder withdraws his Bid after Bid Opening and prior to the time specified under “Modification and Withdrawal” herein or fails to execute an Agreement or to provide the specified bonds, such Bidder shall be in default and the Bid Security shall be forfeited. The Bid Security of all except the three (3) apparent lowest Bidders will be returned within 10 days after the canvass of Bids. 6. INSURANCE AND HOLD HARMLESS INDEMNIFICATION (see SECTION 00500) Hold Harmless Agreement - To the fullest extent permitted by laws and regulations, CONTRACTOR shall indemnify and hold harmless OWNER and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of ENGINEERs, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Service Provider, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against OWNER or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. CONTRACTOR's Liability Insurance – CONTRACTOR shall not commence any work under this Contract until he has obtained all insurance required under the Agreement. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly 146 SR 434 Reclaimed Water Main Extension 000700-3 March 2022 General Conditions employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. The insurance required shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. The comprehensive general liability insurance shall also include Contractual Liability Insurance applicable to CONTRACTOR's obligations under the Hold Harmless Indemnification. All of the policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days’ prior written notice has been given to OWNER by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective work in accordance with the Contract Documents. CONTRACTOR's General Liability Insurance shall include the OWNER, and OWNER's consultants as insured or additional insured which may be accomplished by either an endorsement of CONTRACTOR's Comprehensive General Liability policy or by CONTRACTOR's carrier issuing a separate protection liability policy. 8. SALES TAX CONTRACTOR shall include in his bid, and shall pay, all Florida State sales tax and other local, State, and Federal taxes in accordance with existing laws and regulations. 9. LAYOUT OF WORK CONTRACTOR shall perform and be responsible for all layout work in connection with the project. The City will provide benchmarks as necessary in the project area. 10.CHANGES IN THE WORK The OWNER may, at any time, or from time to time, without invalidating the Agreement order alterations, deletions or revisions in the Work by written Change Order or Field Order. Upon receipt of any such order, CONTRACTOR shall promptly proceed with the Work involved, which shall be performed under the applicable conditions of the Contract Documents. Any deviations from these specifications, plans and contract documents, must be approved by the OWNER in advance of the construction either by a written and executed Change Order or a written Field Order. CONTRACTOR agrees that he will do such work as may be required for the proper execution of the whole work herein contemplated, including all labor, equipment and materials reasonably necessary for the proper completion of the work. CONTRACTOR agrees that he will make no claim for extra work unless that material or work is not covered by, or properly inferable from the Contract Documents. If CONTRACTOR makes a claim for an extra o r additional cost and requests a Change Order be issued prior to performing the work, and the OWNER renders a decision denying such request, CONTRACTOR must notify the OWNER in writing within 3 days of the time that CONTRACTOR is informed of the OWNER's decision. Otherwise the OWNER will 147 SR 434 Reclaimed Water Main Extension 000700-4 March 2022 General Conditions not consider any such difference as a claim for a Change Order or additional payment or time. Any such written notice received by the OWNER from CONTRACTOR within the 3-day period shall be just reason for the OWNER to re-evaluate his previous decision. 11. DEFINITION AND COORDINATION OF CONTRACT DOCUMENTS The Advertisement for Bids, Proposal and Agreement, General Conditions, Special Conditions, and addenda, any change orders, the drawings and specifications, and any supplementary documents are essential parts of this contract, and together constitute the Contract Documents. Any item shown on the drawings shall be considered as included in the specifications, whether specifically mentioned therein or not, and vice versa. Any errors or omissions as to standards or work in the drawings and specifications shall in no way relieve CONTRACTOR of the obligation to furnish a first-class job in accordance with the best standard practice and in accordance with the intent of the Contract Documents. A. In case of conflict, the precedence of the Contract Documents shall be as follows: a.Change Orders b.Agreement, Exhibits and Addenda c.Supplemental Terms and Conditions d.General Terms and Conditions e.Engineering Plans and Drawings f.Contractor’s Bid Submittal An addendum issued prior to bid may modify any of the contract documents in existence at that time. The addendum takes precedence over the previous issue of the contract document being modified. 12. FINAL DRAWINGS The Final Drawings are entitled “SR 434 Reclaimed Water Main Extension.” 13. PAYMENTS See Section 00500. 14. PAYMENTS WITHHELD The OWNER will disburse, and shall have the right to act as agent for CONTRACTOR in disbursing such funds as have been withheld pursuant to Section 00500, paragraph 11, to the party or parties who are entitled to payment therefrom. The OWNER will render to CONTRACTOR a 148 SR 434 Reclaimed Water Main Extension 000700-5 March 2022 General Conditions proper accounting of all such funds disbursed on behalf of the Contract. Neither the final payment nor any part of the retained percentage shall become due until CONTRACTOR, if required, shall deliver to the OWNER his written one year guarantee on the work and a complete release of liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed; but CONTRACTOR may, if any Subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the OWNER, to indemnify himself against any lien. If any lien remains unsatisfied after all payments are made, CONTRACTOR shall refund to the OWNER all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney’s fee. 15.OWNER’S RIGHT TO TERMINATE THE CONTRACT (see SECTION 00500, Paragraph 8) 16. GENERAL GUARANTEE All work to be performed under this Contract shall be constructed in compliance with the Contract Documents. END OF SECTION 149 THIS PAGE INTENTIONALLY LEFT BLANK 150 SR 434 Reclaimed Water Main Extension 000950-1 March 2022 Change Order Form SECTION 000950 CHANGE ORDER FORM Change Order No. Project Name: Bid No.: Owner: Contractor: Agreement Date: This Change Order is necessary to cover changes in the work to be performed under this Agreement. The Agreement, General Conditions, Supplementary Conditions, and Technical Specifications contained in the Project Manual apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1.Original Contract Price $ 2.Current Contract Price (Adjusted by Previous Change Orders) $ 3.Total Proposed Change in Contract Price $ 4.New Contract Price (Item 2 + Item 3)$ 5.Original Contract Time Days 6.Current Contract Time (Adjusted by Previous Change Orders)Days 7.Total Proposed Change in Contract Time Days 8.New Contract Time (Item 6 + Item 7)Days 9.New Contract Substantial Completion Date 10.New Contract Final Completion Date 151 SR 434 Reclaimed Water Main Extension 000950-2 March 2022 Change Order Form CHANGES ORDERED ITEM 1 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 2 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 3 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days 152 SR 434 Reclaimed Water Main Extension 000950-3 March 2022 Change Order Form ITEM 4 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 5 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days ITEM 6 Description of Change: Reason for Change: Change in Contract Price: $ Change in Contract Time: Days 153 SR 434 Reclaimed Water Main Extension 000950-4 March 2022 Change Order Form CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time TOTAL $ Days WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR’s complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. 154 SR 434 Reclaimed Water Main Extension 000950-5 March 2022 Change Order Form APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: Contractor Printed Name and Title of Officer Date By (Signature) Date (Corporate Seal) ATTEST: Owner (Signature) Printed Name and Title Date By (Signature) (Seal) Date END OF SECTION 155 01 10 00 - 1 SECTION 01 10 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. The Work specified herein shall include construction and installation of 9,900 LF 12-inch reclaimed water main along SR-434 connecting to the existing 12-inch reclaimed water main near Central Winds Drive, and additional connections to existing reclaimed systems at Bear Springs Drive, Michael Blake Boulevard, Eagle Wind Terrace, and Creeks Run Way. B. Section Includes: 1. Contract description. 2. Owner-furnished products. 3. Contractor's use of Site and premises. 4. Work sequence. 5. Owner occupancy. 6. Permits. 1.2 CONTRACT DESCRIPTION A. Work of the Project includes: 1. Installation of a new 12-inch reclaimed water main along SR -434. 2. Connecting to the existing 12-inch reclaimed water main near Central Winds Drive 3. (1) 4” connection to the existing irrigation system on Bear Springs Drive 4. (1) 8” connection to the existing 8” reclaimed water main on Michael Blake Boulevard 5. (1) 8” connection to the existing 8” on Eagle Wind Terrace 6. (1) 4” connection to the existing 4” on Creeks Run Way 7. (1) 12” future stub out east of Tuskawilla Road, (1) 12” future stub out at Michael Blake Boulevard, (1) 12” future stub out at Creeks Run Way B. All materials, equipment, skills, tools, and labor which are reasonably and appropriately inferable and necessary for the proper completion of the Work and in compliance with the requirements stated or implied by these Specifications or Drawings shall be furnished and installed by CONTRACTOR without additional compensation, whether specifically indicated in the Contract Documents or not. This includes testing and placing into operation all equipment. C. All fees and permits for the permanent construction that are required by controlling agencies or authorities, including fees for the review of Contract Documents prior to construction, will be procured by CONTRACTOR. Other licenses or permits for construction facilities of a temporary nature which are necessary for the prosecution of the work shall be secured and paid for by CONTRACTOR 156 01 10 00 - 2 D. Repair, replace, or otherwise settle with the OWNER, if damage to property or existing facilities occurs, including damage to pavements, utilities, lawns, structures, etc. E. Construct the Project under a Unit Price Contract. F. CONTRACTOR shall perform the Work complete, in place, and ready for continuous service, and shall include repairs, testing, permits, clean up, replacements, and restoration required as a result of damages caused during this construction. 1.3 OWNER-FURNISHED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner-reviewed Shop Drawings, Product Data, and Samples to Contractor. 2. Upon delivery, inspect products jointly with Contractor. 3. Submit claims for transportation damage and replace damaged, defective, or deficient items. 4. Arrange for manufacturers' warranties, inspections, and service. 5. Prepare for and remove trees and landscaping to be impacted by the construction activities along the construction route. B. Contractor's Responsibilities: 1. Review Owner-reviewed Shop Drawings, Product Data, and Samples. 2. Arrange delivery to Site. 3. Receive and unload products at Site; inspect for completeness or damage jointly with Owner. 4. Handle, store, install, and finish products. 5. Repair or replace items damaged after receipt. 6. Coordinate construction activities and impacts to landscaped areas for the City’s removal of trees and landscaping deemed necessary by the City. 1.4 CONTRACTOR'S USE OF SITE AND PREMISES A. Limit use of Site and premises to allow: 1. Owner occupancy. 2. Work by Owner. 3. Work by Others as directed by the Owner. B. Time Restrictions for Performing Work: 1. No Work shall be done between the hours of 7:00 p.m. and 7:00 a.m., or on Saturdays, Sundays and legal holidays of the City unless the proper and efficient prosecution of the Work requires operations during the night, weekend or holidays. Written notification for doing untimely work shall be provided to the City a minimum 24 hours before starting such items of the Work. C. Utility Outages and Shutdown: 1. Coordinate and schedule electrical and other utility outages with Owner. 2. Outages: Allowed only at previously agreed upon times. 157 01 10 00 - 3 3. At least one week before scheduled outage, submit Outage Request Plan to Owner itemizing the dates, times, and duration of each requested outage. 1.5 WORK SEQUENCE A. Construct Work in order to accommodate Owner's occupancy requirements during construction period. Coordinate construction schedule and operations with Owner. B. Sequencing of Construction Plan: Before start of construction, verify sequence provided in the Contract Drawings. 1.6 OWNER OCCUPANCY A. Owner will occupy Site for conduct of normal operations. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.7 PERMITS A. The Owner will obtain all permits required for work by Seminole County. 1. The Contractor shall verify the existence of the approved permit prior to commencing any work. a. Right-Of-Way Permit B. The Owner will obtain all permits required for work by the Florida Department of Transportation (FDOT). 1. The Contractor shall verify the existence of the approved permit prior to commencing any work. a. Utility Permit C. The Owner will obtain all permits required for work by the St. Johns River Water Management District (SJRWMD). 1. The Contractor shall verify the existence of the approved permit prior to commencing any work. a. Environmental Resource Program (ERP) Permit PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used END OF SECTION 158 01 10 00 - 4 THIS PAGE INTENTIONALLY LEFT BLANK 159 01 20 00 - 1 SECTION 01 20 00 PROJECT MEETINGS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Preconstruction Meeting. B. Progress Meetings. 1.2 REQUIREMENTS INCLUDED A. OWNER shall schedule and administer preconstruction meeting, periodic progress meetings, and specially called meetings throughout the progress of the work. 1. Prepare agenda for meetings. 2. Coordinate physical arrangements for meetings 3. Preside at meetings. 4. Prepare minutes of meetings. B. Representatives of CONTRACTORs, Subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. CONTRACTOR shall attend meeting to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.3 PRECONSTRUCTION MEETING A. OWNER OR AUTHORIZED REPRESENTATIVE will schedule a preconstruction meeting prior to beginning the work. This meeting shall be attended by ENGINEER, CONTRACTOR, and the OWNER. The purpose of the meeting shall be to review shop drawing procedures, construction methods, and to establish a construction schedule. B. Location: A central site, convenient for all parties designated by the OWNER OR AUTHORIZED REPRESENTATIVE. C. Attendance: 1. OWNER's Representative 2. ENGINEER’s Representative 3. CONTRACTOR's Superintendent. 4. Major Subcontractors 5. Major Suppliers. 6. Others as appropriate. 160 01 20 00 - 2 D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected construction schedules. 2. Critical work sequencing. 3. Major equipment deliveries and priorities including list of long lead time items and anticipated delivery dates. 4. Project Coordination. 5. Designation of responsible personnel. 6. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for payment. 7. Adequacy of distribution of Contract Documents. 8. Procedures for maintaining record documents. 9. Use of Premises: a. Office, work and storage areas. b. OWNER's requirements. 10. Construction facilities, controls and construction aids. 11. Construction Sequencing to minimize plant down time. 12. Housekeeping procedures. 13. Check of required Bond and Insurance certifications. 14. Liquidated Damages. 15. Request for a weekly job meeting for all involved. 16. Equal Opportunity Requirements. 17. Laboratory testing of material requirements. 18. Inventory of material stored on-site provisions. 1.4 PROGRESS MEETINGS A. Schedule regular periodic meetings. The progress meetings will be held every 30 days or less with the first meeting 30 days after the preconstruction meeting or 30 days or less after the date of Notice to Proceed. B. Hold called meetings as required by progress of the work. C. Location of the meetings: As designated by the OWNER. D. Attendance: 1. OWNER's Representative 2. ENGINEER’s Representative 3. CONTRACTOR's Superintendent. 4. Subcontractors as appropriate to agenda. 5. Suppliers as appropriate to agenda. 6. Others as appropriate. 161 01 20 00 - 3 7. Suggested Agenda: E. Suggested Agenda 1. Review, approval of minutes of previous meeting. 2. Review of work progress since previous meeting 3. Field observations, problems, conflicts 4. Problems which impede construction schedule 5. Review of offsite fabrication, delivery schedules 6. Corrective measures and procedures to regain projected schedule 7. Revisions to construction schedule 8. Progress, schedule during succeeding work period 9. Coordination of schedules 10. Review submittal schedules, expedite as required 11. Maintenance of quality standards 12. Pending changes and substitutions 13. Review proposed changes for: a. Effect of construction schedule and on completion date b. Effect on other contracts of the Project 14. Other business 15. Construction Schedule 16. Critical/long lead items. F. CONTRACTOR is to attend progress meetings and is to study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. G. CONTRACTOR is to provide a current submittal log at each progress meeting in accordance with Section 01 30 00 – Administrative Requirements. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used END OF SECTION 162 01 20 00 - 4 THIS PAGE INTENTIONALLY LEFT BLANK 163 01 22 00 - 1 SECTION 01 22 00 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. General: 1. This Section includes the requirements for reclaimed water and associated road and Right-of-Way improvements measurement and payment for pay items required to complete the Work and as shown and specified in the Contract Documents. 2. Items listed in this Section correspond with the pay items on the Bid Form. 3. All pay items identified in this Section may not be represented on the Bid Form. The Contractor shall coordinate the pay items on the Bid Form with the corresponding paragraphs located herein. 4. The omission of reference to any item shall not alter the intent of the Bid Form or relieve the Contractor of the necessity of constructing a complete project under this Contract. 5. Payment shall be made for the items listed on the Bid Form on the basis of the Work actually performed and completed in strict accordance with the Contract Documents, such Work including but not limited to, the furnishing of all necessary labor, materials, equipment, tools, testing, transportation, delivery, disposal of waste and surplus material, restoration, and all other incidentals and appurtenances to complete the construction and installation of the Work as shown and specified. 6. No additional payment shall be made for clean-up work. The cost thereof shall be included in the price for related items as set forth in the Proposal. 7. The Contractor shall not be allowed additional payment or compensation for removing and replacing, relocating or otherwise protecting or adjusting existing culverts or other existing storm drainage facilities shown on the plans which may be affected by the construction. The cost thereof shall be included in the cost of bid items to which they are required or appurtenant. 8. The Contractor shall be responsible for any debris and foreign matter which is allowed to enter any system as a result of construction and shall be solely responsible for any damage resulting therefrom. 9. Except those items outlined in the Schedule of Prices Bid, the Contractor shall not be allowed additional payment or compensation for removing and replacing, shoring or bracing, relocating, or otherwise protecting or adjusting any and all utilities which may be affected by the construction. Specifically, the Contractor shall adjust all valve boxes, valve covers, manhole frames, and manhole covers to required grades. All methods of adjusting utilities shall be subject to the approval of the Engineer. The cost of items described herein shall be included in the cost of bid items to which they are incidental or appurtenant. 164 01 22 00 - 2 10. Unless provided by specific bid items in the Schedule of Prices Bid, the following shall be considered incidental or appurtenant and no measurement or payment will be made: 1. Erosion and sediment control. 2. Clearing and grubbing. 3. Excavation and backfill. 4. Dewatering. 5. Trench boxes. 6. Installation and/or removal of sheeting and shoring. 7. Seeding and sodding. 1.2 RELATED SECTIONS A. General Conditions. B. Agreement. C. Section 01 30 00 - Administrative Requirements. 1.3 ESTIMATE OF QUANTITIES A. The quantities set forth in the Bid Form are approximate and are given to establish a uniform basis for the comparison of bids. The Owner reserves the right to increase or decrease the quantity of any item or portion of the Work during the progress of construction in accordance with the terms of the Contract. The Bid Form shall serve as a basis of developing additive or deductive Change Orders. 1.4 MEASUREMENT OF QUANTITIES A. Unless otherwise provided in the specifications for the particular items involved, all measurements shall be taken from "finished grades and elevations" for vertical measurements and from pipe end to pipe end horizontally for lineal measurements. The method or combination of methods or measurements shall be those which will reflect with reasonable accuracy the actual areas of the finished Work as determined by the Engineer. B. The term "finished grade" as used herein shall mean the final elevation of the accepted Work as approved by the Engineer and when located in Florida Department of Transportation (F.D.O.T.) rights-of-way shall be the elevation required and approved by F.D.O.T. to conform to its Work as proposed or later modified. It shall be the Contractor’s responsibility to determine the finished grade at any point as required by the Engineer or F.D.O.T. C. For those pay items which were not included in the Schedule of Prices Bid, it shall be mutually understood that all items for payment shall be made from the master list of pay items set forth below. Items that are not specifically listed hereafter shall utilize the basic numbering system set forth. 165 01 22 00 - 3 D. Pay Items that indicate multiple measurement methods shall be paid at the method included in the Schedule of Prices Bid. 1.5 SCHEDULE OF PIRCES BID 1. General Conditions: A. Method of Measurement: The quantity to be paid under this unit cost shall be on a lump sum basis for General Conditions in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payments shall include all costs for acquiring and maintaining all bonds specified in the Contract Documents, mobilizing, demobilizing, and general conditions for the project divided by months to complete field office, temporary facilities, and all incidentals and appurtenances required to complete the project. C. Payment of this item shall be in accordance with the following schedule: Percent of Original Contract Amount Earned Allowable Percent of the lump sum Price to be Paid 5 25 10 50 25 75 50 100* * Partial payments for any project will be limited to the percent of the original contract amount listed above for that project. Any remaining amount will be paid upon completion of all work on the project. 2. Maintenance of Traffic: A. Method of Measurement: Lump Sum (LS): The quantity to be paid under this unit cost shall be on a lump sum basis for Maintenance of Traffic in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for traffic control, road closures, detours, and all incidentals and appurtenances required by the Engineer and F.D.O.T., and other items required to provide the required Maintenance of Traffic, except for any items designated to be paid for separately or to be specifically included in the costs of other Work under the Contract. 3. General Restoration - (Includes grading, seeding, and mulching all areas disturbed during construction, miscellaneous concrete) A. Method of Measurement: Lump Sum (LS): The quantity to be paid shall be on a lump sum basis for General Restoration in accordance with the Contract Documents. 166 01 22 00 - 4 B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for General Restoration, including but not limiting to grading, seeding, mulching all areas disturbed during construction, general restoration of project, and all incidentals and appurtenances required to complete general restoration as shown and specified. 1. Percent of Original Contract Amount Earned Allowable Percent of the lump sum Price to be Paid 5 25 10 50 25 75 50 100* * Partial payments for any project will be limited to the percent of the original contract amount listed above for that project. Any remaining amount will be paid upon completion of all work on the project. The Contractor shall perform site restoration of each area of the project within two weeks of performing installation within that area. The project site shall not remain un- restored for longer than two weeks. 4. Asphalt Restoration: A. Method of Measurement: Square Yard (SY): The quantity to be paid shall be the actual number of square yards of Asphalt Pavement in place in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for lime rock installation, grading, priming, asphalt installation, and all incidentals and appurtenances required to complete the Asphalt Pavement as shown and specified. 5. Survey Layout and Record Drawings A. Method of Measurement: Lump Sum (LS): The quantity to be paid shall be on a lump sum basis for the Survey Layout and Record Drawings in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs required to complete the Survey Layout and Record Drawings as shown and specified. 167 01 22 00 - 5 6. Construction Testing (Pressure, Bacteriological, Density Testing) A. Method of Measurement: Lump Sum (LS): The quantity to be paid shall be on a lump sum basis for Construction Testing in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for Construction Testing (Pressure, Bacteriological, Density Testing) as shown and specified. 7. 4” DR-11 HDPE – Open cut installation (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid under this unit cost shall be on a per linear foot basis for the 4” DR-11 HDPE Pipe installed via open cut installation (including fittings, restraints, adapters, etc). B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 8. 4” DR-11 HDPE – Directional Drill installation (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid under this unit cost shall be on a per linear foot basis for the 4” DR-11 HDPE Pipe installed via directional drill installation (including fittings, restraints, adapters, etc). B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 9. 4” DR-11 HDPE 10” Steel Casing by Jack and Bore (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid shall be the number of linear feet of pipe furnished and installed by jack and bore as measured from beginning station(s) to ending station(s) on the Drawings. B. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for excavation, backfilling, dewatering, shoring and bracing, pipe, casing installation, carrier pipe installation, casing spacers, casing pipe end seals, and all incidentals and 168 01 22 00 - 6 appurtenances required to complete the bore and jack installation as shown and specified. 10. 8” DR-11 HDPE – Open cut installation (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid under this unit cost shall be on a per linear foot basis for the 8” DR-11 HDPE Pipe installed via open cut installation (including fittings, restraints, adapters, etc). B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 11. 8” DR-11 HDPE with 10” Steel Casing by Jack and Bore (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid shall be the number of linear feet of pipe furnished and installed by jack and bore as measured from beginning station(s) to ending station(s) on the Drawings. B. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for excavation, backfilling, dewatering, shoring and bracing, pipe, casing installation, carrier pipe installation, casing spacers, casing pipe end seals, and all incidentals and appurtenances required to complete the bore and jack installation as shown and specified. 12. 12” DR-11 HDPE – Open cut installation (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid under this unit cost shall be on a per linear foot basis for the 12” DR-11 HDPE Pipe installed via open cut installation (including fittings, restraints, adapters, etc). B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 13. 12” DR-11 HDPE – Directional Drill installation (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid under this unit cost shall be on a per linear foot basis for the 12” DR-11 HDPE Pipe installed via directional drill installation (including fittings, restraints, adapters, etc).. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 169 01 22 00 - 7 14. 12” DR-11 HDPE with 18” Steel Casing by Jack and Bore (includes fittings, restraints, adapters, etc.): A. Method of Measurement: Linear Foot (LF): The quantity to be paid shall be the number of linear feet of pipe furnished and installed by jack and bore as measured from beginning station(s) to ending station(s) on the Drawings. B. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for excavation, backfilling, dewatering, shoring and bracing, pipe, casing installation, carrier pipe installation, casing spacers, casing pipe end seals, and all incidentals and appurtenances required to complete the bore and jack installation as shown and specified. 15. 4” Reclaimed Water Flow Meters: A. Method of Measurement: Each (EA): The quantity to be paid shall be the actual number of Reclaimed Water Flow Meters furnished and installed in accordance with the Contract Documents. B. Payment for this item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for excavation, bedding, backfilling, dewatering, compaction, shoring and bracing, materials, flowmeter, supports, installation, electrical, commissioning, testing, and all incidentals and appurtenances required to complete the installation as shown and specified. 16. 2” Air Release Valve: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 2” Air Release Valves. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 17. 3” Gate Valve: Connection at Creeks Run Way A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 4” Gate Valves. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 18. 4” Gate Valve: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 4” Gate Valves. 170 01 22 00 - 8 B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 19. 8” Gate Valve: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 8” Gate Valves. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 20. 12” Gate Valve: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 12” Gate Valves. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 21. 12” Stub-out for Future Connections A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for the 12” Stub-out. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 22. Connect to Existing 4” Reclaimed Water Main: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for connecting to the existing 4” Reclaimed Water Main. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 23. Connect to Existing 8” Reclaimed Water Main – Eagle Wind Terrace: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for connecting to the existing 8” Reclaimed Water Main. Labor, equipment, materials, etc., shall be included in the unit price in accordance with the Contract Documents. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract 171 01 22 00 - 9 Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 2.Connect to Existing 8” Reclaimed Water Main Valve – Michael Blake Blvd: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for connecting to the existing 8” Reclaimed Water Main. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. 3.Connect to Existing 12” Reclaimed Water Main: A. Method of Measurement: Each (EA). The quantity to be paid under this unit cost shall be on a per unit basis for connecting to the existing 12” Reclaimed Water Main. B. Payment for this bid item shall be made at the unit price set forth in the Bid Schedule and shall constitute full compensation for Work specified in the Contract Documents. Payment shall include, but is not limited to, all costs for labor, equipment, materials for incidentals, and appurtenances. PART 1 PRODUCTS (NOT USED) PART 2 EXECUTION (NOT USED) END OF SECTION 172 01 22 00 - 10 THIS PAGE INTENTIONALLY LEFT BLANK 173 01 25 00 - 1 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Product options. C. Product substitution procedures. 1.2 QUALITY ASSURANCE A. Contract is based on products and standards established in Contract Documents without consideration of proposed substitutions. B. Products specified define standard of quality, type, function, dimension, appearance, and performance required. C. Substitution Proposals: Permitted for specified products except where specified otherwise. Do not substitute products unless substitution has been accepted and approved in writing by Engineer. 1.3 PRODUCT OPTIONS A. See Section 01 60 00 - Product Requirements. 1.4 PRODUCT SUBSTITUTION PROCEDURES A. Engineer will consider requests for substitutions only within 30 days after date established in Notice to Proceed. B. Substitutions may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data, substantiating compliance of proposed substitution with Contract Documents, including: 1. Manufacturer's name and address, product, trade name, model, or catalog number, performance and test data, and reference standards. 2. Itemized point-by-point comparison of proposed substitution with specified product, listing variations in quality, performance, and other pertinent characteristics. 3. Reference to Article and Paragraph numbers in Specification Section. 4. Cost data comparing proposed substitution with specified product and amount of net change to Contract Sum. 5. Changes required in other Work. 174 01 25 00 - 2 6. Availability of maintenance service and source of replacement parts as applicable. 7. Certified test data to show compliance with performance characteristics specified. 8. Samples when applicable or requested. 9. Other information as necessary to assist Architect/Engineer's evaluation. D. A request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for substitution as for specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will coordinate installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. 6. Will reimburse Owner and Engineer for review or redesign services associated with reapproval by authorities having jurisdiction. E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals without separate written request or when acceptance will require revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit requests for substitutions to the Engineer in writing. 2. Submit three copies of Request for Substitution for consideration. Limit each request to one proposed substitution. 3. Submit Shop Drawings, Product Data, and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 4. Engineer will notify Contractor in writing of decision to accept or reject request. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 175 01 30 00 - 1 SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Coordination and Project conditions. B. Preconstruction meeting. C. Progress meetings. D. Preinstallation meetings. E. Closeout meeting. 1.2 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of various Sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirements and characteristics of operating equipment are compatible with existing utilities. Coordinate Work of various Sections having interdependent responsibilities for installing, connecting to, and placing operating equipment in service. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit as closely as practical; place runs parallel with lines of building. Use spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. 1. Coordination Drawings: Prepare as required to coordinate all portions of Work. Show relationship and integration of different construction elements that require coordination during fabrication or installation to fit in space provided or to function as intended. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are important. D. Coordination Meetings: In addition to other meetings specified in this Section, hold coordination meetings with personnel and Subcontractors to ensure coordination of Work. E. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion. 176 01 30 00 - 2 G. After Owner's occupancy of premises, coordinate access to Site for correction of defective Work and Work not complying with Contract Documents, to minimize disruption of Owner's activities. 1.3 PRECONSTRUCTION MEETING A. Owner will schedule and preside over meeting after Notice of Award. B. Attendance Required: Per General Conditions. C. Minimum Agenda: 1. Distribution of Contract Documents. 2. Submission of list of Subcontractors, list of products, schedule of values, and Progress Schedule. 3. Designation of personnel representing parties in Contract. 4. Communication procedures. 5. Procedures and processing of requests for interpretations, field decisions, submittals, substitutions, Applications for Payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling. 7. Critical Work sequencing. 8. Status of required permits. 1.4 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside over meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, and Owner, as appropriate to agenda topics for each meeting. D. Minimum Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittal schedule and status of submittals. 6. Review of off-Site fabrication and delivery schedules. 7. Maintenance of Progress Schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on Progress Schedule and coordination. 13. Other business relating to Work. 177 01 30 00 - 3 E. Contractor: Record minutes and distribute copies to participants and those affected by decisions made within two (2) days after meeting. 1.5 PREINSTALLATION MEETINGS A. When required in individual Specification Sections, convene preinstallation meetings at Project Site before starting Work of specific Section. B. Require attendance of parties directly affecting, or affected by, Work of specific Section. C. Notify Engineer five (5) days in advance of meeting date. D. Prepare agenda and preside over meeting: 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related Work. E. Record minutes and distribute copies to participants and those affected by decisions made within two (2) days after meeting. 1.6 CLOSEOUT MEETING A. Schedule Project closeout meeting with sufficient time to prepare for requesting Substantial Completion. Preside over meeting and be responsible for minutes. B. Attendance Required: Contractor, major Subcontractors, Engineer, Owner, and others appropriate to agenda. C. Notify Engineer five (5) days in advance of meeting date. D. Minimum Agenda: 1. Start-up of facilities and systems. 2. Operations and maintenance manuals. 3. Testing, adjusting, and balancing. 4. System demonstration and observation. 5. Operation and maintenance instructions for Owner's personnel. 6. Contractor's inspection of Work. 7. Contractor's preparation of an initial "punch list." 8. Procedure to request Engineer inspection to determine date of Substantial Completion. 9. Completion time for correcting deficiencies. 10. Inspections by authorities having jurisdiction. 11. Certificate of Occupancy, if required, and transfer of insurance responsibilities. 12. Final cleaning. 13. Preparation for final inspection. 14. Closeout Submittals: a. Project record documents. b. Operating and maintenance documents. 178 01 30 00 - 4 c. Operating and maintenance materials. d. Affidavits. 15. Final Application for Payment. 16. Contractor's demobilization of Site. 17. Maintenance. E. Record minutes and distribute copies to participants and those affected by decisions made within two (2) days after meeting. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 179 01 31 50 - 1 SECTION 01 31 50 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 DESCRIPTION A. Provide continuous color digital audio-video recording at each entire work area prior to construction to serve as a record of pre-construction conditions. Specific recordings shall be made of each wastewater treatment plant. Provide two copies of the audio-video recordings on a USB thumb drive. Supplement video recording with digital color photographs for areas that require details not ascertainable on the video recordings. 1.2 RELATED REQUIREMENTS A. Section 01 33 00 – Submittal Procedures 1.3 QUALIFICATIONS: A. Preconstruction audio-video recording shall be of professional quality that will clearly log an accurate visual description of existing conditions. Any portion of the recording that is not acceptable for the determination of the existing conditions shall be re-recorded at no additional cost to the OWNER. Completion progress by listed activity and sub- activity, to within five (5) working days prior to submittal. PART 2 - PRODUCTS 2.1 GENERAL A. Total audio-video recording system and the procedures employed in its use shall be such as to produce a finished product that will fulfill the technical requirements of the project. The video portion of the recording shall produce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of picture imperfection. The audio portion of the recording shall produce the commentary of the camera operator with proper volume, clarity, and be free from distortion. The recording system shall utilize EIA standard video and NTSC compatible color. 2.2 VIDEO RECORDING A. Video recording shall record in color and a high resolution, 2100 pixels. 2.3 DIGITAL VERSATILE DISC (DVD) A. The DVD furnished to the OWNER shall be high-definition DVD discs. The DVDs shall be new and thus shall not have been used for any previous recording. 180 01 31 50 - 2 PART 3 - EXECUTION 3.1 GENERAL A. Provide OWNER a minimum of 48 hours’ notice in advance of recording such that OWNER’s representative can be present during recording. The recordings shall contain coverage of all surface features located within the construction’s zone of influence. The construction’s zone of influence shall be defined (1) as the area within the permanent and temporary easements or right-of-way, and areas adjacent to these areas which may be affected by routine construction operations, and (2) by the direction of the OWNER. The surface features within the construction’s zone of influence shall include, but not be limited to, all roadways, pavements, curbs, driveways, ponds, sidewalks, culverts, headwalls, retaining walls, buildings, landscaping, trees, shrubbery, and fences. Of particular concern shall be the existence or non-existence of any faults, fractures, or defects. Recording’s coverage shall be limited to the construction site at any one time and shall include all surface conditions located within the zone of influence of construction supported by appropriate audio description. B. Video recording shall be a simultaneous recorded audio recording. This audio recording, exclusively containing the commentary of the camcorder operator, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the feature being shown in the video portion of the recording. The audio recording also shall be free from any conversations between the camcorder operator and any other production technicians. C. All DVDs shall be permanently labeled and shall be properly identified by number and project title. D. Each DVD shall have a log of that disk’s contents. The log shall describe the various segments of coverage contained on that DVD in terms of the names of streets or easements, coverage beginning and end, directions of coverage, and video unit counter numbers. 3.2 RECORDING SCHEDULE A. The recording shall be performed prior to the placement of any construction materials or equipment on the proposed construction site. B. CONTRACTOR shall coordinate the video recording with the construction schedule so that those portions of the construction that will be completed first will be recorded first. The recording company shall deliver the DVD recordings to the OWNER upon their completion. Upon delivery of the discs, transfer of Ownership of those discs shall be made to the OWNER. 3.3 VISIBILITY A. All recordings shall be performed during times of good visibility. No recording shall be done during periods of significant precipitation, mist, or fog. The recording shall only 181 01 31 50 - 3 be done when sufficient sunlight is present to properly illuminate the subject, and to produce bright, sharp video recordings of those subjects. No recording shall be performed when more than 10% of the area to be recorded contains debris or obstructions unless otherwise authorized by ENGINEER. 3.4 CONTINUITY OF COVERAGE A. In order to increase the continuity of the coverage, the coverage shall consist of a single, continuous, unedited recording, which begins at one end of a particular construction area. However, where coverage is required in areas not accessible by conventional wheeled vehicles and smooth transport of the recording system is not possible, such coverage shall consist of an organized, interrelated sequence of recordings at various positions along that proposed construction area (e.g., wooded easement area). B. The average rate of travel during a particular segment of coverage (e.g., coverage of one side of the street) shall be directly proportional to the number, size, and value of the surface features within that construction area’s zone of influence. 3.5 CAMERA HEIGHT AND STABILITY A. When conventional wheeled vehicles are used as conveyances for the recording system, the distance between the camera lens and the ground shall not be more than 10 feet. The camera shall be firmly mounted, such that transport of the camera during the recording process will not cause any unsteady picture. 3.6 CAMERA CONTROL A. Camera pan, tilt, zoom-in, and zoom-out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during playback. In addition, all other camera and recording system controls, such as lens, focus, and aperture, video level, pedestal, chroma, white balance, and electrical focus, shall be properly controlled or adjusted to maximize recorded picture quality. 3.7 VIEWER ORIENTATION TECHNIQUES A. Audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views and visual displays of all visible house and building addresses shall be utilized. In easements where the proposed construction location will not be readily apparent in the recorder viewer, highly visible yellow flags shall be placed in such a fashion as to clearly indicate the proposed centerline of construction. 3.8 VIEWER ORIENTATION TECHNIQUES A. CONTRACTOR shall televise and record, at a minimum, the following areas: 1. SR 434 RECLAIMED WATER MAIN EXTENSION B. At no time shall CONTRACTOR be allowed to use any electrical circuits within private property building structure. All video recording shall be done during regular business 182 01 31 50 - 4 hours, unless otherwise specified by the private property OWNER or ENGINEER. CONTRACTOR shall enter and leave private property in a professional and orderly, workmanlike manner. END OF SECTION 183 01 32 00 - 1 SECTION 01 32 00 PROJECT SCHEDULE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Schedule Updates C. Review and evaluation. D. Updating schedules. E. Distribution. 1.2 SUBMITTALS A. Submit preliminary progress schedule in accordance with the General Conditions. 1.3 SCHEDULE UPDATES: A. Overall percent complete, projected and actual. B. Completion progress by listed activity and sub activity, to within five (5) working days prior to submittal. C. Changes in Work scope and activities modified since submittal. D. Delays in submittals or resubmittals, deliveries, or Work. E. Adjusted or modified sequences of Work. F. Other identifiable changes. G. Revised projections of progress and completion. 1.4 REVIEW AND EVALUATION A. Participate in joint review and evaluation of schedules with Engineer at each submittal. B. Evaluate Project status to determine Work behind schedule and Work ahead of schedule. C. After review, revise schedules incorporating results of review, and resubmit within five (5) days. 184 01 32 00 - 2 1.5 UPDATING SCHEDULES A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. Update schedules to depict current status of Work. C. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. D. Upon approval of a Change Order, include the change in the next schedule submittal. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit sorts as required to support recommended changes. G. Prepare narrative report to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken or proposed and its effect. 1.6 DISTRIBUTION A. Following joint review, distribute copies of updated schedules to Contractor's Project site file, to Subcontractors, suppliers, Engineer, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION – Not Used END OF SECTION 185 01 33 00 - 1 SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Definitions. B. Submittal procedures. C. Product data. D. Shop Drawings. E. Test reports. F. Certificates. G. Manufacturer's instructions. H. Manufacturer's field reports. I. Contractor review. J. Engineer review. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Engineer's responsive action. B. Informational Submittals: Written and graphic information and physical Samples that do not require Engineer's responsive action. Submittals will be filed for record keeping purposes. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Engineer-accepted form. B. In addition to the specified number of hard copies, one (1) electronic copy of each submittal shall be transmitted to the Engineer. The electronic copy shall be in Portable Document Format (.pdf) unless otherwise specified. 1. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. 186 01 33 00 - 2 C. Identify: Project, Contractor, Subcontractor and supplier, pertinent Drawing and detail number, and Specification Section number appropriate to submittal. D. Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is according to requirements of the Work and Contract Documents. E. Identify variations in Contract Documents and product or system limitations that may be detrimental to successful performance of completed Work. F. Allow space on submittals for Contractor and Engineer review stamps. G. When revised for resubmission, identify changes made since previous submission. H. Submittals not requested will not be recognized nor processed. I. Incomplete Submittals: Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Engineer. 1.4 PRODUCT DATA A. Product Data: Action Submittal: Submit to Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. C. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1.5 SHOP DRAWINGS A. Shop Drawings: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual Specification Sections, provide Shop Drawings signed and sealed by a Professional Engineer licensed in the State of Florida responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 187 01 33 00 - 3 3. Make revisions and provide additional information when required by authorities having jurisdiction. 1.6 TEST REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge as Contract administrator or for Owner. B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.7 CERTIFICATES A. certification by manufacturer, installation/application Subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product but must be acceptable to Engineer. 1.8 MANUFACTURER'S INSTRUCTIONS A. Informational Submittal: Submit manufacturer's installation instructions for Engineer's knowledge as Contract administrator or for Owner. B. Submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Engineer in quantities specified for Product Data. C. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.9 MANUFACTURER'S FIELD REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge as Contract administrator or for Owner. B. Submit report in duplicate within five (5) days of observation to Engineer for information. C. Submit reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.10 CONTRACTOR REVIEW A. Review for compliance with Contract Documents and approve submittals before transmitting to Engineer. B. Contractor shall be Responsible for: 188 01 33 00 - 4 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. C. Stamp, sign or initial, and date each submittal to certify compliance with requirements of Contract Documents. D. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Engineer. 1.11 ENGINEER REVIEW A. Shop Drawings and Samples: 1. Items within transmittals will be reviewed for overall design intent and will receive one (1) of the following actions: a. No Exceptions Taken. b. Make Corrections Noted. c. Revise and Resubmit. d. Rejected. e. Received for Information Only. B. Informational submittals and other similar data are for Engineer's information, do not require Engineer's responsive action, will be reviewed and filed for record keeping purposes only. C. Submittals made by Contractor that are not required by Contract Documents may be returned without action. D. Submittal approval does not authorize changes to Contract requirements unless accompanied by Change Order. E. Owner may withhold monies due to Contractor to cover additional costs beyond the second submittal review. 189 01 33 00 - 5 PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used END OF SECTION 190 01 33 00 - 6 THIS PAGE INTENTIONALLY LEFT BLANK 191 01 60 00 - 1 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Products. B. Product delivery requirements. C. Product storage and handling requirements. D. Product options. E. Equipment electrical characteristics and components. 1.2 PRODUCTS A. At minimum, comply with specified requirements and reference standards. B. Specified products define standard of quality, type, function, dimension, appearance, and performance required. C. Furnish products of qualified manufacturers that are suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. Confirm that manufacturer's production capacity can provide sufficient product, on time, to meet Project requirements. 1.3 PRODUCT DELIVERY REQUIREMENTS A. Transport and handle products according to manufacturer's instructions. B. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products; use methods to prevent soiling, disfigurement, or damage. 1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS A. Store and protect products according to manufacturer's instructions. B. Store products with seals and labels intact and legible. C. Store sensitive products in weathertight, climate-controlled enclosures in an environment suitable to product. 192 01 60 00 - 2 D. For exterior storage of fabricated products, place products on sloped supports aboveground. E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. F. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store products; use methods to prevent soiling, disfigurement, or damage. H. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Products complying with specified reference standards or description. B. Products Specified by Naming One or More Manufacturers: Products of one of manufacturers named and complying with Specifications; no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with Provision for Substitutions: Submit Request for Substitution for any manufacturer not named, according to Section 01 25 00 - Substitution Procedures. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 193 01 70 00 - 1 SECTION 01 70 00 CLOSEOUT REQUIREMENTS 1.1 SECTION INCLUDES A. Closeout procedures. B. Starting of systems. C. Demonstration and instructions. D. Project record documents. E. Operation and maintenance data. F. Manual for equipment and systems. G. Spare parts and maintenance products. H. Product warranties and product bonds. I. Examination. J. Preparation. K. Execution. L. Cutting and patching. M. Protecting installed construction. N. Final cleaning. 1.2 CLOSEOUT PROCEDURES A. Prerequisites to Substantial Completion: Complete following items before requesting Certification of Substantial Completion, either for entire Work or for portions of Work: 1. Submit maintenance manuals, Project record documents, digital images of construction photographs, and other similar final record data in compliance with this Section. 2. Complete facility startup, testing, adjusting, balancing of systems and equipment, demonstrations, and instructions to Owner's operating and maintenance personnel as specified in compliance with this Section. 3. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to be completed or corrected, value of incomplete or nonconforming Work, reason for being incomplete, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 194 01 70 00 - 2 4. Obtain and submit releases enabling Owner's full, unrestricted use of Project and access to services and utilities. Include certificate of occupancy, operating certificates, and similar releases from authorities having jurisdiction and utility companies. 5. Deliver tools, spare parts, extra stocks of material, and similar physical items to Owner. 6. Make final change-over of locks and transmit keys directly to Owner. Advise Owner's personnel of change-over in security provisions. 7. Discontinue or change over and remove temporary facilities and services from Project Site, along with construction tools, mockups, and similar elements. 8. Perform final cleaning according to this Section. B. Substantial Completion Inspection: 1. When Contractor considers Work to be substantially complete, submit to Engineer: a. Written certificate that Work, or designated portion, is substantially complete. b. List of items to be completed or corrected (initial punch list). 2. Within seven (7) days after receipt of request for Substantial Completion, Engineer will make inspection to determine whether Work or designated portion is substantially complete. 3. Should Engineer determine that Work is not substantially complete: a. Engineer will promptly notify Contractor in writing, stating reasons for its opinion. b. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Engineer. c. Engineer will reinspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Engineer's inspection. 4. When Engineer finds that Work is substantially complete, Engineer will: a. Prepare Certificate of Substantial Completion, accompanied by Contractor's list of items to be completed or corrected as verified and amended by Engineer and Owner (final punch list). b. Submit Certificate to Owner and Contractor for their written acceptance of responsibilities assigned to them in Certificate. 5. After Work is substantially complete, Contractor shall: a. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion. b. Complete Work listed for completion or correction within time period stipulated. C. Final Completion Inspection: 1. Within seven (7) days after receipt of request for final inspection, Engineer will make inspection to determine whether Work or designated portion is complete. 2. Should Engineer consider Work to be incomplete or defective: a. Engineer will promptly notify Contractor in writing, listing incomplete or defective Work. 195 01 70 00 - 3 b. Contractor shall remedy stated deficiencies and send second written request to Engineer that Work is complete. c. Engineer will reinspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Engineer's inspection. 1.3 STARTING OF SYSTEMS A. Coordinate schedule for startup of various equipment and systems. B. Notify Engineer seven (7) days prior to startup of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify that tests, meter readings, and electrical characteristics agree with those required by equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute startup under supervision of manufacturer's representative or Contractors' personnel according to manufacturer's instructions. G. When specified in individual Specification Sections, require manufacturer to provide authorized representative who will be present at Site to inspect, check, and approve equipment or system installation prior to startup and will supervise placing equipment or system in operation. H. Submit a written report according to Section 01 33 00 - Submittal Procedures that equipment or system has been properly installed and is functioning correctly. 1.4 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel two (2) weeks prior to date of Substantial Completion. B. Use operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. C. Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at scheduled time, at equipment location. D. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 196 01 70 00 - 4 E. Required instruction time for each item of equipment and system is specified in individual Specification Sections. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on Site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, product data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record, at each product Section, description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications. F. As-Built Drawings: 1. As-Built Drawings shall be prepared, signed, and sealed by a Professional Mapper and Surveyor (PMS), licensed to practice in the State of Florida. If the project was designed by an Engineer hired by the Developer, the As-Builts shall also be sealed by the Professional Engineer registered in the State of Florida and submitted on CD or DVD using state plane coordinates. 2. The following information is required on all As-Built Drawings. The Contractor shall note that additional information may be required by the Engineer when deemed necessary. a. Include Contract modifications such as Addenda, supplementary instructions, change directives, field orders, minor changes in the Work, and Change Orders. b. Unless otherwise specified, the original construction plans, with as-built information shown, will be accepted for those projects contracted by the City. c. The drawings shall be revised (redrawn) to scale to indicate final as-built data (true to scale) and in accordance to all construction changes. Only changing a station and off-set note or just adding notes is not acceptable for horizontal changes. In making changes to the drawings, utility lines or other features to be changed shall be erased before new lines are drawn, notations to be changed shall be reworded as required. 197 01 70 00 - 5 d. Items that were not installed as shown shall be so indicated by placing a "revision cloud" around the as-built information and a note shall be placed on the sheet near the lower right-hand corner in bold marking indicating that the information contained within the cloud is as-built. The as-built date shall also be shown. e. Items that were constructed exactly per plan shall be shown by placing an asterisk adjacent to the as-built information indicating that it was built per plan with no changes. 3. Procedure for Submitting As-Build Drawings: a. Original Submittal: Three (3) copies of all required As-Built materials, including Valve Tie Sheets, shall be submitted to the Engineer. No originals or certified copies shall be submitted in the Original Submittal. Submittals must be furnished with a cover sheet or letter of transmittal. As-Builts submitted without cover sheets will not be accepted. In lieu of paper submittals, As-Builts can be submitted electronically until the final submittal. b. As-Built Review: The Original Submittal shall be reviewed for content and compliance to the specified requirements. If the As-Builts are found to be incomplete, one set will be returned with comments marked in red. The Contractor shall correct the As-Builts as indicated. c. Resubmittal: After corrections, additions, or deletions are complete, the As- Builts shall be resubmitted. Three (3) sets of those items that were returned for corrections along with the red lined set shall be resubmitted. Resubmittal without the red lined set will be refused. No resubmittals will be accepted without a cover sheet. No originals or certified copies shall be submitted with the Resubmittal. d. Final Submittal: After all As-Builts have been reviewed and comply with all specified requirements, the Engineer shall notify the Contractor to submit final As-Builts. Final As-Builts shall include a cover letter, two copies of the As-Builts signed, sealed and dated by a professional mapper and surveyor, and one electronic file with one reproducible original. The Final Submittal shall also include As-Built Drawings in AutoCAD .dwg format. The Contractor shall verify the version of AutoCAD utilized by the Owner to prevent file compatibility issues. 1.6 OPERATION AND MAINTENANCE DATA A. Submit in PDF composite electronic indexed file. B. Submit data bound in 8-1/2 x 11-inch text pages, three D side ring binders with durable plastic covers. C. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS," title of Project, and subject matter of binder when multiple binders are required. 198 01 70 00 - 6 D. Internally subdivide binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. E. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. F. Contents: Prepare table of contents for each volume, with each product or system description identified, typed on white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Include the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. g. Safety precautions to be taken when operating and maintaining or working near equipment. 3. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Air and water balance reports. c. Certificates. d. Photo copies of warranties. 1.7 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two (2) copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one (1) copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten (10) days after acceptance. C. Submit one copy of completed volumes before Substantial Completion. Draft copy will be reviewed and returned after Substantial Completion, with Engineer comments. Revise content of document sets as required prior to final submission. D. Submit three (3) sets of revised final volumes within ten (10) days after final inspection. E. Submit in PDF composite electronic indexed file of final manual within ten (10) days after final inspection. 199 01 70 00 - 7 F. Each Item of Equipment and Each System: Include description of unit or system and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. G. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. H. Include color-coded wiring diagrams as installed. I. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter, and special operating instructions. J. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. K. Include servicing and lubrication schedule and list of lubricants required. L. Include manufacturer's printed operation and maintenance instructions. M. Include sequence of operation by controls manufacturer. N. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. O. Include control diagrams by controls manufacturer as installed. P. Include Contractor's coordination drawings with color-coded piping diagrams as installed. Q. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. R. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. S. Include test and balancing reports as specified in Section 01 33 00 – Submittal Procedures. T. Additional Requirements: As specified in individual product Specification Sections. U. Include listing in table of contents for design data with tabbed dividers and space for insertion of data. 200 01 70 00 - 8 1.8 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual Specification Sections. B. Deliver to Project Site and place in location as directed by Owner; obtain receipt prior to final payment. 1.9 PRODUCT WARRANTIES AND PRODUCT BONDS A. Execute and assemble transferable warranty documents and bonds from Subcontractors, suppliers, and manufacturers. B. Verify documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Include table of contents and assemble in three D side ring binder with durable plastic cover. E. Submit prior to final Application for Payment. F. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten (10) days after acceptance. 2. Make other submittals within ten (10) days after date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Substantial Completion, submit within ten (10) days after acceptance, listing date of acceptance as beginning of warranty or bond period. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual Specification Sections. 201 01 70 00 - 9 D. Verify that utility services are available with correct characteristics and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance according to manufacturer's instructions. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer-required or -recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. 3.3 EXECUTION A. Comply with manufacturer's installation instructions, performing each step in sequence. Maintain one set of manufacturer's installation instructions at Project Site during installation and until completion of construction. B. When manufacturer's installation instructions conflict with Contract Documents, request clarification from Engineer before proceeding. C. Verify that field measurements are as indicated on approved Shop Drawings or as instructed by manufacturer. D. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1. Secure Work true to line and level and within specified tolerances, or if not specified, industry-recognized tolerances. 2. Physically separate products in place, provide electrical insulation, or provide protective coatings to prevent galvanic action or corrosion between dissimilar metals. 3. Exposed Joints: Provide uniform joint width and arrange to obtain best visual effect. Refer questionable visual-effect choices to Engineer for final decision. E. Allow for expansion of materials and movement of structures. F. Climatic Conditions and Project Status: Install each unit of Work under conditions to ensure best possible results in coordination with entire Project. 1. Isolate each unit of Work from incompatible Work as necessary to prevent deterioration. 2. Coordinate enclosure of Work with required inspections and tests to minimize necessity of uncovering Work for those purposes. G. Mounting Heights: Where not indicated, mount individual units of Work at industry recognized standard mounting heights for particular application indicated. 1. Refer questionable mounting heights choices to Engineer for final decision. 202 01 70 00 - 10 2. Elements Identified as Accessible to Handicapped: Comply with applicable codes and regulations. H. Adjust operating products and equipment to ensure smooth and unhindered operation. I. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction period. Lubricate operable components as recommended by manufacturer. 3.4 CUTTING AND PATCHING A. Employ skilled and experienced installers to perform cutting and patching. B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight-exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill to complete Work and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and nonconforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute Work by methods to avoid damage to other Work and to provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or core drill. F. Restore Work with new products according to requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduits, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for assembly, refinish entire unit. J. Identify hazardous substances or conditions exposed during the Work to Engineer for decision or remedy. 203 01 70 00 - 11 3.5 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage. C. Prohibit traffic from landscaped areas. 3.6 FINAL CLEANING A. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces. B. Clean equipment and fixtures to sanitary condition with appropriate cleaning materials. C. Replace filters of operating equipment. D. Clean debris from drainage systems. E. Clean Site; sweep paved areas, rake clean landscaped surfaces. F. Remove waste and surplus materials, rubbish, and construction facilities from Site. END OF SECTION 204 01 70 00 - 12 THIS PAGE INTENTIONALLY LEFT BLANK 205 02 20 50 - 1 SECTION 02 20 50 SITE GRADING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Provide work under this section as shown or specified and in accordance with the Contract Documents. B. Section Includes: 1. Preparing sites for the installation of structures, and horizontal directional drill pits. 1.3 REGULATORY REQUIREMENTS A. Comply with Winter Springs, Florida Code of Ordinances Chapter 9 Land Development Standards. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. Uniformly grade areas within the designated limits, including adjacent transition areas. Smooth finished surfaces to within specified tolerances with uniform levels or slopes between points where elevations are given or between such points and existing grade. B. The degree of finished required for general site grading will be that ordinarily obtainable with either motor grader or landscaping scraper operations. Grade areas around structures to meet required elevations and contours. Smooth and hand rake as required for a uniform surface, free of lumber, rocks, clods, rocks or other undesirable material. C. Return any grade modified locations that may have been required during construction to preconstruction grade unless otherwise indicated. 3.2 SURFACE AREAS A. Shape areas to receive surfacing material to line, with finished surface +0.0 to -0.10 feet of required sub-grade elevations. Slope areas to prevent any ponding with the liner installed. Compact to not less than 95% of standard density per AASHTO T-180. 206 02 20 50 - 2 B. Provide openings and temporary drainage facilities to prevent ponding of water on sub- grade before surfacing material is placed. 3.3 DITCHES A. Finish to ensure proper flow of water and to cross section shown. Compact sections to fill to 95% of standard density per AASHTO T-180. 3.4 PROTECTION OF SURFACES A. Comply with erosion control handbook requirements for prevention of erosion. Promptly repair, reestablish and install protective measures on settled, eroded, rutted or otherwise damaged areas to restore specified tolerances. END OF SECTION 207 02 22 00 - 1 SECTION 02 22 00 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing surface debris. 2. Removing abandoned utilities. 3. Excavating topsoil. 4. Removing spoils from horizontal directional drills. 1.2 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit data for herbicide. Indicate compliance with applicable codes for environmental protection. 1.3 QUALITY ASSURANCE A. Conform to applicable code for environmental requirements and disposal of debris. B. Perform Work in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction and as shown and specified herein. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 EXAMINATION A. Administrative Requirements: Verification of existing conditions before starting work. B. Verify existing plant life designated to remain and/or be relocated during construction is tagged or identified. C. Verify existing tress designated to be removed by The City have been removed. D. Identify waste area and salvage area for placing removed materials. 208 02 22 00 - 2 3.2 PREPARATION A. Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1-800- 432-4770 a minimum of 48 hours prior beginning Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. 3.3 PROTECTION A. Locate, identify, and protect utilities indicated to remain, from damage. B. Protect trees, plant growth, and features designated to remain. C. Protect benchmarks, survey control points, and existing structures from damage or displacement. 3.4 REMOVAL A. Remove debris, rock, and extracted plant life from Site. B. Partially remove paving, curbs, sidewalks, and other existing features as indicated on Drawings. Neatly saw cut concrete edges at right angle to surface. C. Remove abandoned utilities as shown. Indicated removal termination point for underground utilities on Record Documents. D. Continuously clean-up and remove waste materials from site. Do not allow materials to accumulate on site. E. Do not burn or bury materials on site. Leave site in clean condition. 3.5 TOPSOIL EXCAVATION A. Excavate topsoil from areas as shown to be further excavated, landscaped, or regraded, without mixing with foreign materials for use in finish grading. B. Do not excavate wet topsoil. C. Stockpile topsoil in storage piles in areas shown, or where otherwise approved by Engineer. Construct storage piles to freely drain surface water. Cover storage piles to prevent windblown dust. D. Remove excess topsoil not intended for reuse from Site. END OF SECTION 209 02 32 00-1 SECTION 02 32 00 TRENCHING, BEDDING, AND BACKFILLING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Trenching for piping and electrical work. B. Excavation for manholes, junction boxes, meter vaults, and appurtenances. C. Sheeting, shoring and bracing D. Bedding, backfilling, and compaction. 1.2 RELATED SECTIONS A. Section 022050 -Site Grading B. Section 022200 – Site Clearing 1.3 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) latest edition: B. AASHTO M145 - Classification of Soils C. AASHTO T180 - Moisture-Density Soil Sampling and Testing D. American Society for Testing and Materials (ASTM) latest edition: E. ASTM D1557 - Moisture-Density Soil Sampling and Testing F. ASTM D2487 - Classification of Soils 1.4 DEFINITIONS A. Bedding = Area from bottom of trench to centerline of pipe B. Backfill = material above the top of pipe to the topsoil, paving sub-grade, or foundation level. C. Influence Area = the area within lines sloped downward at 45 degrees from the outer edges of paving, foundations, and utility lines. 1.5 QUALITY ASSURANCE A. Field density testing frequencies: 1. One test for each 200 lineal feet or fraction thereof per lift of general backfilling in the pipeline trench. 210 02 32 00-2 2. One test for each 100 square feet or fraction thereof of backfill around and under structures. 3. One test per lift per each change in type of fill. B. Density testing is required around sanitary manholes. Tests shall be staggered around the manhole within three feet of the structure’s outside diameter. 1.6 PRECONSTRUCTION REQUIREMENTS Precondition surveys and vibration monitoring are required for those areas where residential structures are within 100 feet of the proposed construction. PART 2 - PRODUCTS 2.1 GENERAL It is intended that previously excavated materials conforming to the following requirements be utilized wherever possible. 2.2 MATERIALS A. Suitable materials: AASHTO M145 classification A-1, A-3, A-2-4; ASTM D2487 classification GW, GP, SW, SP, SP-SM; unless otherwise disapproved within the Soil and Subsurface investigation reports. No more than 12% of acceptable materials shall pass the number 200 sieve. B. Unsuitable materials: All materials other than those listed above. C. Controlled low strength material ("flowable fill”) shall meet the requirements of FDOT specification sections 121-1, 121-2, 121-3, 121-4, 121-5, and 121-6, except the range of acceptable 28-day compressive strength (as defined in 121-3) shall be revised to 75-100 psi. 2.3 SHEETING, SHORING, AND BRACING A. The structural strength and safety of all sheeting, shoring and bracing shall be the sole responsibility of the Contractor. Repair any damage resulting from failure to provide adequate supports. B. Provide timber work, shoring, bracing, sheeting, and sheet piling where necessary to retain banks of excavations, prevent cave-in of adjacent ground, prevent displacement of utilities and structures, and to protect public safety. C. Contractor is solely responsible for the design, installation, and operation of dewatering systems and their safety and conformity with local codes and regulations. PART 3 - EXECUTION 3.1 GENERAL CONSTRUCTION REQUIREMENTS A. Provide suitable temporary drainage channels for any water that may flow along or across the work. 211 02 32 00-3 B. Provide barriers, warning lights and other protective devices at all excavations. C. Sidewalks, roads, streets, and pavements shall not be blocked or obstructed by excavated materials, except as authorized by the Engineer, in which case adequate temporary provisions must be made for satisfactory temporary passage of pedestrians, and vehicles. Minimize inconvenience to public travel or to tenants occupying adjoining property. D. Where necessary to place excavated material adjacent to buildings, erect barriers to keep earth at least 4 feet from such buildings. Earth deposited on lawns shall be promptly and carefully removed to preserve the turf. All trees, shrubs, etc., shall be protected. Boring and jacking shall be used, if necessary, except where ENGINEER permission is granted to remove trees and shrubs. E. If open excavations cross existing rigid surfacing, the surfacing shall be removed for a width one foot beyond the anticipated edge of the excavation. The pavement break shall be sawed to insure a straight joint. Surface replacement shall match existing surfacing except as otherwise indicated on the Drawings. Where open excavation is allowed along or across public roadways, excavation, backfill, and surface replacement shall conform to the requirements of all permits applicable thereto. In no case shall surface replacement edges bear on less than 12 inches of undisturbed soil. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. B. Locate and identify existing utilities that are to remain and protect from damage. C. Notify utility companies to remove or relocate utilities that are in conflict with proposed improvements. D. Protect plant life, lawns, fences, existing structures, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. E. Protect benchmarks, property corners, and other survey monuments from damage or displacement. If marker needs to be removed it shall be referenced by licensed land surveyor and replaced, as necessary, by same. 3.3 SHEETING, SHORING, AND BRACING A. Furnish, install, and maintain, without additional compensation, sheeting, bracing, and shoring support required to keep excavations within the easement provided, to support the sides of the excavation, and to prevent any movement which may damage adjacent pavements or structures, damage or delay the work, or endanger life and health. Voids outside the supports shall be immediately filled and compacted. B. Sheeting, where required, shall be driven below the bottom of excavation so the lowest set of wales and struts are above the bottom of the excavation to allow necessary working room. 212 02 32 00-4 C. The Engineer may direct in writing that supports in trenches be cut off at any specified elevation, in which case Contractor shall be paid for the supports left in place. D. Contractor may leave in place, to be embedded in the backfill of the excavation, any or all supports for the purpose of preventing injury to persons or property, whether public or private. However, no supports which are within 4' of the ground or pavement surface may be left in place without written permission of the Engineer. No extra payment will be made for supports left in place at the Contractor's option. E. All supports not left in place shall be removed in such manner as to avoid endangering the piping, structures, utilities or property, whether public or private. All voids left by the withdrawal of sheeting shall be immediately filled and compacted. F. The right of the Engineer to order supports left in place shall not be construed as creating an obligation on his part to issue such orders. Failure by the Engineer to exercise this right shall not relieve the Contractor from total liability for damages to persons or property resulting from the failure of the Contractor to leave in place sufficient supports to prevent any caving or moving of the ground adjacent to the excavation. 3.4 TRENCHING A. All excavations shall be made by open cut unless otherwise indicated. Sides of trenches shall be kept as nearly vertical as possible from the trench bottom to a level of one foot above the top of the pipe. B. Excavation of trenches shall not advance more than 50 feet ahead of completed pipe installation except as approved by the ENGINEER. C. Excavate trenches to depth indicated or required for indicated flow lines and invert elevations. D. Where rock is encountered, carry excavation 6 inches below scheduled elevation and backfill with a 6-inch layer of crushed stone or gravel prior to installation of pipe. E. For pipes or conduit 5 inches or less, excavate to indicated depths. Hand excavate bottom cut to accurate elevations and support pipe or conduit on undisturbed soil. F. For pipes or conduit 6 inches or larger, and other work indicated to receive subbase, excavate to subbase depth indicated, or, if not otherwise indicated, to 6 inches below bottom of work to be supported. G. Except as otherwise indicated, excavate for pressure piping so top of piping is minimum 3 feet below finished grade. H. Unsuitable excavated materials shall be removed from the site and disposed, unless otherwise indicated on the Drawings. I. Grade bottoms of trenches as indicated, notching under pipe bells to provide solid bearing for entire body of pipe. 213 02 32 00-5 J. Trench bottoms shall be kept dry, compacted, and stable to a depth two feet below the bottom of the trench. K. Dig trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. Provide 9 to 12-inch clearance on each side of pipe or conduit. L. If more than one pipe is to be installed in a trench, the pipes shall be spaced a minimum of one foot apart for pipes 4 inches and larger. M. If portions of the bottom of trenches consist of material unstable to such a degree that, in the opinion of the Engineer, it cannot adequately support the pipe or structure, the bottom shall be over excavated and stabilized with approved coarse granular stabilization material. Depth of stabilization shall be as directed by the Engineer. The initial 10 tons of stabilization shall be incidental to the Contract. Compensation will be allowed only for such additional quantities as the Engineer shall direct in writing to be placed. N. Do not backfill trenches until tests and inspections have been made. 3.5 TRENCH BACKFILLING A. Following placement of pipe and inspection of joints, install tamped bedding material. Place bedding fill materials in layers of 6-inch loose depth. B. All bedding and backfill material shall be suitable soils or flowable fill. Backfill material within 1 foot of pipe and appurtenances shall not contain rock or stone larger than 2-inch diameter. If a sufficient quantity of suitable material is not available from the trench or other excavations within the site, provide additional suitable material or flowable fill. C. After completion of bedding and preliminary approval of piping and testing, the pipe shall be covered to a point one foot above the top of the pipe for the full trench width, placed in layers of 6-inch loose depth. D. Place backfill over pipe. Where trench is within the influence area of roadways, structures, foundations, or slabs, place backfill in layers of 6-inch loose depth. In all other areas, place backfill in layers of 8-inch loose depth. E. Take necessary precautions not to cause settlement or damage to adjacent slabs, walls, structures, or foundations. Place backfill and fill materials evenly adjacent to structures, without wedging against structures or displacement of piping or conduit. 3.6 MINOR STRUCTURAL EXCAVATION AND BACKFILLING A. Minor structures are defined as manholes, junction boxes, inlets, valve vaults, and meter vaults. Do not excavate for any structure until that structure is scheduled for construction. Excavate only to the depth and dimensions necessary for the construction. B. The bottom of all excavations shall be undisturbed earth unless otherwise indicated, and shall be approved by the Engineer before any subsequent work is started. 214 02 32 00-6 C. Excavations carried below depths indicated on the Drawings without the previous approval of the Engineer shall be filled with 2500-psi concrete or flowable fill to the correct level at the expense of the Contractor. D. Maintain excavations in good order. If the bearing capacity of the foundation soils is reduced because the excavation is allowed to remain open prior to commencing work, the weathered soil shall be removed and replaced with 2500 psi concrete or flowable fill at the expense of the Contractor. E. Do not backfill until new concrete has properly cured, coatings have been approved, and any required tests have been accepted. F. Exercise care during backfilling operations to avoid any puncture, break or other damage to waterproofing systems, if any. Backfill adjacent to waterproofing in the presence of the Engineer. G. Where backfilling is required on both sides of structures, backfill and compact simultaneously on opposite sides in even layers. Other backfilling sequences shall be as specifically noted. 3.7 COMPACTION A. Unless otherwise indicated, the type of equipment and number of passes required to obtain the specified degree of compaction shall be determined at the site, subject to the approval of the Engineer. B. Provide mechanical compaction for cohesive material and vibratory compaction for granular materials, unless otherwise approved by the Engineer. Vibratory compaction is not allowed within 100 feet of existing structures. In these areas, compaction shall be accomplished by static means only. If compaction difficulties arise, the Engineer shall be consulted to review and possibly modify compaction procedures. C. Noncohesive soils shall be compacted with vibrating roller or equivalent; cohesive soils shall be compacted with sheeps-foot roller, pneumatic tamping, or approved equivalent, unless otherwise indicated. D. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 3.8 TESTING AND CLEANUP A. Provide for testing and cleanup as soon as practicable, so these operations do not lag far behind pipe installation. Perform preliminary cleanup and grading operations immediately after backfilling. B. All surplus excavated material shall be disposed of by the Contractor. 215 02 32 00-7 3.9 FIELD QUALITY CONTROL A. Minimum Density Requirement (ASTM D1557 or AASHTO T180) 1.Fill under and within the influence area of roadways, structures, slabs, foundations = 98% 2.Pond and road embankment fill = 95% 3.Landscape areas = 85% 4.All other areas = 90% END OF SECTION 216 02 32 00-8 THIS PAGE INTENTIONALLY LEFT BLANK 217 31 23 16 - 1 SECTION 31 23 16 EXCAVATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes general requirements for excavation activities as shown and specified. B. Related Requirements: 1. Section 31 23 23 - Fill. 2. Section 02 32 00 – Trenching, Bedding and Backfill 1.2 REFERENCE STANDARDS A. Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 1.3 DEFINITIONS A. Rock: Material encountered in excavation that cannot be dislodged by a track-type hydraulic excavator, equipped with a 42-inch wide short-tip radius rock bucket, rated at not less than 120 horsepower flywheel power with bucket-curling force of not less than 25,000 lbs and stick-crowd force of not less than 18,000 lbs. 1. Rock shall not include materials such as hardpan, loose rock, concrete or other materials that can be removed by means other than drilling and blasting, but which for reasons of economy in excavating the Contractor chooses to remove by drilling or other means. 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: 1. Excavation Protection Plan: a. Describe sheeting, shoring, and bracing materials and installation, as required, to protect excavations and adjacent structures and property. b. Submit signed and sealed Shop Drawings with design calculations and assumptions to support plan. C. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. D. Qualifications Statement: 1. Submit qualifications for licensed professional. 218 31 23 16 - 2 1.5 QUALITY ASSURANCE A. Perform Work according to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 1.6 QUALIFICATIONS A. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Florida. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 PREPARATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation preparation. B. Utility Service Locator: 1. Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1-800- 432-4770 a minimum of 48 hours prior beginning Work. 2. Request that underground utilities be located and marked within and immediately surrounding construction areas. 3. Identify required lines, levels, contours, and data. 4. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. 5. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility Owner immediately for directions. Coordinate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility Owner. C. Existing Utilities: 1. Notify utility companies and coordinate protection or relocation of utilities. 2. Protect from damage utilities not indicated to be removed. 3. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Engineer and then only after acceptable temporary utility services have been provided. 4. Provide minimum of 48-hour notice to Engineer, and receive written notice to proceed before interrupting any utility. 5. Demolish and completely remove from site existing under-ground utilities indicated to be removed. Coordinate with utility Owner for shut-off of services if lines are active. 6. In the event that an existing utility is broken Contractor shall contact utility owner, Owner, and Engineer immediately. Coordinate repair with utility owner at 219 31 23 16 - 3 their direction. The Contractor shall be responsible for all costs associated with damaged utilities. 7. Utility Poles: Contractor shall communicate directly with utility companies when performing work around utility poles. Contractor shall bear all costs associated with work, including expense of temporarily supporting poles. D. When performing trench excavation in excess of 5-feet in depth, comply with OSHA requirements for trench safety standards, 29 CFR 1926, subpart b, and all subsequent revisions or updates adopted by the Department of Labor. Submission of bid and subsequent execution of Contract will serve as certification that all excavation in excess of 5-feet in depth will be in compliance with section 55 3. 62, Florida Statutes. E. Use of explosives is not allowed. F. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. G. Protect plant life, lawns, and other features designated to remain as portion of final landscaping. H. Protect benchmarks, survey control points, existing structures, fences, sidewalks, paving, curbs, and other existing facilities and objects from excavating equipment and vehicular traffic. I. Do not close or obstruct driveways, roadways, sidewalks, or hydrants without permits. J. Erect and maintain temporary barriers and security devices, including warning signs, warning lights, and similar measures, for protection of public, Owner, and existing improvements indicated to remain. 1. Temporary barriers shall be installed and maintained in compliance with authorities having jurisdiction. 3.2 EXCAVATION A. Compact disturbed load-bearing soil in direct contact with foundations to original bearing capacity, as specified in Section 31 23 23 - Fill. B. Slope banks with machine to angle of repose or less until shored. C. Do not interfere with 45-degree bearing splay of foundations. D. Grade top perimeter of excavation to prevent surface water from draining into excavation. E. Trim excavation and remove loose matter. F. Removal of Deleterious Materials: 220 31 23 16 - 4 1. Remove excess and unsuitable material from Site. G. Notify Engineer of unexpected subsurface conditions. H. No payment will be made for correction of unauthorized excavation. Correct over- excavated areas as directed by Engineer. I. Repair or replace items indicated to remain that have been damaged by excavation. J. Except where otherwise authorized, shown or specified, all materials excavated below the bottom of concrete walls, footings, slabs on grade and foundations shall be replaced by, and at the expense of, the Contractor, with concrete placed at the same time and monolithic with the concrete above. 3.3 ROCK REMOVAL A. Excavate and remove rock by mechanical method. 1. Drill holes and use expansive tools or wedges to fracture rock. B. Cut away rock at bottom of excavation to form level bearing. C. Remove shaled layers to provide sound and unshattered base. D. In utility trenches, excavate to twelve (12) inches below invert elevation of pipe and twenty- four (24) inches wider than pipe diameter. E. Remove excavated materials from site. F. Correct unauthorized rock removal in accordance with backfilling and compacting requirements of Section 31 23 23 unless otherwise directed by the Engineer. No payment will be made for unauthorized rock removal or correction thereof. 3.4 EROSION CONTROL, DRAINAGE, AND DEWATERING A. Erosion Control: 1. In general, the construction procedures outlined herein shall be implemented to assure minimum damage to the environment during construction. Contractor shall take any and all additional measures required to conform to the requirements of applicable codes and regulations. 2. Whenever possible, access and temporary roads shall be located and constructed to avoid environmental damage. Provisions shall be made to regulate drainage, avoid erosion, and minimize damage to vegetation. 3. Where areas must be cleared for storage of materials or temporary structures, provisions shall be made for regulating drainage and controlling erosion, subject to the Engineer's approval. 4. Temporary measures shall be applied to control erosion and to minimize the silting of the existing waterways, and natural ponding areas. Such measures shall include, but are not limited to, the use of berms, silt barriers, gravel or crushed 221 31 23 16 - 5 stone, mulch, slope drains and other methods. These temporary measures shall be applied to erodible materials exposed by any activities associated with the Work. a. Special care shall be taken to eliminate depressions that could serve as mosquito pools. b. Temporary measures shall be coordinated with the construction of permanent drainage facilities and other Work to the extent practicable to assure economical, effective, and continuous erosion and silt control. c. Contractor shall provide special care in areas with steep slopes. Disturbance of vegetation shall be kept to a minimum to maintain stability. 5. Remove only those shrubs and grasses that must be removed for construction. Protect the remainder to preserve their erosion-control value. 6. Install erosion and sediment control practices where shown on the Drawings and according to applicable standards, codes, and specifications. The practices shall be maintained in effective working condition during construction and until the drainage area has been permanently stabilized. 7. After stabilization, remove all silt barriers, debris, etc., from the Site. 8. In the event of any temporary Work stoppage, Contractor shall take steps to stabilize the Site and prevent erosion. 9. In the event Contractor repeatedly fails to satisfactorily control erosion and siltation, the Owner reserves the right to employ outside assistance or to use its own forces to provide the corrective measures indicated. The Contractor shall be responsible for all costs associated with such corrective measures. 10. Contractor shall prevent blowing and movement of dust from exposed soil surfaces and access roads to reduce on and off-site damage and health hazards. Control may be achieved by irrigation in which the Site shall be sprinkled with water until the surface is moist. The process shall be repeated, as required. B. Drainage and Dewatering: 1. Contractor shall provide and maintain adequate drainage and dewatering equipment to remove and dispose of all surface water and groundwater entering excavations, or other parts of the Work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the pipe or structure to be built, therein is inspected by the Engineer and backfill operations have been completed and approved. a. The different working areas on the Site shall be kept free of surface water at all times. Contractor shall install drainage ditches and dikes and shall perform all pumping and other Work necessary to divert or remove rainfall and all other accumulations of surface water from the excavations and fill areas. The diversion and removal of surface water shall be performed in a manner that will prevent the accumulation of water behind temporary structures or at any other locations within the construction area where it may be detrimental. b. Water used for working or processing, resulting from dewatering operations, or containing oils or sediments that will reduce the quality of the water downstream of the point of discharge, shall not be directly discharged. Such waters shall be diverted through a settling basin or filter before being discharged. 222 31 23 16 - 6 c. Contractor will be held responsible for the condition of any pipe, conduit, or channel used for drainage purposes and all such pipes, conduits, or channels shall be left clean and free of sediment. d. Remove water from excavations as fast as it collects. 2. Contractor shall provide, install and operate sufficient trenches, sumps, pumps, hose, piping, well points, deep wells, etc., necessary to depress and maintain the ground water level below the base of the excavations during all stages of construction operations. The groundwater table shall be lowered in advance of excavation, for a sufficient period of time to permit dewatering of fine grain soils, and maintained two feet below the lowest subgrade excavation made until the structure has sufficient strength and weight to withstand horizontal and vertical soil and water pressures from natural ground water. a. Design of dewatering system, including both drawings and calculations, shall be performed by a Registered Professional Engineer in the State of Florida and shall be employed by Contractor. Dewatering system shall be designed to avoid settlement or damage to existing structures and utilities. b. The system shall be operated on a 24-hour basis and standby pumping facilities and personnel shall be provided to maintain the continued effectiveness of the system. c. If, in the opinion of the Engineer, the water levels are not being lowered or maintained as required, Contractor shall install additional or alternate dewatering devices as necessary, at no additional cost to the Owner. d. Elements of the system shall be located to allow a continuous dewatering operation without interfering with the construction of the permanent Work. Where portions of the dewatering system are located in the area of permanent construction, Contractor shall submit details of the methods proposed to construct the permanent Work in this location for the approval of the Engineer. e. Controls of groundwater shall continue until the permanent construction provides sufficient dead load to withstand the hydrostatic uplift of the normal groundwater, until concrete has attained sufficient strength to withstand earth and hydrostatic loads, and until all waterproofing Work has been completed. f. Dispose of all water removed from the excavation in a manner that does not endanger any portion of the Work under construction or completed. g. Disposal of water removed shall comply with all State and Federal regulations. h. Before discontinuing dewatering operations or permanently permitting the rise of the ground water level, computations shall be made to show that any structure affected by the water level rise is protected by backfill or other means to sustain uplift. Use a safety factor of 1.25 when making these computations. i. Dewatering operations shall not be discontinued without the prior authorization of the Engineer. 223 31 23 16 - 7 3.5 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Requirements for inspecting and testing. B. Inspecting: Request visual inspection of bearing surfaces by Engineer before installing subsequent Work. 3.6 PROTECTION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Prevent displacement or loose soil from falling into excavation and maintain soil stability. C. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. D. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. END OF SECTION 224 31 23 16 - 8 THIS PAGE INTENTIONALLY LEFT BLANK 225 31 23 23 - 1 SECTION 31 23 23 FILL PART 1 - GENERAL 1.1 SUMMARY A. Section includes general requirements for backfill activities as shown and specified. 1. Fill under paving. 2. Fill around manhole structures 3. Fill for Open cut piping B. Related Requirements: 1. Section 02 32 00 – Trenching, Bedding and Backfill 2. Section 31 23 16 – Excavation. 1.2 REFERENCE STANDARDS 1. AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg Rammer and a 457-mm Drop. 2. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). 3. ASTM D1556/D1556M - Standard Test Method for Density and Unit Weight of Soil in Place by Sand-Cone Method. 4. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3). 5. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. 6. ASTM D6031/D6031M - Standard Test Method for Logging In Situ Moisture Content and Density of Soil and Rock by the Nuclear Method in Horizontal, Slanted, and Vertical Access Tubes. 7. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 1.3 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information for geotextile fabric, indicating fabric and construction. C. Samples: Submit, in airtight containers, one10-lb. sample of each type of fill to testing laboratory. D. Materials Source: Submit name of imported materials suppliers. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 226 31 23 23 - 2 F. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. 1.4 QUALITY ASSURANCE A. Perform Work according to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. PART 2 - PRODUCTS 2.1 MATERIALS A. Select Fill: Type S1, as specified in Section 02 32 00 – Trenching, Bedding and Backfill B. Granular Fill: Type S3, as specified in Section 02 32 00 – Trenching, Bedding and Backfill C. Concrete: 1. Description: a. Structural, as specified in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. b. Compressive Strength: 4,000 psi. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation examination. B. Verify that subdrainage, damp proofing, and waterproofing installations have been inspected. C. Verify that underground structures are properly anchored to avoid flotation after backfilling. 3.2 PREPARATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation preparation. B. Compact subgrade to specified density requirements for subsequent backfill materials. C. Soft Subgrade: 1. Cut out soft areas of subgrade not capable of compaction in place. 2. Backfill with granular fill and compact to density equal to or greater than specified requirements for subsequent fill material. 227 31 23 23 - 3 3.3 BACKFILLING A. Backfill areas to contours and elevations. B. Systematically backfill to allow maximum time for natural settlement. C. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces, and do not backfill with frozen materials. D. Maximum Compacted Depths: 1. The Engineer may grant permission to increase lift depth to 12 inches upon proof of successful compaction to the specified densities at the lift depths specified. E. Compaction: 1. Fill under roadways: 98-percent Standard Proctor Density. 2. Fill outside of roadways: 95-percent Standard Proctor Density elsewhere. F. Use placement method that does not disturb or damage foundation perimeter drainage or utilities in trench. G. Maintain optimum moisture content of fill materials to attain required compaction density. H. Structures: 1. Backfill simultaneously on each side of unsupported manhole. I. Make gradual grade changes and blend slope into level areas. 3.4 TOLERANCES A. Section 01 40 00 - Quality Requirements: Requirements for tolerances. B. Top Surface of Backfilling under Paved Areas: Plus or minus 1 inch from required elevations. C. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Inspecting: Request visual inspection of bearing surfaces by Engineer before installing subsequent Work. C. Testing: 1. Laboratory Material Testing: Comply with AASHTO T 180. 2. In-Place Compaction Testing: a. Density Tests: Comply with ASTM D6938. 228 31 23 23 - 4 b. Moisture Tests: Comply with ASTM D6031/D6031M. 3. If tests indicate that Work does not meet specified requirements, remove Work, replace, compact, and retest. 4. Testing Frequency: One (1) moisture and one (1) density test per lift for each 100 feet along the alignment shown. D. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. E. The Contractor shall make, or cause to be made, all repairs or replacements made necessary by settlement within 30 days after notice from the Engineer or Owner. 3.6 PROTECTION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Reshape and recompact fills subjected to vehicular traffic during construction. ill under Asphalt Paving: 1. Compact subsoil to 95 percent of maximum density. END OF SECTION 229 32 12 16 - 1 SECTION 32 12 16 ASPHALT PAVING PART 1 - GENERAL 1.1 SUMMARY A. Section general requirements for asphalt paving. B. Related Requirement: 1. Section 31 23 16 – Excavation. 2. Section 31 23 23 – Fill. 3. Section 33 05 61 – Concrete Manholes. 1.2 REFERENCE STANDARDS 1. AASHTO M17 - Standard Specification for Mineral Filler for Bituminous Paving Mixtures. 2. AASHTO M29 - Standard Specification for Fine Aggregate for Bituminous Paving Mixtures. 3. AASHTO M140 - Standard Specification for Emulsified Asphalt. 4. AASHTO M208 - Standard Specification for Cationic Emulsified Asphalt. 5. AASHTO M288 - Standard Specification for Geotextile Specification for Highway Applications. 6. AASHTO M320 - Standard Specification for Performance-Graded Asphalt Binder. 7. AASHTO M324 - Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. 8. AASHTO MP1a - Standard Specification for Performance-Graded Asphalt Binder. 9. ASTM C1371 - Standard Test Method for Determination of Emittance of Materials Near Room Temperature Using Portable Emissometers. 10. ASTM C1549 - Standard Test Method for Determination of Solar Reflectance Near Ambient Temperature Using a Portable Solar Reflectometer. 11. ASTM D242 - Standard Specification for Mineral Filler For Bituminous Paving Mixtures. 12. ASTM D692 - Standard Specification for Coarse Aggregate for Bituminous Paving Mixtures. 13. ASTM D946 - Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction. 14. ASTM D977 - Standard Specification for Emulsified Asphalt. 15. ASTM D1073 - Standard Specification for Fine Aggregate for Bituminous Paving Mixtures. 16. ASTM D1188 - Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Coated Samples 17. ASTM D2027 - Standard Specification for Cutback Asphalt (Medium-Curing Type). 230 32 12 16 - 2 18. ASTM D2397 - Standard Specification for Cationic Emulsified Asphalt. 19. ASTM D2726 - Standard Test Method for Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures. 20. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. 21. ASTM D3381 - Standard Specification for Viscosity-Graded Asphalt Cement for Use in Pavement Construction. 22. ASTM D3515 - Standard Specification for Hot-Mixed, Hot-Laid Bituminous Paving Mixtures. 23. ASTM D3549 - Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. 24. ASTM D3910 - Standard Practices for Design, Testing, and Construction of Slurry Seal. 25. ASTM D6690 - Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. 26. ASTM E408 - Standard Test Methods for Total Normal Emittance of Surfaces Using Inspection-Meter Techniques. 27. ASTM E903 - Standard Test Method for Solar Absorptance, Reflectance, and Transmittance of Materials Using Integrating Spheres. 28. ASTM E1918 - Standard Test Method for Measuring Solar Reflectance of Horizontal and Low-Sloped Surfaces in the Field. 29. ASTM E1980 - Standard Practice for Calculating Solar Reflectance Index of Horizontal and Low-Sloped Opaque Surfaces. 1.3 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit data for milling and paving equipment to be used. 2. Submit product information for asphalt and aggregate materials. 3. Submit mix design with laboratory test results supporting design. C. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. 1.4 QUALITY ASSURANCE A. Mixing Plant: Certified by State of Florida. B. Obtain materials from same source throughout. C. Perform Work in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 1.5 QUALIFICATIONS A. Installer: Company specializing in performing Work of this section with minimum five (5) years of documented experience. 231 32 12 16 - 3 1.6 AMBIENT CONDITIONS A. Section 01 50 00 - Temporary Facilities and Controls: Ambient conditions control facilities for product storage and installation. B. Do not place asphalt mixture when ambient air or base surface temperature is less than FDOT requirements. PART 2 - PRODUCTS 2.1 ASPHALT PAVING A. Performance / Design Criteria: 1. Pavement Design: Superpave Type SP-9.5 or Type SP-12.5 as shown or specified and in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction. B. Asphalt Materials: 1. Materials for asphalt paving shall comply with Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.2 MIXES A. Asphalt Paving Mixtures: 1. Asphalt Paving Mixtures shall comply with Florida Department of Transportation Standard Specifications for Road and Bridge Construction. B. Use dry material to avoid foaming. Mix uniformly. 2.3 ACCESSORIES A. Geotextile Fabric: AASHTO M288; non-woven, polypropylene. 2.4 SOURCE QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Testing, inspection and analysis requirements. B. Submit proposed mix design of each class of mix for review prior to beginning of Work. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation examination. 232 32 12 16 - 4 B. Verify utilities indicated under paving are installed with excavations and trenches backfilled and compacted. C. Verify compacted subbase is dry and ready to support paving and imposed loads. 1. Proof roll subbase with a vibratory roller weighing a minimum of eight (8) tons or a sheepsfoot roller, where appropriate, exerting a compression of at least 250 pounds psi on the tamper foot for at least five (5) passes in minimum two (2) perpendicular passes to identify soft spots. 2. Remove soft subbase and replace with compacted fill as specified in Section 31 23 23. D. Verify gradients and elevations of base are correct. E. Verify manhole frames and drainage structures are installed in correct position and elevation. 3.2 PREPARATION A. Prepare subbase in accordance with Florida Department of Transportation standards. 3.3 DEMOLITION A. Saw cut and notch existing paving as indicted on Drawings. B. Clean existing paving to remove foreign material, excess joint sealant and crack filler from paving surface. C. Repair surface defects in existing paving to provide uniform surface to receive new paving. D. Remove demolished asphalt from Site and dispose of properly. 3.4 MILLING OF EXISTING ASPHALT PAVEMENT A. Perform all milling operations in accordance with Florida Department of Transportation standards. B. Remove existing raised pavement markers prior to milling. C. Do not disfigure adjacent Work. D. Provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the Contract Documents. 1. Milling machine shall have a minimum overall length (out to out measurement excluding the conveyor) of eighteen (18) feet and a minimum cutting width of six (6) feet. 233 32 12 16 - 5 2. 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. 3. The Engineer will approve any commercially manufactured milling machine that meets the above requirements. If it becomes evident after starting milling that the milling machine cannot consistently produce the specified results, the Engineer will reject the milling machine for further use. 4. The Contractor may use a smaller milling machine when milling to lower the grade adjacent to existing curb or other areas where it is impractical to use the above described equipment. 5. Milling machine shall be equipped with means to effectively limit the amount of dust escaping during the removal operation. 6. For complete pavement removal, the Engineer may approve the use of alternate removal and crushing equipment. E. Execute removal to depth not less than the depth(s) shown on the Drawing(s) at each point across full width of surface without detrimental aggregate degradation. F. Remove milled asphalt from Site and dispose of properly. 3.5 INSTALLATION A. Subbase: Prepare subbase in accordance with Florida Department of Transportation standards. B. Prime Coat and Tack Coat: Install in accordance with Florida Department of Transportation standards. C. Single Course Asphalt Paving: 1. Install Work in accordance with Florida Department of Transportation standards. 2. Place asphalt within 24 hours of applying primer or tack coat. 3. Place asphalt wearing course to thickness indicated on Drawings. 4. Compact paving by rolling to specified density. Do not displace or extrude paving from position. Hand compact in areas inaccessible to rolling equipment. 5. Perform rolling with consecutive passes to achieve even and smooth finish without roller marks. D. Double Course Asphalt Paving: 1. Install Work in accordance with Florida Department of Transportation standards. 2. Place asphalt binder course within 24 hours of applying primer or tack coat. 3. Place binder course to thickness indicated on Drawings. 4. Place wearing course within 24 hours of placing and compacting binder course. 5. When binder course is placed more than 24 hours before placing wearing course, clean surface and apply tack coat before placing wearing course. 6. Place wearing course to thickness indicated on Drawings. 7. Compact each course by rolling to specified density. Do not displace or extrude paving from position. Hand compact in areas inaccessible to rolling equipment. 234 32 12 16 - 6 8. Perform rolling with consecutive passes to achieve even and smooth finish, without roller marks. E. Asphalt Paving Overlay 1. Install Work in accordance with Florida Department of Transportation standards. 2. Apply tack coat to existing paving surface at rate recommended by geotextile fabric manufacturer. 3. Install geotextile fabric in accordance with manufacturer's instructions to permit asphalt saturation of fabric. Lap fabric edge and end joints 4 inches. 4. Place wearing course to thickness indicated on Drawings. 5. Compact overlay by rolling to specified density. Do not displace or extrude paving from position. Hand compact in areas inaccessible to rolling equipment. 6. Perform rolling with consecutive passes to achieve even and smooth finish, without roller marks. F. Place asphalt mixture when temperature is not more than 15 degrees F less than initial mixing temperature. G. Curbs 1. Install extruded asphalt curbs of profile as indicated on Drawings. 3.6 TOLERANCES A. Section 01 40 00 - Quality Requirements: Tolerances. B. Flatness: Maximum variation of 1/4 inch measured with 10-foot straight edge. C. Scheduled Compacted Thickness: Within 3/16 inch. D. Variation from Indicated Elevation: Within 1/2 inch. 3.7 FIELD QUALITY CONTROL A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Asphalt Paving Mix Temperature: Measure temperature at time of placement. C. Asphalt Paving Thickness: ASTM D3549; test one core sample from every 1,000 square yards compacted paving. D. Asphalt Paving Density: Monitor the roadway density per FDOT standards with either 6- inch diameter roadway cores, a nuclear density gauge, or other density measuring device, at a minimum frequency of once per 1,500 feet of pavement. 235 32 12 16 - 7 3.8 PROTECTION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Immediately after placement, protect paving from mechanical injury until surface temperature is less than 160 degrees F. C. Keep sections of newly compacted asphalt concrete, which are to be covered by additional courses, clean until the successive course is laid. D. Do not dump embankment or base material directly on the pavement. Dress shoulders before placing the friction course on adjacent pavement. END OF SECTION 236 32 12 16 - 8 THIS PAGE INTENTIONALLY LEFT BLANK 237 33 05 05 - 1 SECTION 33 05 05 HYDROSTATIC TESTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Hydrostatic testing of pressure piping. B. Related Requirements: 1. Section 33 15 00 - Public Reclaimed Water Utility Distribution Piping. 1.2 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances. 2. AWWA C906 - Polyethylene (PE) Pressure Pipe an Fittings, 4 In. Through 65 In. 1.3 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Submit following items prior to start of testing: 1. Testing procedures. 2. List of test equipment. 3. Testing sequence schedule. 4. Provisions for disposal of flushing and test water. 5. Certification of test gage calibration. C. Test and Evaluation Reports: Indicate results of piping tests. D. Qualifications Statement: 1. Submit qualifications field personnel responsible for supervising hydrostatic testing. 1.4 QUALITY ASSURANCE A. Perform Work according to Florida Department of Transportation (FDOT) standards. 1.5 QUALIFICATIONS A. Applicator: Company specializing in performing Work of this Section with minimum five (5) years of 8-16” diameter horizontal directional drilling documented experience. 238 33 05 05 - 2 PART 2 - PRODUCTS 2.1 HYDROSTATIC TESTING A. Equipment: 1. Pressure pump. 2. Pressure hose. 3. Water meter. 4. Test connections. 5. Pressure relief valve. 6. Pressure Gage: Calibrated to 0.1 psi. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Closeout Requirements: Requirements for installation examination. B. Verify that piping is ready for testing. C. Verify that trenches are backfilled. D. Verify that pressure piping thrust restraints have been installed. 3.2 FIELD QUALITY CONTROL A. Section 01 70 00 - Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Testing of Pressure Piping: 1. Test system according to AWWA C600 and following: a. Test Pressure: Not less than 150 psig or 50 psi in excess of maximum static pressure, whichever is greater. b. Conduct hydrostatic test for a minimum of two (2) hours. c. Slowly fill section to be tested with water of approved quality; expel air from piping at high points. If hydrants, blowoffs, or other outlets are not available at high points for releasing air, the Contractor shall make the necessary taps at such points, and shall plug said holes after completion of the test. d. Install corporation cocks at high points. e. Close air vents and corporation cocks after air is expelled. f. Raise pressure to specified test pressure. g. Observe joints, fittings, and valves under test. h. Remove and renew cracked pipes, joints, fittings, and valves showing visible leakage, and retest. i. Correct visible deficiencies and continue testing at same test pressure for additional two hours to determine leakage rate. 239 33 05 05 - 3 j. Maintain pressure within plus or minus 5 psi of test pressure. k. Leakage is defined as quantity of water supplied to piping necessary to maintain test pressure during period of test. l. Compute maximum allowable leakage using following formula: 1) L = SD x sqrt(P)/C. 2) L = testing allowance, gph. 3) S = length of pipe tested, feet. 4) D = nominal diameter of pipe, inches. 5) P = average test pressure during hydrostatic test, psig. 6) C = 133,200. m. If pipe under test contains sections of various diameters, calculate allowable leakage from sum of computed leakage for each size. n. Leakage: 1) If test of pipe indicates leakage greater than allowed, locate source of leakage, make corrections, and retest until leakage is within allowable limits. 2) Correct visible leaks regardless of quantity of leakage. 2. HDPE Pipe Testing: a. In addition to the leakage requirements above, HDPE pipe shall not exceed the following allowable expansion rates: HDPE Pipe Diameter Allowable Expansion 2”0.10 gallons/100 feet of pipe 3”0.15 gallons/100 feet of pipe 4”0.25 gallons/100 feet of pipe 6”0.55 gallons/100 feet of pipe 8”0.95 gallons/100 feet of pipe 10”1.25 gallons/100 feet of pipe 12”2.25 gallons/100 feet of pipe 14”2.75 gallons/100 feet of pipe 16”3.25 gallons/100 feet of pipe 18”4.25 gallons/100 feet of pipe 20”5.45 gallons/100 feet of pipe 24”8.75 gallons/100 feet of pipe 3. If testing of piping indicates leakage greater than that allowed, locate source of leakage, make corrections, and retest until leakage is within acceptable limits. 4. Correct visible leaks regardless of quantity of leakage. 5. If, in the judgement of the Engineer, it is impractical to follow the foregoing procedures exactly for any reason, modifications to the procedure shall be made as required and approved by the Engineer. This shall not relieve the Contractor of the responsibility to meet the leakage and expansion requirements specified herein. END OF SECTION 240 33 05 07 - 1 SECTION 33 05 07 UTILITY DIRECTIONAL DRILLING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation for approach trenches and pits. 2. Horizontal directional drilling. 3. Pipe. 4. Drilling fluid system. B. Related Requirements: 1. Section 33 05 05 - Hydrostatic Testing. 2. Section 33 05 97 - Identification and Signage for Utilities. 3. Section 33 15 00 – Public Reclaimed Water Distribution Piping. 1.2 REFERENCE STANDARDS 1. AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop. 2. AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 3. AWWA C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission. 4. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort 12 400 ft-lbf/ft3. 5. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort 56,000 ft-lbf/ft3. 6. ASTM D2239 - Standard Specification for Polyethylene (PE) Plastic Pipe (SIDR-PR) Based on Controlled Inside Diameter. 7. ASTM D2683 - Standard Specification for Socket-Type Polyethylene Fittings for Outside Diameter-Controlled Polyethylene Pipe and Tubing. 8. ASTM D2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. 9. ASTM D3035 - Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter. 10. ASTM D3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 11. ASTM D3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 12. ASTM D3350 - Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. 13. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 241 33 05 07 - 2 14. ASTM F714 - Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Outside Diameter. 15. ASTM F1056 - Standard Specification for Socket Fusion Tools for Use in Socket Fusion Joining Polyethylene Pipe or Tubing and Fittings. 16. ASTM F1962 - Standard Guide for Use of Maxi-Horizontal Directional Drilling for Placement of Polyethylene Pipe or Conduit Under Obstacles, Including River Crossings. 17. NASTT - Horizontal Directional Drilling Good Practices Guidelines. 18. PPI TR-46 - Guidelines for Use of Mini-Horizontal Directional Drilling for Placement of High Density Polyethylene Pipe. 1.3 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate Work of this Section with authorities having jurisdiction and all utilities within construction area. 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: 1. Identify source of water used for drilling. 2. Submit copy of approvals and permits for use of water source. C. Shop Drawings: 1. Submit technical data for equipment, method of installation, and proposed sequence of construction. 2. Include information pertaining to pits, dewatering, method of spoils removal, and equipment size, capacity, and capabilities, including installing pipe on radius, type of drill bit, drilling fluid, method of monitoring line and grade, detection of surface movement, name plate data for drilling equipment, and mobile spoils removal unit. An equipment plan layout for each boring location shall be provided for review prior to initiating boring activities. D. If the Contractor proposes any changes to the pull-back distance or profile shown on the drawings, Contractor shall be required to submit a complete design for the proposed pipe including an analysis for pull-back forces, external loads including full hydrostatic pressure if empty, external forces due to borehole collapse, ovalization during pull-back, thermal stress while exposed to Sun-light, shortening after release of pull-back force, and tensile stress during pull-back. E. The Contractor shall submit a Bore Plan that includes the following: 1. Contact information and experience for the drilling fluid specialist. 2. Complete drill equipment specifications. 3. The number of passes the bore will include to get the product pipe installed. 242 33 05 07 - 3 4. The pilot bore and all reaming bore sizes, including the final pullback with the product pipe. 5. Drilling rod length in feet. 6. The pilot bore, pre-ream bores, if any, and pullback production rate in minutes per drilling rod to maintain adequate mud flow. 7. Details of the entry and exit pit locations along with entry and exit angles for the bore, drawn to scale, depicting the position of all required equipment, access points, existing facilities to remain in place, existing traffic lanes to be maintained in operation, office trailers, and storage sites. F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. G. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. H. Qualifications Statement: 1. Submit qualifications for driller. I. Submit City, County, and/or State occupancy permit for installations along or under public throughways and lands. 1.5 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of pipe and invert elevations. C. Bore Path Report: Furnish a Bore Path Report to the Engineer within seven (7) days of the completion of each bore path. Data collected by the Owner or Engineer does not relieve the Contractor from the responsibility of recording his own data. Bore Path Report shall include the following: 1. Location of project, project name and number. 2. Name of person collecting data, including title, position, and company name. 3. Site location: Contract Drawing station number or reference to a permanent structure within the project right-of-way. 4. Driller’s Log and identification of the detection method used. 5. Elevations and offset dimensions of installed pipe as referenced to the drawings. a. Record actual depth of pipe at 10-foot intervals. 6. Data log of pullback force during product pipe installation. 7. For all failed bores, include location, depth, and length of pipe left in place and explanation for failure. 8. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 9. Depth and location of drill bits and drill stems not removed from bore. 1.6 QUALITY ASSURANCE A. Perform Work according to following: 243 33 05 07 - 4 1. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Section 555. 2. NASST - Horizontal Directional Drilling Good Practices Guidelines. 3. ASTM F1962. 4. PPI TR-46. B. QUALIFICATIONS 1. Driller: Company specializing in performing Work of this Section with minimum five (5) years of documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Handling: 1. Use shipping braces between layers of stacked pipe. 2. Support pipes with nylon slings during handling. D. Storage: 1. According to manufacturer instructions. 2. Stack piping lengths no more than three layers high. 3. Store field joint materials in original shipping containers in dry area indoors. E. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect pipe from entry of foreign materials and water by installing temporary covers, completing sections of Work, and isolating parts of completed system. 3. Provide additional protection according to manufacturer instructions. 1.8 AMBIENT CONDITIONS A. Maintain storage temperature of 60 to 85 degrees F. 1.9 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 244 33 05 07 - 5 PART 2 - PRODUCTS 2.1 HORIZONTAL DIRECTIONAL DRILLING A. Pipe used for horizontal directional drills shall be provided in accordance with Section 33 15 00 – Public Reclaimed Water Distribution Piping. 1. Pipe for Directional Bores in FDOT Rights-of-Way shall be HDPE fusion pipe unless otherwise shown or specified. 2. Pipe for Directional Bores in Seminole County, City of Winter Springs and FDOT Rights-of- Way shall be HDPE fusion pipe unless otherwise shown or specified. B. Performance and Design Criteria: 1. Drilling Steering System: Remote with continuous electronic monitoring of boring depth and location. 2. Ratio of Reaming Diameter to Pipe OD: a. Nominal Pipe Diameter of 6 Inches and Smaller: Maximum of 1.5. b. Nominal Pipe Diameter Larger Than 6 Inches: Submit recommended ratio and reaming procedures for review by Engineer. C. Water Source: 1. Reclaimed Water or Potable Water. 2. Obtained from the Owner or other source approved by the Engineer. D. Underground Pipe Markers: As specified in Section 33 05 97 - Identification and Signage for Utilities. E. Materials: 1. Drilling Fluid: Select or design drilling fluids for the site-specific soil conditions. a. For drilling operations that will be below waters of the State of Florida, only bentonite free drilling fluids shall be used. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Closeout Requirements. B. Verify that connection sizes, locations, and invert elevations are according to Drawings. 3.2 PREPARATION A. Section 01 70 00 - Closeout Requirements. B. Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1-800-432-4770 a minimum of 48 hours prior beginning work. C. Maintain access to existing facilities indicated to remain during execution of the Work. 245 33 05 07 - 6 D. Locate and identify utilities indicated to remain and protect from damage. E. Identify required lines, levels, contours, and data locations. F. Protect plant life, lawns, and other features remaining as portion of final landscaping. G. Protect benchmarks and survey control points from excavating equipment and vehicular traffic. H. Establish pipe elevations with not less than three (3) feet of cover unless otherwise required by the agency having jurisdiction. I. Establish minimum separation between potable water piping and sanitary sewer piping, according to FDEP code. 3.3 INSTALLATION A. Dewatering: 1. Intercept and divert surface drainage, precipitation, and ground water away from excavation using dikes, curb walls, ditches, pipes, sumps, or other approved means. 2. Develop and maintain substantially dry subgrade during drilling and pipe installation. 3. Comply with State of Florida requirements for discharging water to watercourse, preventing stream degradation, and controlling erosion and sediment. B. Excavation: 1. Excavation and backfill shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2. Excavate approach trenches and pits as Site conditions require; minimize number of access pits. 3. Provide sump areas to contain drilling fluids. 4. Restore areas after completion of drilling and carrier pipe installation. C. Drilling: 1. Drill pilot bore with vertical and horizontal alignment as indicated on Drawings. 2. Surveying: a. Utilize locating and tracking system for boring to track installation. b. Survey entire drill path and mark entry and exit locations with stakes. c. If a magnetic guidance system is used, survey drill path for surface geomagnetic variations or anomalies. 3. Guiding: a. Guide drill remotely from ground surface to maintain alignment by monitoring signals transmitted from drill bit. b. Monitor depth, pitch, and position. c. Adjust drill head orientation to maintain correct alignment. 4. Drilling Fluid: 246 33 05 07 - 7 a. Inject drilling fluid into bore to stabilize hole, remove cuttings, and lubricate drill bit and pipe. b. Continuously monitor drilling fluid pumping rate, pressure, viscosity, and density while drilling pilot bore, back reaming, and installing pipe to ensure adequate removal of soil cuttings and stabilization of bore. c. Provide relief holes when required to relieve excess pressure. d. Minimize heaving during pullback. 5. Verification of Accuracy: a. Calibrate and verify electronic monitor accuracy during first 50 feet of bore in presence of Engineer before proceeding with other drilling. b. If required accuracy is not met, adjust equipment or provide new equipment capable of meeting required accuracy. 6. After completing pilot bore, remove drill bit. D. Drilling Obstructions: 1. If obstructions are encountered during drilling, notify Engineer immediately. 2. Do not proceed around obstruction without approval of Engineer. 3. For conditions requiring more than 3 feet of deviation in horizontal alignment, submit revised Shop Drawings to Engineer for approval before resuming Work. 4. Maintain adjusted bore alignment within easement or right-of-way. E. Piping: 1. Install reamer and pipe pulling head; select reamer with minimum bore diameter required for pipe installation. 2. Attach pipe to pipe pulling head and pull reamer and pipe to entry pit along pilot bore. 3. Inject drilling fluid through reamer to stabilize bore and lubricate pipe. 4. Install piping with horizontal and vertical alignment as shown on the Drawings. 5. Protect and support pipe being pulled into bore such that pipe moves freely and is not damaged during installation. 6. The Contractor shall stop all work and notify the Engineer if there is any indication that the installed pipe has sustained damage. The Engineer will determine if the installation is in compliance with the Contract Documents. The Engineer may require non-compliant installations to be abandoned and capped on both ends or filled with flowable fill. All abandonment of failed bores and re-bores shall be performed at the expense of the Contractor. 7. Do not exceed pipe manufacturer's recommended pullback forces. 8. Trace Wire: a. Install two (2) 12-gauge insulated trace wires continuous with each bore of non-metallic pipe. b. Splice trace wires only at intermediate bore pits. c. Tape or insulate trace wire at splices to prevent corrosion and maintain integrity of pipe detection. d. Terminate trace wire for each pipe run at structures along pipe system. e. Provide extra length of trace wire at each structure such that trace wire can be pulled 3 feet out top of structure for connection to detection equipment. f. Test trace wire for continuity for each bore before acceptance. 247 33 05 07 - 8 9. Provide sufficient length of pipe to extend past termination point to allow pipe connection. 10. Allow minimum of 24 hours for stabilization after installing pipe before making connections to pipe. 11. Mark location and depth of bore with spray paint on paved surfaces and on wooden stakes on non-paved surfaces at 25-foot intervals and record locations for As-Built Drawings. F. Slurry Removal and Disposal: 1. Contain excess drilling fluids at entry and exit points until recycled or removed from Site; provide recovery system to remove drilling spoils from access pits. 2. Drilling Spoils: a. Remove, transport, and legally dispose of drilling spoils. b. Do not discharge drilling spoils in sanitary sewers, storm sewers, or other drainage systems. c. When drilling in suspected contaminated soil, test drilling fluid for contamination before disposal. 3. If drilling fluid leaks to surface, immediately contain leak and barricade area from vehicular and pedestrian travel before resuming drilling operations. 4. Complete cleanup of drilling fluid at end of each working day. G. Backfilling: 1. Install backfill as specified in Section 125 of FDOT Standard Specifications for Road and Bridge Construction. 2. Backfill approach trenches and pits with subsoil fill to contours and elevations as indicated on Drawings. 3.4 TOLERANCES A. Maximum Variation from Horizontal Position: 12 inches. B. Maximum Variation from Vertical Elevation: 2 inches. C. Minimum Horizontal and Vertical Clearance from Other Utilities: 12 inches. D. Deviation: 1. If pipe installation deviates beyond specified tolerances, abandon bore, remove installed pipe, re-bore, and reinstall pipe in correct alignment. 2. Fill abandoned bores with grout or flowable fill material and cap both ends. 3. All abandonment of failed bores and re-bores shall be performed at the expense of the Contractor. 3.5 FIELD QUALITY CONTROL A. Section 01 70 00 - Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Upon completion of pipe installation, test pipe according to following: 248 33 05 07 - 9 1. Reclaimed Water Pipe Testing: As specified in Section 33 05 05 - Hydrostatic Testing. 2. If tests indicate Work does not meet specified requirements, remove Work, replace, and retest. C. Certify that equipment for drilling has been properly set up and is ready for drilling. 3.6 CLEANING A. Section 01 70 00 – Closeout Requirements. B. Upon completion of drilling and pipe installation, remove drilling spoils, debris, and unacceptable material from approach trenches and pits. C. Clean up excess slurry from ground. 3.7 RESTORATION A. Restore approach trenches and pits to original condition. B. Remove temporary facilities for drilling operations. C. Restore any damage resulting from heaving, settlement, separation of pavement, and escaped drilling fluid from the boring operations at no additional cost to the Owner. END OF SECTION 249 33 05 07 - 10 THIS PAGE INTENTIONALLY LEFT BLANK 250 33 05 61 - 1 SECTION 33 05 61 CONCRETE MANHOLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Modular precast concrete manholes and structures with tongue-and-groove joints and transition to cover frame, covers, anchorage, and accessories. 2. Cast-in-place concrete manholes and structures with transition to cover frame, covers, anchorage, and accessories. 3. Bedding and cover materials. B. Related Requirements: 1. Section 02 32 00 – Trenching, Bedding and Backfill 2. Section 33 31 11 - Public Sanitary Sewerage Gravity Piping. 1.2 REFERENCE STANDARDS 1. AASHTO M91 - Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale). 2. AASHTO M288 - Standard Specification for Geotextile Specification for Highway Applications. 3. AASHTO M306 - Standard Specification for Drainage, Sewer, Utility, and Related Castings. 4. ACI 530/530.1 - Building Code Requirements and Specification for Masonry Structures. 5. ASTM A48/A48M - Standard Specification for Gray Iron Castings. 6. ASTM C478 - Standard Specification for Circular Precast Reinforced Concrete Manhole Sections. 7. ASTM C497 - Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 8. ASTM C877 - Standard Specification for External Sealing Bands for Concrete Pipe, Manholes, and Precast Box Sections. 9. ASTM C913 - Standard Specification for Precast Concrete Water and Wastewater Structures. 10. ASTM C923 - Standard Specification for Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals. 11. ASTM C990 - Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. 12. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 13. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 251 33 05 61 - 2 1.3 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate Work of this Section with connection to existing sewer facilities. 1.4 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information for manhole covers, component construction, features, configuration, and dimensions. C. Shop Drawings: 1. Indicate structure locations and elevations. 2. Indicate sizes and elevations of piping, penetrations, and manhole inverts. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. F. Source Quality-Control Submittals: Indicate results of factory tests and inspections. G. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. H. Qualifications Statement: 1. Submit qualifications for manufacturer. 1.5 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of manholes and connections, and record invert elevations. 1.6 QUALITY ASSURANCE A. Perform Work as shown and specified and according to applicable FDOT standards. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five (5) years of documented experience. 252 33 05 61 - 3 1.8 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Handling: Comply with precast concrete manufacturer instructions and ASTM C913 for unloading and moving precast manholes and drainage structures. D. Storage: 1. Store materials according to manufacturer instructions. 2. Store precast concrete manholes and drainage structures to prevent damage to Owner's property or other public or private property. 3. Repair property damaged from materials storage. E. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.9 AMBIENT CONDITIONS A. Maintain materials and surrounding air temperature to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry Work. 1.10 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.11 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for warranties. B. Furnish five (5) year manufacturer's warranty for concrete manholes. PART 2 - PRODUCTS 2.1 CONCRETE MANHOLES A. Manhole Sections: 253 33 05 61 - 4 1. General: Manholes shall be fabricated only from eccentric tapered sections or eccentric flat top sections and standard cylinder units with the proper internal diameter. 2. Materials: a. Reinforced Precast Concrete: Comply with ASTM C478, with the exclusion of Section 10 (a) and as modified herein. b. Cement shall meet the requirements of ASTM C150 for Portland Cement Type II. c. Concrete shall meet the minimum requirements for Class III. d. Minimum wall thickness shall be as shown on the Drawings. e. The required minimum strength of concrete and conformance to the design parameters shall be confirmed by testing in accordance with ASTM C14. Contractor shall be responsible for all testing. f. Use a minimum allowable steel hoop of No. 4 wire to be cast into each unit at adequate places as a precautionary measure for handling. 3. Gaskets: Comply with ASTM C923. 4. Joints: a. Joint contact surfaces shall be formed exactly parallel with a 2-degree slope and nominal 1/16-inch clearance with the tongue equipped with a proper recess for the installation of an o-ring rubber gasket or pre-molded plastic joint sealer. b. Pre-molded plastic joint sealer, if used, shall be Ramnek or approved equal and joints shall be pre-primed and wrapped on the exterior to provide a sealed manhole. c. Comply with ASTM C913. d. Maximum Leakage: 0.025 gal. per hour per foot of joint at 3 feet of head. 5. Manufacturers: a. Del Zotto, b. Taylor Precast, c. or approved equal. B. Coatings and Liners: 1. Coatings shall cover the interior and exterior surfaces of the manhole except the joint contact surfaces and the annular openings for pipe connections. a. Exterior coating shall be bituminous. 2. For mildly corrosive environments, interior coating shall be coal tar epoxy C. Mortar and Grout shall be Embeco 167 and 381 or approved equal. 1. The Contractor shall apply Master Builders’ Master Seal or approved equal membrane curing compound, conforming to ASTM C309, Type I, Class B, to interior and exterior finished grout. D. Clear Inside Dimensions shall be as indicated on Drawings. 1. In no case shall the inside diameter be less than 36-inches. E. Design Depth shall be as indicated on Drawings. 254 33 05 61 - 5 F. Clear Cover Opening: 1. As indicated on Drawings. G. Pipe Entry: 1. Furnish openings as indicated on Drawings. 2. Pipes shall be connected to manholes with heavy duty flexible rubber connector boots conforming to ASTM C923 with stainless steel bands and hardware. 2.2 FRAMES AND COVERS A. Standard Manhole Ring and Cover: 1. Manhole frames and covers shall be constructed of close-grained gray iron, smooth, clean, free from blisters and defects. 2. Material: Cast iron. 3. Comply with the following: a. ASTM A48/A48M, Class 30B. b. Federal Specification RR-F-621-C. 4. Manhole frames and covers shall meet or exceed requirements for AASHTO H-20 load rating and AASHTO M306. 5. Surface: Machined flat bearing. 6. Cover Design: Closed. 7. All components shall be black epoxy coated. 8. Cover shall be molded and marked as shown on the Drawings. 9. Manufacturers: a. U.S. foundry, USF 170CE (22-inch), USF 655CW-M (32-inch) b. Vulcan Foundry V-1337-2 (22-inch), c. or approved equal. B. Hinged Manhole Ring and Cover: 1. Hinged manhole ring and cover shall be constructed of sound ductile iron, smooth, clean, free from blisters and defects. 2. Frames shall be circular and incorporate a seating gasket. 3. Cover hinge system shall include a 90-degree blocking system. 4. Hinge box shall be self-cleaning with dual wiper infiltration plug. 5. Covers shall include locks. 6. Comply with the following: a. ASTM A48/A48M, Class 30B. b. Federal Specification RR-F-621-C. c. ISO 1083. 7. Manhole frames and covers shall meet or exceed requirements for AASHTO H-20 load rating and AASHTO M306. 8. Cover Design: Closed. 9. All components shall be black epoxy coated. 10. Cover shall be molded and marked as shown on the Drawings. 11. Manufacturers: a. U.S. foundry, USF 750 (24-inch), USF 751 (32-inch) 255 33 05 61 - 6 b. East Jordan Iron Works, ERGO, c. Pamrex, d. or approved equal. 2.3 RISER RINGS A. Riser Rings: 1. Precast adjusting rings shall have 22-inch or 32-inch access entrance diameter. 2. Ring shall be constructed of 4,000 psi concrete, using 1/4-inch round steel ring, 1/4-inch diameter for reinforcing. 3. Thickness of 2 Inches, 4-inches, or 6 Inches 4. Comply with ASTM C478. 5. Manufacturers: a. Del Zotto, b. Taylor Precast, c. or approved equal. B. Accessories: 1. Joint Sealant: Comply with ASTM C990. 2. Bolts: Stainless steel; ASTM F593. 2.4 MATERIALS A. Cover, Bedding, and Backfill: 1. Bedding, cover, and soil backfill materials shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.5 ACCESSORIES A. Foundation Slab: 1. Cast-in-place concrete as specified in Section 03 30 00 - Cast-in-Place Concrete. 2. Top Surface: Level. B. Joint Sealant: Comply with ASTM C990. C. Fasteners: Stainless steel; ASTM F593. D. Concrete: As specified in Section 03 30 00 - Cast-in-Place Concrete. 2.6 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assembly. B. Owner Inspection: 1. Make completed manholes available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. 256 33 05 61 - 7 C. Owner Witnessing: 1. Allow witnessing of factory inspections and tests at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. D. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation examination. B. Verify that items provided by other Sections of Work are properly sized and located. C. Verify that built-in items are in proper location and are ready for roughing into Work. D. Verify that excavation base is ready to receive Work and excavations and that dimensions and elevations are as indicated on Drawings. 3.2 PREPARATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation preparation. B. Mark each precast structure by indentation or waterproof paint showing date of manufacture, manufacturer, and identifying symbols and numbers as indicated on Drawings to indicate its intended use. C. Coordinate placement of inlet and outlet pipe or duct sleeves as required by other Sections. D. Do not install manholes and structures where Site conditions induce loads exceeding structural capacity of manholes or structures. E. Inspect precast concrete manholes and structures immediately prior to placement in excavation to verify that they are internally clean and free from damage; remove and replace damaged units. 3.3 INSTALLATION A. Manholes are considered confined spaces and the Contractor shall follow the requirements of the owner and all associated regulations for confined space entry. 257 33 05 61 - 8 1. Confined space is defined as large enough for a person to work with restricted means of entry and exit. 2. The Contractor is responsible for the safety of his/her personnel. The Contractor shall use a gas detector to measure the gases present. If no gases are present the structure may be entered. When gases are detected, fresh air shall be forced into the area until acceptable levels of air quality are obtained. 3. A tripod/hoist unit shall be set up and manned. B. Conduct operations not to interfere with, interrupt, damage, destroy, or endanger integrity of surface structures or utilities in immediate or adjacent areas. C. Correct over-excavation in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. D. Remove large stones or other hard matter impeding consistent backfilling or compaction. E. Protect manhole from damage or displacement while backfilling operation is in progress. F. Excavating: 1. Excavation and backfill shall be performed in accordance with the Florida Department of Transportation Standard Specifications for Road and Bridge Construction to the locations and depths shown. 2. Excavate undesirable material to a minimum depth of 12-inches below the proposed grade and backfill as specified. 3. Place gravel under manholes located in wet soil conditions. 4. Provide clearance around sidewalls of manhole or structure for construction operations. 5. If ground water is encountered, prevent accumulation of water in excavations; place manhole or structure in dry trench. 6. Where possibility exists of watertight manhole or structure becoming buoyant in flooded excavation, anchor manhole or structure to avoid flotation as approved by Engineer. G. Base and Alignment: 1. Place foundation slab and trowel top surface level. 2. Grout base of shaft sections to achieve slope to exit piping, trowel smooth, and contour as indicated on Drawings. 3. Place manhole sections plumb and level, trim to correct elevations, and anchor to foundation slab. H. Attachments: 1. Set cover frames and covers level to correct elevations without tipping. I. Backfilling: 1. As specified in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 258 33 05 61 - 9 2. Backfill around sides and to top of pipe with cover fill in minimum lifts of six (6) inches and compacted to the following requirements: a. Backfill under roadways: 98% Standard Proctor Density. b. Backfill not under roadways: 95% Standard Proctor Density. J. Coating: All coating shall be factory applied. K. Precast Concrete Manholes: 1. Precast manholes shall be installed in accordance with the manufacturer’s recommendations. 2. When lowering manholes and structures into excavations and joining pipe to units, take precautions to ensure that interior of pipeline and structure remains clean. 3. Assembly: a. Assemble multi-section manholes and structures by lowering each section into excavation. b. Install gasket joints between precast sections according to manufacturer recommendations. c. Lower, set level, and firmly position base section before placing additional sections. 4. Remove foreign materials from joint surfaces and verify that sealing materials are placed properly. 5. Maintain alignment between sections by using guide devices affixed to lower section. 6. Joint sealing materials may be installed on Site or at manufacturer's plant. 7. Verify that installed manholes meet required alignment and grade. 8. Remove knockouts or cut structure to receive piping without creating openings larger than required to receive pipe; fill annular spaces with mortar. 9. Cut pipe flush with interior of structure. L. All grouting shall be performed in accordance with the grout manufacturer’s recommended procedures so that there is zero leakage through openings or around pipes. 1. The grout and/or mortar shall be finished smooth and flush with the adjoining interior and exterior manhole wall surfaces. 2. Grout mixed on-site shall be used with potable water and masonry sand from concrete supplier. Dirty pond water and existing excavated sand shall not be used. M. Castings: 1. Set frames using mortar and masonry to the elevations indicated on Drawings. If specified tolerances cannot be met, manhole shall be modified. 2. Install radially laid concrete brick with 1/4-inch-thick, vertical joints at inside perimeter. 3. If more than one course of concrete brick is required, stagger vertical joints. 4. The Contractor shall prepare the base for the manhole frame to a condition satisfactory to the Engineer. All loose, broken or cracked brick shall be removed along with excess grout to provide a smooth, solid, level surface to receive the new buildup of the manhole top. 259 33 05 61 - 10 5. Frame shall be set concentric with the masonry and in a full bed of grout or mortar so that the space between the top of the manhole masonry and the bottom flange of the frame shall be completely filled and made watertight. a. The frame shall be completely embedded and sealed to the manhole with grout or mortar. b. Grout or mortar shall be applied so as to leave no air pockets or voids and shall cover the area from the top of the frame to the outside edge of the manhole. 6. Manhole frames and covers shall be set to conform accurately to the finished ground or pavement surface as established by the Contract Drawings, unless otherwise directed by the Engineer. 7. Only clean brick shall be used in brick adjustment. If required, the bricks shall be moistened prior to application of the grout or mortar. a. Each brick shall be laid in a full bed and joint of grout or mortar without requiring subsequent grouting, flushing, or filling, and shall be thoroughly bonded as directed. b. Grout shall be one-part cement and two parts sand. Lime shall not be used. c. Grout shall be coated with epoxy. 8. Outside faces of brick masonry or concrete adjusting rings shall be covered with grout or mortar from 3/8-inch to 1/2-inch thick. If required, brick concrete shall be properly moistened prior to application of the grout or mortar. The mortar or grout shall be carefully spread and troweled so that all cracks are thoroughly worked out. After hardening, the grout or mortar shall be thoroughly checked for bond and soundness by being tapped. Unbonded or unsound grout or mortar shall be removed and replaced. N. Unless otherwise directed by the Engineer, the Contractor may elect to remove the manhole top completely to facilitate construction or leave in place until the base course is constructed. 1. The manhole shall be protected from damage if it is to be left in place until final adjustment. 2. If the Contractor elects to remove the manhole top, he shall place sufficient covering over the manhole, to the satisfaction of the Engineer, to eliminate infiltration of dirt, limerock, stone, brick, debris, etc., until the top is adjusted to grade. 3. In either of the cases above, the Contractor will be responsible for any undesirable material entering the manhole or sewer system as a result of the Work. 3.4 FIELD QUALITY CONTROL A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Testing: 1. Cast-in-Place Concrete: As specified in Section 03 30 00 - Cast-in-Place Concrete. 2. Concrete Manhole Sections: As specified in Section 33 05 05.33 - Infiltration or Exfiltration Testing and Section 33 05 05.41 – Air Testing. 260 33 05 61 - 11 C. At least one compaction density test shall be made on the prepared base for each manhole. It is expressly agreed and understood that the Owner reserves the right to perform additional compaction tests on its own or to increase or decrease the frequency of compaction testing. 1. Compaction tests shall be in accordance with the specifications. Should the test fail, the Contractor shall be required to take the appropriate action to satisfy the compaction requirement and at no time shall the manhole base be set in place without an approved compaction test or until satisfactory test is acquired. D. Equipment Acceptance: Adjust, repair, modify, or replace components failing to perform as specified and retest. END OF SECTION 261 33 05 61 - 12 THIS PAGE INTENTIONALLY LEFT BLANK 262 33 05 97 - 1 SECTION 33 05 97 IDENTIFICATION AND SIGNAGE FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plastic ribbon tape for placement above direct-buried utility. 2. Trace wire for placement above direct-buried utility. B. Related Requirements: 1. Section 33 15 00 – Public Reclaimed Water Distribution System Piping. 1.2 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer catalog information for each specified product. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Qualifications Statement: 1. Submit qualifications for manufacturer. 1.3 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Closeout Requirements: Requirements for submittals. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Section 01 70 00 - Closeout Requirements: Requirements for maintenance materials. 1.5 QUALITY ASSURANCE A. Perform Work according to AWWA standards. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five (5) years of experience. PART 2 - PRODUCTS 2.1 TRACE WIRE A. Locating Wire for Bored Mains: 263 33 05 97 - 2 1. Conductor: Magnetically detectable tracer wire shall be a #12 AWG (0.0808” diameter) fully annealed, high carbon 1055 grade steel, high strength solid copper clad steel conductor (HS-CCS). 2. Covering: Tracer wire shall be insulated with a 30 mil, high-density, high molecular weight polyethylene (HDPE) insulation, and rated for direct burial use at 30 volts. 3. Color: a. Color shall be purple for reuse mains. 4. Manufacturers: a. Copperhead Industries, SoloShot, Pro Trace HF-CCS PE45, b. or approved equal. B. Locating Wire for Open Cut Mains: 1. Conductor: Magnetically detectable tracer wire shall be a #14 AWG (0.0641” diameter) fully annealed, low carbon 1010 grade steel, solid copper-clad steel (CCS) conductor. 2. Covering: Tracer wire shall be insulated with a 30 mil, high-density, high molecular weight polyethylene (HDPE) insulation, and rated for direct burial use at 30 volts. 3. Color: a. Color shall be purple for reuse mains. 4. Manufacturers: a. Copperhead Industries, SoloShot, Pro Trace HF-CCS 30, b. or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Trace Wire shall be installed on the top and bottom of all nonmetallic pipe. END OF SECTION 264 33 15 00 - 1 SECTION 33 15 00 RECLAIMED WATER DISTRIBUTION PIPING PART 1 - GENERAL 1.1 SUMMARY A. General: This section includes the minimum requirements for installing reclaimed water systems, which includes the furnishing, installing, laying, jointing, and testing of all reclaimed water lines, fittings, valves and appurtenances, including necessary service connections required for a complete system as shown on the Drawings and specified herein. The Work shall also include such connections, reconnections, relocations, temporary services, abandonments, and all other provisions in regard to existing reclaimed water service operations and modifications required to perform the new work. Improvements not in accordance with these requirements must be approved by the Engineer or a representative thereof before the Work is accepted. B. Section Includes: 1. Pipe and fittings for reclaimed water lines. 2. Tapping sleeves and valves. 3. Positive-displacement meters. 4. Pipe support systems. 5. Bedding and cover materials. C. Related Requirements: 1. Section 33 05 07 – Utility Directional Drilling 2. Section 33 05 97 - Identification and Signage for Utilities. 1.2 REFERENCE STANDARDS 1. AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop. 2. ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 3. ASTM A123. 4. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 5. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3). 6. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3). 7. ASTM D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 8. ASTM D2241 - Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series). 9. ASTM D3035 - Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter. 265 33 15 00 - 2 10. ASTM D3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 11. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 12. ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 13. ASTM F 714-05 Standard Specification for Polyethylene (PE) Pipe (SDR-PR) Based on Outside Diameter. 14. AWWA C110 - Ductile-Iron and Gray-Iron Fittings. 15. AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 16. AWWA C605 - Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings. 17. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. Through 12 In. (100 mm Through 300 mm), for Water Transmission and Distribution. 18. AWWA C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission. 1.3 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate Work of this Section with termination of reclaimed water main connection at Site boundary, connection to existing reclaimed water system, and trenching. 1.4 PREINSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Requirements for preinstallation meeting. B. Convene minimum one (1) week prior to commencing Work of this Section. 1.5 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information regarding pipe materials, pipe fittings, and valves, as required for completion of the Work. C. The Contractor shall submit certificates of inspection in triplicate from the manufacturer that the pipe, valves, and fittings to be supplied have been inspected at the plant and meet the requirements of the Contract Documents. These certificates shall be submitted prior to beginning Work. D. Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. 266 33 15 00 - 3 E. Preconstruction Photographs: Submit digital files of color photographs of Work areas and material storage areas, as specified in Section 01 70 00 - Closeout Requirements. F. Qualifications Statements: 1. Submit qualifications for manufacturer and installer. 1.6 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of piping mains, valves, connections, thrust restraints, and invert elevations. All installed infrastructure shall be referenced to state plane coordinates. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.7 QUALITY ASSURANCE A. All pipe, valves, and fittings shall be clearly marked with the name or trademark of the manufacturer, the batch number, the location of the plant, date of manufacture, strength designation and pressure rating. B. All materials shall be free from defects impairing strength and durability, and be of the best commercial quality for the purpose specified. Materials shall be new, less than one year old from manufacture date. It shall have structural properties sufficient to safely sustain or withstand strains and stress to which it is normally subjected and be true to detail. C. Manufacturer shall supply a certificate of application that PE pressure pipe meets all requirements of AWWA C906. D. Manufacturer shall supply a certificate of application that PVC pressure pipe meets all requirements of AWWA C900/C905. E. Flow Meters: 1. A copy of the affidavit of compliance from the manufacturer shall be submitted and shall certify that flow meters will be furnished in full compliance with the requirements of this specification and those of applicable AWWA standards. 2. Contractor shall submit actual test results for each reclaimed water meter by serial number and certify the accuracy of the meter. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with a minimum five (5) years of documented experience. 267 33 15 00 - 4 B. Installer: Company specializing in performing Work of this Section with a minimum five (5) years of documented experience in installation of liner materials. 1.9 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Storage: 1. Store materials according to manufacturer instructions. 2. Block individual and stockpiled pipe lengths to prevent moving. 3. Do not place pipe or pipe materials on private property or in areas obstructing pedestrian or vehicle traffic. 4. Store HDPE and PVC materials out of sunlight. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.10 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.11 WARRANTY A. Section 01 70 00 - Closeout Requirements: Requirements for warranties. PART 2 - PRODUCTS 2.1 RECLAIMED WATER PIPING A. High Density Polyethylene Pipe (HDPE): 1. Comply with AWWA C906, PE 4710. 2. HDPE pipe shall be DR-11. 3. HDPE pipe shall have a pressure rating of not less than 150 psi. 4. Pipe Outside Diameter: Ductile Iron Pipe Sizes (DIPS). 5. Fittings: a. Comply with AWWA C901 and C906. b. Type: Molded or fabricated. 6. Joints: Butt fusion. 7. Pipe shall be color coded with purple (pantone) striping. 268 33 15 00 - 5 8. Suppliers: a. ISCO Industries or approved equal. B. Fittings: 1. Material: Ductile iron; comply with AWWA C110. 2. Compact Fittings: Comply with AWWA C153. 3. Coating and Lining: a. Bituminous Coating: Comply with AWWA C110. b. Cement-Mortar Lining: Comply with AWWA C104. 4. Manufacturers: a. American b. Sigma c. Tyler Union d. or approved equal. C. Joints: 1. Joints shall be in accordance with ANSI/AWWA C111/A21.11 and be furnished complete with all necessary accessories. 2. Restrained Fitting, Mega-Lug, DIP: a. Restrained Fittings shall be ductile iron conforming to ANSI/AWWA C151/A21.51 specifications. b. All restrained mega-lugs shall be furnished with accessories and have a minimum pressure resistance of 200 psi. 3. Manufacturers: a. EBAA Iron Works, Series 1100 b. Star, Allgrip c. Sigma, One Lok Series SLD d. Tyler Union Tuflock e. or approved equal. 2.2 ADAPTOR COUPLINGS A. Coupling, Ductile Iron Pipe: 1. Ductile Iron Pipe Couplings shall conform to applicable AWWA standards. 2. Ductile Iron Pipe Couplings shall be ductile iron and shall have a minimum pressure rating of 200 psi. B. Coupling, Ductile Iron Pipe, Restrained 1. Restrained Ductile Iron Pipe Couplings shall conform to applicable AWWA standards. 2. Restrained Ductile Iron Pipe Couplings shall be ductile iron and shall have a minimum pressure rating of 200 psi. 3. Manufacturers: a. EBAA Iron Works, Mega Coupling Series 3800 Restrained Coupling, b. American c. Sigma d. or approved equal. 269 33 15 00 - 6 2.3 VALVES A. Resilient Seat Gate Valves: 1. Resilient Seat Gate Valves shall conform to AWWA C509 or C515 and shall be provided for 2-inch diameter through 10-inch diameter reclaimed water mains. 2. Valve shall be pressure rated for 175 psi. 3. Valve Body: Cast Iron or Ductile Iron. 4. Valve Wedge: Cast Iron or Ductile Iron and completely encapsulated in EPDM. 5. Valve stems shall be o-ring sealed and non-rising stem design. 6. Valve Stems shall be Type 304 or 431 stainless steel. 7. Operating nut shall be 2” square and turn counterclockwise to open the valve. 8. Joints: a. Mechanical Joint end connections shall fully conform with ANSI/AWWA C111/A21.11 for 4” diameter and larger. b. Flanged end connections shall fully conform with ANSI B16.1 for 4” diameter and larger. c. Threaded Joint: 2” diameter only. 9. Manufacturers: a. American Flow Control, Series 2500 (2” diameter and larger), b. Mueller, A2360-20-F (4” diameter and larger), A2360-8-F (2” diameter), c. Clow, F6100 (4” diameter and larger), F6103 (2” diameter), d. or approved equal. B. Air Release Valves (Plastic Body): 1. Plastic Body Air Release Valves shall be of the type designed for use in reclaimed water distribution systems to exhaust entrapped air from reclaimed water mains and shall conform to all applicable AWWA standards. 2. Valve shall be simple lever type and be constructed and tested to 175 psi working pressure. 3. Materials: a. Body and Cover: PVC b. Interior Working Parts: PVC 4. Air release valve inlets and outlets shall be threaded to NPT standards. 5. Manufacturers: a. A.R.I. Flow Control Accessories, Ltd., S-021, b. Crispin, X Series c. or approved equal. 2.4 TAPPING SLEEVES AND VALVES A. Sleeve, Tapping, Steel: 1. Body: Carbon Steel 2. Flanges: AWWA C207 Class D, ANSI 150 lb. drilling. 3. Steel Tapping Sleeve shall have test plug with ¾” NPT and recessed cavity for mating tapping valves 4. Gasket: Grade 60 gasket compounded for use with reclaimed water, oil, salt solutions, mild acids, bases, and natural gas. 270 33 15 00 - 7 5. Bolts, washers, and nuts: 18-8 stainless steel type 304. 6. Finish: Fusion bonded epoxy coated to an average of 12 mil thickness inside and out, per AWWA C213. 7. Sleeves shall have a minimum pressure rating of 200 psi. 8. Manufacturers: a. Smith-Blair, b. JCM c. Romac d. or approved equal. B. Tapping Valves: 1. Tapping Valves shall be resilient seat gate valves that conform to AWWA C509 or C515. 2. Valve shall be pressure rated for 175 psi. 3. Valve Body: Cast Iron or Ductile Iron. 4. Valve Wedge: Cast Iron or Ductile Iron and completely encapsulated in EPDM. 5. Valve stems shall be o-ring sealed and non-rising stem design. 6. Valve Stems shall be Type 304 or 431 stainless steel. 7. Operating nut shall be 2” square and turn counter clockwise to open the valve. 8. Joints: a. Tapping Valves shall be flanged joint by mechanical joint. b. Mechanical Joint end connections shall fully conform with ANSI/AWWA C111/A21.11 for 4” diameter and larger. c. Flanged end connections shall fully conform with ANSI B16.1 for 4” diameter and larger. d. Threaded Joint: 2” diameter only. 9. Manufacturers: a. American Flow Control, Series 2500, b. Mueller, T2360-16-F, c. Clow, F6114, d. or approved equal. 2.5 VALVE BOXES AND LIDS A. Valve Box: 1. Valve boxes shall not be deeper than five (5) feet without Owner approval. 2. Bottom Section: a. Cast iron, ASTM A48, heavy duty screw type. b. Cast iron screw valve box will be only type allowed in asphalt pavement. c. Cast iron screw or sliding type valve box may be used in right of way as specified per project. 3. Valve Box Extension: a. Cast iron, ASTM A48, heavy duty screw type extension. b. For deep valves use six (6) inch ductile or cast iron pipe cut to proper length so only one valve box extension is used. 4. Valve Box Tops shall be cast iron, screw type and conform to ASTM A48. 271 33 15 00 - 8 5. Valve Box Tops shall be rated for H-20 traffic in conformance with AASHTO M-306. 6. Manufacturers: a. Tyler, #6850-5625-24B (Bottom), #6050-5625-585C (Extension), #6850-5625-16T (Top), b. Opelika Foundry, #4908-5562-S-625 (Bottom), #4906X-64E (Extension), #4905- 5562-S-55S (Top), c. Sigma, VB 2622 (Bottom), VB302-18 (Extension), VB2621X (Top), d. Star Pipe Products, VBB24SHD (Bottom), VBEX14S (Extension), VBT16SHD (Top), e. or approved equal. B. Valve Box Lid: 1. Provide cast iron, ASTM A48, heavy duty, screw type, valve box, 5 ¼” shaft for non- pavement installations. 2. Valve Box Lids shall be rated for H-20 traffic in conformance with AASHTO M-306. 3. Cover shall be marked "RECLAIM”. 4. Manufacturers: a. Sigma, VB2600X, b. Tyler, 5 1/4” Drop Lid, c. Opelika Foundry, #4908-562 Lid, d. Star Pipe Products, VBLIOHD, e. or approved equal. 2.6 FLOW METERS A. Electromagnetic Flow Meters: 1. Electromagnetic Flow Meters shall meet or exceed requirements of AWWA C751 standards. 2. Materials: a. Body: Bronze, Cast Iron, or Stainless Steel. b. Liner: Fusion-bonded epoxy coated. c. Electrodes: Type 316 Stainless Steel. d. Display Housing: Aluminum Alloy with glass display window. 3. Electromagnetic Flow Meters shall be rated for 200 psi working pressure. 4. Provide inline strainer to remove large debris from the line that may result in downstream damage to the service. Strainer shall be supplied upon request from the Owner. 5. Connection: Flanged. a. Flanged connections shall include companion flanges, gaskets, bolts, and nuts. 6. Register: a. The register shall be permanently hermetically sealed. b. No fogging, large numerals, tempered glass lens. c. Unit of Measure: Cubic foot. d. Magnetic drive, low torque registration. 272 33 15 00 - 9 e. Straight and AMI reading, and low flow indicator. f. The register shall connect to a radio read AMI transmitter via factory potted wiring or included as part of the register. The AMI transmitter shall be capable of communicating to an Elster Energy Axis system and supplied as part of this scope. 7. Manufacturers: a. McCrometer, Ultra Mag, b. or approved equal. 2.7 SERVICE TAPPING SADDLES A. Service Tapping Saddle for Cast Iron, Ductile Iron, and PVC Reclaimed Water Mains: 1. Tapping saddles for cast iron, ductile iron, and PVC reclaimed water mains shall conform to applicable AWWA standards. 2. Outlet shall be for connection to PVC or polyethylene pipe. 3. Tapping saddles shall be nylon coated or painted ductile iron with double stainless steel strap and neoprene gasket. 4. Tapping saddles shall have a pressure rating of 200 psi. 5. Manufacturers: a. Ford, F202, b. Baker, 181, c. Mueller, DR-25 Series, d. Romac Industries, 202-N or S Series, e. Smith-Blair, 313 Series, f. or approved equal. 2.8 MATERIALS A. Backfill: 1. Bedding, cover, and soil backfill materials shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.9 FINISHES A. Protective Coating: Coal-tar epoxy for below grade piping and epoxy paint for exposed piping. 2.10 ACCESSORIES A. Pipe Markers: As specified in Section 33 05 97 - Identification and Signage for Utilities. B. Steel Rods, Bolt, Lugs, and Brackets: 1. Comply with ASTM A36/A36M or A307, Grade A carbon steel unless otherwise shown or specified. 273 33 15 00 - 10 PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Closeout Requirements: Requirements for installation examination. B. Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1-800-432-4770 a minimum of 48 hours prior beginning Work. C. The Contractor shall field verify vertical and horizontal locations of all underground facilities in advance of construction to verify that no conflicts exist with the proposed pipe alignment and depth. 1. Should a conflict be discovered, the Contractor shall contact the Engineer immediately and provide all pertinent information for preparation of a remedial design. D. Verify that existing reclaimed water main size, location, and invert are as indicated on Drawings. 3.2 PREPARATION A. Section 01 70 00 - Closeout Requirements: Requirements for installation preparation. B. Preconstruction Site Photos: 1. As specified in Section 01 70 00 - Closeout Requirements. 2. Take photographs along centerline of proposed pipe trench; minimum one photograph for each 50 feet of pipe trench. 3. Show mailboxes, curbing, lawns, driveways, signs, culverts, and other existing Site features. 4. Include Project description, date taken, and sequential number on back of each photograph. C. Pipe Cutting and Lining Repair: 1. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, and remove burrs. 2. Use only equipment specifically designed for pipe cutting; use of chisels or hand saws is not permitted. 3. Grind edges smooth with beveled end for push-on connections. 4. Remove all traces of oil, grease, asphalt, dust, dirt, etc. 5. Remove damaged lining and clean any exposed metal by sanding or scraping. Sandblasting and power tool cleaning is also acceptable. a. Remove any loose lining by chiseling, cutting, or scraping to well adhered lined area before patching. b. Lining patch shall overlap remaining lining at least one (1) inch. 6. With the area to be sealed or repaired absolutely cleaned and thoroughly roughened, apply a coat of repair compound specified in the applicator’s “Certificate of Application” as furnished and approved with the pipe submittal. 274 33 15 00 - 11 The Contractor shall apply the repair compound in strict accordance with the manufacturer’s written instructions. 7. The Contractor shall repair damaged coating and lining immediately, using the repair compound recommended by the manufacturer. 8. The cost of repair to cut pipe ends or damaged linings shall be incidental to construction and the Contractor shall absorb the cost thereof in the unit price specified for related items. D. Remove scale and dirt on inside and outside before assembly. E. Prepare pipe connections to equipment with flanges or unions. 3.3 INSTALLATION A. Bedding and installation shall be Class B as shown on the Drawings unless otherwise specified or directed by the Engineer. B. Horizontal Directional Drill shall be in accordance with Specification Section 33 05 07 – Utility Directional Drilling. C. Handling and Cutting Pipe: 1. The Contractor shall exercise extreme care in handling and laying pipe and fittings to avoid damaging, scratching or marring machined surfaces, and abrasion of the pipe or fitting coating. 2. Any fitting showing a crack and any fitting or pipe that has received a severe blow that may have resulted in an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and immediately removed from the Work. 3. Any pipe showing a distinct crack and in which it is believed there is no incipient fracture beyond the limits of the visible crack, the cracked portion, if so approved by the Engineer, may be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe used may be perfectly sound. The cut shall be made in the sound barrel at a point at least twelve (12) inches from the visible limits of the crack. 4. Except as otherwise approved, all cuttings shall be done with a machine having rolling wheel cutters, or pipe saw adapted for that purpose. All cut ends shall be examined for possible cracks caused by cutting. D. Pipe Installation: 1. Comply with AWWA C600 and C605 as applicable. 2. Handle and assemble pipe according to pipe and gasket manufacturer instructions and as indicated on Drawings. 3. Steel Rods, Bolts, Lugs, and Brackets: Coat buried steel before backfilling. 4. Reclaimed Water Main Location: a. Reclaimed water mains shall be constructed two (2) feet off the north or east right of way lines unless otherwise shown on the plans. 275 33 15 00 - 12 b. Reclaimed water lines to be constructed in easements shall be centered within the boundaries of the easement. c. If trees or other structures should interfere with the alignment of the reclaimed water main, the reclaimed water main shall be adjusted towards the right of way line. d. Minimum depths shall be 48” in all road rights of way and easements. e. Minimum depths for reclaimed water mains shall be 36” in residential and conflict areas. The depth of cover shall be measured from the top of the reclaimed water main to the finished grade or centerline of roadway directly above the pipe. f. Minimum horizontal clearance between parallel reclaimed water mains and potable water mains shall be three (3) feet. g. Minimum horizontal clearance between parallel reclaimed water mains and sanitary sewer gravity mains shall be three (3) feet. h. Minimum horizontal clearance between parallel reclaimed water mains and storm sewer mains shall be three (3) feet. i. Minimum horizontal clearance between parallel reclaimed water mains and sanitary sewer force mains shall be three (3) feet. j. Minimum vertical clearance between reclaimed water mains and gravity sanitary sewer mains crossing each other shall be six (6) inches, twelve (12) feet preferred. k. Minimum vertical clearance between reclaimed water mains and storm sewer mains crossing each other shall be six (6) inches, twelve (12) inches preferred. l. Minimum vertical clearance between reclaimed water mains and sanitary sewer force mains crossing each other shall be six (6) inches, twelve (12) inches. m. Minimum vertical clearance between reclaimed water mains and potable water mains crossing each other shall be twelve (12) inches. 5. Route pipe in straight line, and re-lay pipe that is out of alignment or grade. 6. PVC Pipe Piping and Fittings: Comply with AWWA C605. 7. Field Welding Materials: Comply with AWWA C206. 8. To ensure correct fitting of pipe and couplings, all sleeve-type couplings and accessories shall be furnished by the supplier of the pipe. 9. High Points: a. Install pipe with no high points other than shown on the Drawings. b. If approved by the Engineer, minor changes in alignment may be permitted to avoid underground facilities. c. If unforeseen field conditions arise that necessitate high points, install air-release valves as specified or as directed by the Engineer. 10. Bearing: a. The pipe shall be laid on an unyielding foundation with uniform bearing under the full length of the barrel of the pipe. b. Excavate bell holes to permit proper joint installation. 276 33 15 00 - 13 c. The spigot end of the pipe shall abut the base of the socket of the adjacent pipe in such a manner that there will be no gaps along the perimeter of the mating halves. 11. Do not lay pipe in wet or frozen trench. 12. The Contractor shall take all necessary precautions to prevent flotation of the pipe from flooding of the trench. 13. The pipe shall not be driven down to grade by striking it with a shovel handle, timber, rammer, or other unyielding object. 14. Immediately before jointing the pipe, the mating ends shall be thoroughly cleaned of all dirt, debris, and foreign material. 15. Prevent mud, sand, or other foreign material from entering pipe during placement. 16. At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. 17. Allow for expansion and contraction without stressing pipe or joints. 18. Close pipe openings with watertight plugs during Work stoppages. 19. Pipe Markers: As specified in Section 33 05 97 - Identification and Signage for Utilities. 20. Any defective pipe that may have been installed shall be removed and replaced with sound pipe at no additional cost to the Owner. E. Pipe Joint Assembly: 1. Assemble all joints in accordance with recommendations of the manufacturer. 2. If a lubricant is required to facilitate assembly, it shall have no detrimental effect on the gasket or on the pipe when subjected to prolonged exposure. 3. Proper jointing may be verified by rotation of the spigot by hand or with a strap wrench. 4. If unusual jointing resistance is encountered or if the insertion mark does not reach the flush position, disassemble the joint, inspect for damage, re-clean the joint components, and repeat the assembly steps. 5. Note that fitting bells may permit less insertion depth than pipe bells. 6. When mechanical equipment is used to assemble joints, care should be taken to prevent over-insertion. F. Valves 1. Valves shall be installed as indicated on Drawings and according to manufacturer instructions. 2. Valves shall be set vertically so that stems form a vertical line. Care shall be taken to keep out dirt and sand, and no valve shall be operated until it has been cleaned of sand, grit, or other foreign material. 3. No valve operating nut shall be deeper than five (5) feet without Owner approval. 4. Valve Boxes: a. All valves shall be fitted with heavy duty traffic rated valve box and cover.. b. Valve boxes shall be long enough to reach from the valve to finished ground level and shall be installed as recommended by the manufacturer. 277 33 15 00 - 14 c. Valve boxes shall have suitable barrel and shaft extension sections to cover and protect the valve bonnet section. d. Extension sections fabricated by one piece of ductile iron are allowed. No more than one (1) shaft extension shall be used in any one (1) valve installation. e. Valve box extensions shall be by same manufacturer as valve box or ductile iron pipe. f. Valve boxes shall be installed in vertical alignment and positioned to facilitate the operation of the valve with a standard valve wrench. The box shall be installed as shown on the drawings and shall be set on firmly packed soil or bricks to prevent settlement and to prevent bearing on the valve or the main at any point. g. Adjustment of valve boxes shall be subject to the approval of the Engineer. The Contractor shall maintain vertical alignment and position to permit operation of the valve with a standard valve wrench. h. All valve boxes located in heavy traffic pavement areas shall include non-pop covers as specified. i. Terminate locating wire for all sizes of PVC and HDPE reclaimed water mains in the valve boxes in accordance with the Drawings. j. Valve Box Adjustment: 1) All valve boxes within the area of finished construction shall be adjusted to finish grade as shown and specified. 2) Valve boxes damaged during construction shall be replaced by the Contractor at no additional cost to the Owner. Removal and replacement of valve boxes during construction may be authorized, provided the Contractor insures that sufficient valve ties are available and on site in order to quickly locate the valve. 3) Adjustment of valve boxes shall be subject to approval of the Engineer. G. Double continuous tracing wires shall be installed on all non-metallic pipes per Specification Section 33 05 97 – Identification and Signage for Utilities. H. Early warning tape, as specified in Section 33 05 97 – Identification and Signage for Utilities, shall be installed 12-inches to 18-inches above all sanitary sewer force mains. I. Tapping Sleeves and Valves: As indicated on Drawings and according to manufacturer instructions. J. Bedding and Backfilling: 1. Excavation, trenching, and backfilling shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2. Backfill around sides and to top of pipe with cover fill in minimum lifts of six (6) inches and compacted to the following requirements: a. Backfill under roadways: 98% Standard Proctor Density. b. Backfill not under roadways: 95% Standard Proctor Density. 278 33 15 00 - 15 3. Immediately after the pipe has been jointed and inspected, sufficient backfill shall be performed to protect the pipe adequately from injury and movement. 4. Maintain optimum moisture content of bedding material to attain required compaction density. 5. Where so indicated on the drawings or where directed by the Engineer, the pipe shall be supported by compacted granular fill or concrete cradle or encasement according to the applicable detail shown on the Drawings. a. Pipe bedded in compacted granular backfill shall not be supported on blocking, wedges, bricks, or anything except the bedding material. b. Where concrete cradle or encasement is required, the pipe shall be supported on solid concrete blocks or pre-cast concrete saddles which shall become part of the completed cradle or encasement. c. Where no other bedding is indicated, pipe shall be placed on a shaped bed of undisturbed material. K. Cleaning and Flushing: 1. As the Work progresses, the interior of the reclaimed water piping shall be cleaned of all dirt, jointing material, and superfluous materials of every description. 2. Prior to the pressure and leakage tests, all piping shall be thoroughly cleaned of all dirt, dust, oil, grease, and other foreign matter. This work shall be done with care to avoid damage to any inside coating. 3. All lines shall be thoroughly flushed with clean water to clear the lines of all foreign matter. 3.4 PIPE SUPPORT AND THRUST RESTRAINT A. The Contractor shall furnish and install all supports necessary to hold the piping and appurtenances in a firm, substantial manner at the lines and grades indicated on the Drawings or specified. B. Where buried piping contains fittings, which raise or lower the centerline of the pipe, suitable socket clamps, tie rods, or other approved restraining devices shall be used to prevent movement of the fittings. The restraining devices shall be coated thoroughly and heavily with an approved bituminous paint. C. All bends, tees, and other fittings in pipelines, and sleeve-coupled pipelines buried in the ground shall be backed with Class 1 concrete placed against undisturbed earth where firm support can be obtained or by the use of restrained joints. If the soil does not provide firm support, then suitable clamps, and accessories or restrained joints shall be provided to brace the fitting properly. Such items shall be coated thoroughly and heavily with an approved bituminous paint after assembly or, if necessary, before assembly. D. Thrust blocks and joint restraints shall be provided as shown. 279 33 15 00 - 16 3.5 MAINTENANCE OF SERVICE A. Maintenance of service is of the utmost importance and no service shall be discontinued without the consent of the Engineer for each interruption of said service. B. In no case will any service be discontinued without at least 24 hours notice given to the Engineer by the Contractor. C. To achieve minimum inconvenience to the public and users of the reclaimed water system, portions of the Work may have to be performed outside of normal working hours at no additional cost to the Owner. 3.6 CONNECTION TO EXISTING RECLAIMED WATER LINES A. Connections to existing reclaimed water lines shall be as shown on the Drawings or as directed by the Engineer. Connection shall not occur until approval has been obtained from the Florida Department of Environmental Protection. B. Connection of new to existing mains shall be performed in the normal accepted method for connecting mains and shall be done without unduly disrupting service. All connections are subject to the approval of the Engineer as to method, time, and location. C. Construct locate wire(s) point of connection on ferrous pipe at non-ferrous pipe joints. D. Where new lines are connected to existing lines, the Contractor shall take appropriate action to prevent existing lines from interfering with pressure testing of the Work. Failure to do so will not relieve the Contractor of the responsibility to properly pressure testing the entire system installed. The Contractor shall bear full responsibility for his action or inaction in this matter and shall not claim damages, injuries or additional compensation for his action or inaction. E. At least 48 hours prior to beginning the actual connection operation, the Contractor shall excavate and expose the main to be tapped at the proposed location and shall so advise the Engineer to allow for inspection of the exposed facilities. F. Reclaimed water from existing lines cut either by accident or during connection to proposed lines shall not be disposed of in a manner that would be injurious to residents, property, or structures. 3.7 PAVEMENT CROSSINGS A. Bases, Sidewalk, Curb, and Driveway Repairs – The Contractor shall replace any and all bases, sidewalks, curbs and gutter, and driveways with materials and workmanship sufficient to give an equal and similar surface to the disturbed areas as existed before construction. B. Pavement removal and replacement shall be in accordance with FDOT Standard Specifications for Road and Bridge Construction and as shown on the Drawings. 280 33 15 00 - 17 3.8 TOLERANCES A. Section 01 40 00 - Quality Requirements: Requirements for tolerances. B. Install pipe to indicated elevation within tolerance of 5/8 inch. 3.9 FIELD QUALITY CONTROL A. Section 01 70 00 - Closeout Requirements: Requirements for testing, adjusting, and balancing. B. Testing: 1. All parts of the Work including, but not being limited to, pipe, fittings, joints, valves, hydrants, and any other appurtenances shall be subjected to testing as described herein. To achieve this, all methods of testing shall be approved by the Engineer and FDEP 2. Except as otherwise directed, all pipelines shall be tested. Pipelines installed in excavation or bedded in concrete shall be tested prior to the backfilling of the excavation or placing of the concrete and exposed piping shall be tested prior to field painting. 3. All piping to operate under liquid pressure shall be tested in sections of approved length. The section of pipe being tested shall be limited to a maximum length of 2000 feet. For these tests the Contractor shall furnish clean water, suitable temporary testing plugs or caps, and other necessary equipment and all labor required, without additional compensation. The Contractor shall furnish suitable pressure gauges, pumps, and measuring tank. 4. The Contractor shall be responsible for the cost of all water used for testing and flushing. The Contractor shall make suitable arrangements with the Owner for the monitoring of water consumption and locations to which water may be made available. Water charges shall be in accordance with City of Winter Springs Ordinance Chapter 19 Division 4. 5. Pressure test piping system as specified in Section 33 05 05 – Hydrostatic Testing. 6. Compaction Testing: a. Comply with FDOT requirements for compaction testing. If tests indicate Work does not meet specified requirements, remove Work, replace, and retest. END OF SECTION 281 33 15 00 - 18 THIS PAGE INTENTIONALLY LEFT BLANK 282 BID PACKAGE FOR PROJECT: Provided to: Provided by: BID DATE & TIME: 202 At: :00 pm 283 P.O. Box3035 LaBelle, FL33975 P: 863.674.0803 F: 863.674.0912 E: adsinc.swfla@gmail.com FEIN: 59-3456452 LICENSE#: CUC1225661 INTRODUCTION 3¸²³¤¬²Ǿ )¢ȁ 3 )-¢ȁ ²³ΐΘΘΖǾ 5-£¤±¦±®´-£ 5³¨«¨³¸ #®-³±ΑΒ ¸¤ȁ 3¸²³¤¬²Ǿ )¢ȁ ²¯¤¢¨ Ǿ ¥¨¡¤± ®¯³¨¢Ǿ ¦ Ǿ ²¤¶¤±Ǿ ¶ Ǿ ¤³¢ȁ3 )-¢ȁ §ª¤£ Ȁ 0¨ª¤ %«¤¢³±¨¢Ǿ $´ª¤ %-¤±¦¸Ǿ (¸¯®¶¤±Ǿ $ 5³¨«¨³¸ #®-²³±´¢³¨®-Ǿ )¢ȁǾ Ǿ -Ǿ !£±¤¶ 3¨³¤¶®±ª3´¬¬¨³ "±®Ǿ -¤³±® %°´¨¯¬¤³Ǿ ¤³¢ȁ EQUIPMENT 3¸²³¤¬²Ǿ )¢ȁ ¨² ¤°´¨¯¯¤£ ¶¨³§ 2¨¦² ¥±®¬ ΖǾΏΏΏ ³® ΓΓΏǾΏΏΏ «¡²ȁ 0´«« ¡ªȀ ΕΕΏ !¬¤±¨¢Ǿ 4 !¬¤±¨¢Ǿ ΑΑΏ Ǿ ΒΏΏ·ΑΓΏ 6¤±¬¤¤±Ǿ ΐΏΏ·ΐΑΏ 6¤±¬¤¤±ǾΐΏΏ·ΐΓΏ 6¤±¬¤¤± Ǿ ΕΏ·ΘΏ 6¤±¬¤¤±Ǿȁ !¢¢´±3¸²³¤¬²¨²³² ®¥ µµǾ ¬´£ Ǿ ¡ª§®¤²Ǿ Ζ µª²Ǿ «¨¦§³ ³®¶¤±²Ǿ 2¤¢«Ǿ ¤³¢ȁ EXECUTIVE BOARD 3¸²³¤¬²Ǿ )¢ȁ ¤·¤¢´³¨µ¤ ¡®Ȁ -µ¤£®Ǿ #%/ lj 0±¤²¨£¤-³ µ¤£® Ǿ %·¤¢´³¨ µ¤ 3¤¢±¤³ȁ 4§¤²¤ ¬¤¬¡¤±² §®«£ ΑΔυ ®± ¬®±¤ ®¶¤±²§¨¯ ®¥ 3¸²³¤¬²Ǿ )¢ȁ MISSION STATEMENT 3¸²³¤¬²Ǿ )¢ȁlj 0±¤²¨£¤-³ Ǿ -µ¤£® ΔΏχ ¤¬¯«®¸¤¤² ³® ¡¤¢®¬¤ ®³ ®«¸ Ǿ ¡´³ µ¨²¨®-ª-®¶«¤£¦¤ ȁQUALIFICATIONS 3¸²³¤¬²Ǿ )¢ȁ ´²¤² ³§¤ ¬®²³ ´¯£µ ȁ1 | Page 284 P.O. Box3035 LaBelle, FL33975 P: 863.674.0803 F: 863.674.0912 E: adsinc.swfla@gmail.com FEIN: 59-3456452 LICENSE#: CUC1225661 3 )-¢ȁ ´²¤² ¶¨±¤«¨¤ ³® ȁ 4§¤ ´²¤ ®¥ ³§¤ ¥®««®¶¨-¦ ³¤¢§-®«®¦¸ Ȁ 3³¤¤±¨-¦ ³®®« ³® µ¨¦Ǿ 0 4±ª3¸²³¤¬² ªµ¤¸ ¡®±¤²Ǿ ¤³¢ȁ ³§ª ³® ³§¤ ¬ȁ 3¸²³¤¬²Ǿ )¢ȁ ¨² ¦´¨£¤£ ¡¸ 3 4±µ¤-³ ¯¤±²®-Ǿ £Ǿ µ¤± µ¤± ³§¤ ¯´¡«¨¢ ȃ ΒΏ lj ΐΏ ¢¤±³¨¥¨¤£Ǿ )³¤±¬¤£¨4±4 )4% 4±3´-²§¨-¤ 3³Ǿ ($0% 0¨¯¤ &´²¨®- 4±Ǿ $/4 3 lj #®¬¯«¨4±3¤¬¨-Ǿ 3´¯¤±µ¨²®± 2¤3´²¯¨¢¨®- 4±Ǿ &¨±²³ȃ lj #02 *®¡ 3 4±Ǿ ¤³¢ȁ CIVILITY, EQUAL EMPLOYMENT OPPORTUNITY, DRUG FREE WORKPLACE & NON- HARASSMENT POLICY 3¸²³¤¬²Ǿ )¢ȁ ¨² ¢®¬¬¨³³¤£ ³® µ¨« ª ¤-µ¨±®-¬¤-³ȁ /´± µǾ Ǿ £¨¦¨³¸ ȁ 7¤ §¨¦§«¸ µǾ ª ¤-µ¨±®-¬¤-³ Ǿ ¯®²¨³¨ µ¤ ȁ3¸²³¤¬²Ǿ )¢ȁ ¨² Ǿ ª¤ ¤¬¯«®¸¬¤-³ ȃ£¨²¢±¨¬¨ȁ )³ §Ǿ ±Ǿ ¢®«®±Ǿ ±¤«¨¦¨®Ǿ Ǿ Ǿ ¢¨³¨¹¤²§¨¯Ǿ ¯±¤¦Ǿ Ǿ ¯§¸²¨¢Ǿ ²¤±µ¨¢¤ ¨- ³§¤ µ¨¢¤²Ǿ ¦¤¤³¨¢ ¨¥®±¬Ǿ ²¤·´Ǿ Ǿ Ǿ ¨ Ǿ ²³ȁ 4§¨² ¯®«¨¢¸ Ǿ ¡´³ ®³ «¨¬¨³¤£ ³®ǾǾ Ǿ ¯±®¬®³¨®Ǿ ¤µǾ ¢®¬¯¤²ȁ 3¸²³¤¬²Ǿ )¢ȁ ¨² ª ¯«ȁ )³ ¨² ¤·¯¤¢³¤£ ³§µ¨£´µ®¨£ µ¨®±Ǿ Ǿ £¤¢¨²¨® ȁ REFERENCES ȁ /µ¤± ³§¤ ¸¤µ¤ ²¤µ¤±Ǿ °´Ǿ ¢¤±³¨¥¨¢ Ǿ ¤³¢ȁ 2 | Page 285 ADS STAFF President Mario Acevedo Vice-President Mario Acevedo Jr Director of Operations Aaron Basabe Larry RoofEstimator Lisa Valencia Project Coordinator Adam SchmidtProject Manager Felipe FloresSuperintendent 286 ProjectExperience CompletionCONTRACT DatePROJECTNAMEOWNERCONTACTINFORMATIONAMOUNTDESCRIPTIONOFWORK Horizontal Directional Drilled new 30" HDPE force main under Osprey Ave. - abusy collector road through the middle of the City, Osprey Ave. Utilities and Roadway City of SarasotaWilliam Riebe, PE,Utilities Director 3.4MOct-20Improvemementsbill.riebe@sarasotafl.govincluding commercial and residential areas. One segment was l,830 LF and the second segment was 3,400 LF. David MorganSubaqueousSewerForceMainCityofNaples239-213-4706$1.6MInstallation of 24"sanitary sewer forcemain Apr-22Replacementsdmorgan@naplesgov.com Open cut installation of 16,300 LF of 24” DIP pipe, HDD Jodi Daubenberger4,300 LF of 30” HDPE Pipe, install 11,000 LF of 4-wayCityofCapeCoral/ FGUA City of Cape Coral239-898-9410$8.5Mfiber optic conduit, and installation of an additional 8” Aug-19TransmissionMainjdaubenb@capecoral.netpump and pipe improvements to the Entrada Pump Station. 287 Mario Acevedo PO Box 3035LaBelle, FL 33975 accuratedrilling@gmail.com Phone (863)674-0803Fax (863)674-0912 CHIEFEXECUTIVE OFFICER -PRESIDENT Strategic planning Directional Boring Underground Utility An Accomplished CEO & President with a distinguished 25-yearcareer as the engaging leader of Accurate Drilling Systems, Inc. Extensive experience in operational coordination, underground utility contracts, and financial planning. Strategicthinker skilled at navigating complex situations, identifying efficient improvements, and next level success growth. Professional Experience ACCURATE DRILLING SYSTEMS, INC. 1997-Present Founder, President & CEO Lead Operational Officer and Strategic Director of directional utilitycontracts Over 24years of Underground DrillingCDL Driver (21 Experience Machine Operator: Project Manager o Forklift o BackhoeLocatorforundergroundutilitytickets o Vermeer MachinesContractCoordinator underground directionalForeman / Supervisor drilling) Certifications & Training ITE Training with Sunshine One Call of FloridaJob safety Training Exactix)o Weather o(PPE) Personal ProtectionIntermediateMaintenanceofTraffic(MOT) EquipmentHDPEPipeFusionTraining o FireFirst-aid & CPR o DrivingDOTSafety & Compliance Training Seminar o Excavation References Name Company Contact Information Fredie BradyTB Power Creation, LLC.(954)605-3668 Benny PuentesUnderground Utilities Services, Inc.(941)922.6706 Richard AcostaMas TecRichard.Acosta@mastec.com Terrell BridgesTB Power Creation, LLC. terrellbridges@tbpowercreation.com Rickey BarnesPike Electric rbarnes@pike.com 288 Mario E. Acevedo PO Box 3035 LaBelle, FL 33975 ace@accuratedrilling.com Phone (863)517-4124 VICE PRESIDENT - PROJECT MANAGER OPERATIONS DIRECTOR Strategic planning Directional Boring Underground Utility An accomplished Vice President, Project Manager and Operations Director for Accurate Drilling Systems, Inc. achieving extensive experience in operational coordination, underground utility contracts, and strategic planning. An Executive thinker skilled at navigating complex situations, identifying efficient improvements, and next level success growth. Professional Experience ACCURATE DRILLING SYSTEMS 2015-PRESENT Project Manager & Operations Director Project Manager and Operations Director of directional utility contracts and bids Supervisor Vermeer Machine Operator Job Coordinator Locate for underground utility tickets CDL Driver LABELLE TIRE CENTER, LLC. 2015-PRESENT Manager Operational Director that trained personnel, coordinated sales, and inventory 6 business QuickBooks POS management Sales CDL Driver Certifications & Training Underground Utility Contractor License (PPE) Personal Protection Equipment ITE Training with Sunshine State One DOT Safety & Compliance Training Call of Florida Seminar OSHA-30 HDPE Fusion Training First-Aid & CPR o ASTM F2620-19 Medium Job Safety Training Supervisor Reasonable SuspicionWeather & Fire Hazards TrainingIntermediateMaintenanceofTraffic QuickBooks Pro & POSMOT) Microsoft Office References Available upon request 289 Aaron Basabe 924GreenwoodRd, Weston, FL33327 954-451-7428 aaronbasabe@hotmail.com Project Manager / Estimator OVERVIEW Mr. Basabe has over 30 years of experience in the Underground Utility field. He has managed to completion numerous large municipal and private projects. His Underground Utilities experience includes, contract documents, preparation of cost estimates, bidding, and job costing, scheduling and construction management. Mr. Basabe is experienced with planning, organizing and control strategies, materials final buy out, and subcontracts award. EDUCATION Florida International University, Miami, Florida 1984 – 1986 Graduated – Bachelor of Science in Construction Engineering Broward Community College, Ft. Lauderdale, Florida 1982 – 1984 Graduated – Associate in Arts in Building Construction ACCREDITATIONS State of Florida Certified General Contractor License State of Florida Certified Underground & Excavation Contractor License FDOT Certified Technician for Temporary Traffic Control OSHA Accredited Program for Construction Safety KEY QUALIFICATIONS ProjectManagement Goodmonitoringforqualitymanagement Extensive knowledgeofallconstruction StateofFloridaCertifiedGeneralContractors subtradesforeffective monitoring License FDOTCertifiedTechnicianforTemporaryGoodinterpersonalandoralcommunicationTrafficControl skills OSHAAccredited Program forConstruction SafetyUnderstandingofblueprintsplansanddesign Sanitary SewerSystemMaster Planningprinciples Familiar withMDWASD staff, processes andStrongunderstandingofbuildingregulationsandprocedures laws Over25yearsofIndustry Experience Education BSinConstruction Engineering, Strongability tomanage anddirectothers 1986, Florida International University 290 Aaron Basabe 924GreenwoodRd, Weston, FL33327 954-451-7428 aaronbasabe@hotmail.com Project Manager / Estimator PROJECT EXPERIENCE City of Cape Coral/ FGUA Transmission Main Project Completion: 08/2019 Project Role: Project Manager Value: $8,568,517.25 Open cut installation of 16,300 LF of 24” DIP pipe, HDD 4,300 LF of 30” HDPE Pipe, install 11,000 LF of 4-way fiber optic conduit, and installation of an additional 8” pump and pipe improvements tothe Entrada Pump Station. Orange County, Florida/ Innovation Place (Storey Park) Project Completion: 07/30/2017 Project Role: Project Manager Value: $3,595,278.00 Installation of approximately 4,230 LF of 30” Water Main, 4,215 LF of 20” Wastewater Force Main. 320 LF of 54” Jack and bore and 320 LF of 36” Jack and bore. City of Bartow/ Wabash Sewer Replacement Project Completion: 08/2017 Project Role: Project Manager Value: $2,396,635.00 Construction of 24” & 30” gravity sewer main toreplace 3,450 feet ofexisting 24” pipe on Wabash Street. Replacement of manholes, 260” casings installed under CSX track & US 17and abandonment of existing pipe and structures. Hillsborough County/ Northdale Reclaimed Water Transmission Main Replacement Project Completion: 08/2016 Project Role: Project Manager Value: $2,984,564.00 Installation of 9,100 Lf of 12” reclaim Water Main. Also, installation of 2,450 LF of 8” reclaim water main. Installation of 3,900 Lf of 12” sanitary sewer force main. Orange County, Florida/ Shenandoah Park Water and Waste Water Improvement Project Completion: 07/2017 Project Role: Project Manager Value: $3,898,980.00 6,800 LF of 8” PVC Water Main, 2,500 LF of 6” PVC Water Main, 2,400 LF of 6” PVC Force Main and approximately 17,000 LF ofCIPP lining of the existing 8” gravity sewer mains and 63 6’/4’ laterals. Miami Dade Water & Sewer Department/ Furnish and Install 36” HDPE & 30” DIP Water Main in NE 79 St. Causeway Project Completion: 11/2015 Project Role: Project Manager Value: $1,850,508.00 Installation of approximately 1050 LF of 36” HDPE via HDD under Biscayne Bay at North Bay Village. Installation of approximately 180 LF of 30” DIP WM to connect to existing 30” WM at two locations utilizing a quadruple 291 30” Line-stop arrangement. Cut ina30” BFV ina30” cast iron water main. 8” water main turbine meter assembly with bypass. Orange County, Florida/ Westwood Blvd 24” Water Main Project Project Completion: 07/2017 Project Role: Project Manager Value: $2,747,391.00 Installation of6,300 LF of24” DIP WM onheavily congested Westwood Blvd. from Central Florida Parkway toInternational Drive inOrlando, Florida. City ofOrlando/ Dahlia Drive Sanitary Sewer Improvements Project Completion: 04/2016 Project Role: Project Manager Value: $1,540,257.00 Installation of3,300 LF 15”/10”/8” PVC Sanitary Sewer including replacement ofexisting VCP sewer systems. Orange County, Florida/ International Drive South Force Main and Reclaimed Water Main Improvements Project Completion: 05/2016 Project Role: Project Manager Value: $6,363,930.30 Demolition of PS #3597. Installation of 5,500 LF of30” PVC, 3,500 LF of24” and 2,600 LF of20” PVC Force Main. Installation of 11,400 LF of24” DIP. 301LF of36” casing via jackand bore, 100’ of24” HDPE via HDD 200’ HDPE via HDD. City of Clearwater/ Idlewild, The Mall Sanitary Sewer and Woodlawn Stormwater Improvements Project Completion: 07/2015 Project Role: Project Manager Value: $6,530,378.80 Installation of 20,450 LF 8” PVC, 900 LF 10” PVC & 725 LF 12” PVC, Gravity Sewer Piping, 89Manholes, 460 sewer service laterals including abandoning of existing septic tanks at private property. Also approximately 4,000 LF of15” – 42” RCP storm sewer piping, 41storm sewer structures. Hillsborough County/ SR 674 Force Main, Clubhouse to South County Water Treatment Plant Project Completion: 08/2014 Project Role: Project Manager Value: $6,183,138.00 Installation of 10,200 LF of30” DIP Force Main, 2,200 LF of6” Fusible PVC via HDD, 420 LF 48” Steel casing. Microtunnel under I-75and 260 LF 48” Steel casing Microtunnel under SR 674. The project also included approximately 17,000 SY of Roadway reconstruction. Miami Dade County/ Road, Water & Sewer Contract W-845 Project Duration: 10Months Project Role: Project Superintendent Superintendent of a WASAD project consisting of installation of a 16" water main including new water thservicesandfirehydrantassemblies, tunneling under arail road track on NE 215 Street and NE 213Street thfromHighlandLakesBlvd. to NE 28 Avenue in the City of Aventura. Job also required road milling and asphalt resurfacing ofdisturbed roads. City of Ft. Lauderdale/ River Gardens Subdivision Project Duration: 1 Year Project Role: Project Superintendent Superintendent ofa neighborhood improvement project in the City of Ft. Lauderdale consisting of installation ofa new water main system including new water services and fire hydrant assemblies, a new storm drainage system, new concrete sidewalks, decorative crosswalks and asphalt repavement of all 292 roads (including installation ofnew signs and pavement markings) inanarea ofapproximately 10 City thrdblocksbetweenSistrunkBlvd. and NW 4Street and the Seaboard Railroad andNW23Ave. Miami Dade Water & Sewer Department/ Water, Sewer & Road Reconstruction atSouth Dixie Highway Project Duration: 15Months Project Role: Project Superintendent Incharge ofconstruction of3new pump stations. Work included milling and resurfacing ofthe existing road (FDOT Federal Highway US-1), inaddition to10,000 LF ofnewsanitary sewer mains and laterals, 89 Manholes, 20,000 LFof24" and 12" new DIP water mains including 35fire hydrant assemblies, approximately 50water services, and allelectrical work City ofNorth Lauderdale/ Roads, Water & Sewer Improvements Project Duration: 8Months Project Role: Project Superintendent Incharge of installation ofanew pump station, including allrelated electrical work, directional bore ofutility lines, installation offorce main lines, water mains andgravity sewer main lines onState Road 7 (441) for5miles including complete asphalt re-pavement ofexisting roads City ofHomestead/ Estate School TT-1 Project Duration: 10Months Project Role: Project Superintendent Incharge ofconstruction ofaK -8Green Building School site work. Work entailed allhardscape, asphalt paving, pavement markings, signage andearthwork; inaddition to, construction ofnew water mains, sewer system, pump station and storm drainage. City ofMiami/ Marriott atMIA Complex Project Duration: 10Months Project Role: Project Superintendent Incharge ofallsite work for a16 acrehotel facility comprised oftwo new 10stories high buildings, including a complete hardscape package with new asphalt parking facilities for over 700 cars, pavement markings and signage; inaddition to, new sewer mains, water mains, new storm drainage. Miami, Florida/ University of Florida Land Transfer Relocation Project Duration: 1Year Project Role: Project Superintendent Incharge ofconstruction of anew green house facility for the University ofFlorida and the Florida Agricultural Department. Work consisted inconstruction ofanew retention lake, earthwork, storm drainage, sewer connections, water mains, asphalt pavement and pavement markings & signage. City ofHallandale/ Drainage Improvements, Road Reconstruction and FEMA Mitigation Pump Station Project Project Duration: 18Months Project Role: Project Superintendent Incharge ofconstruction, including asphalt pavement of85,000 SY ofexisting roads, placement ofover 3,200 LF of72" diameter drainage pipe, approximately 7,550 LFof HDPEpipe insizes ranging from 18" to65" indiameter, one pump station assembly including allelectrical work, 85inlets, 4000 LF ofnew water mains, and tunneling of170 LF of36" diameter steel pipe. City ofWeston/ Vista Park Project Duration: 1year Project Role: Project Manager Incharge ofconstruction ofallinfrastructure fora new City Park, including asphalt paving ofa400 cars parking facility including pavement markings & signage, grading of4baseball fields and 4soccer fields, in 293 addition to, installation ofallsewer mains, water mains, and storm drainage, as well as, anew pump station including allelectrical work. City ofFt. Lauderdale/ 2003 & 2004 Annual Storm Sewer & Roads Contracts Project Duration: 1year Project Role: Project Manager Incharge ofconstruction ofnew storm drainage systems atvarious locations throughout the City ofFort Lauderdale. The Lockhart Stadium site wasone major location onthis project. Monies allocated for this project came from the Federal Agency FEMA. REFERENCESAVAILABLE UPON REQUEST 294 FelipeFlores PO BOX 3035 LaBelle, FL 33975 Felipe@accuratedrilling.com Phone (239) 810-5819 RTODQHMSDMCDMS Excavation Construction Pipeline Underground Utility Professional Experience ACCURATE DRILLING SYSTEMS, INC. Pipeline Excavation Division Superintendent 2022-PRESENT Pipeline Excavation Division Superintendent that coordinates engineering, operations, construction and maintenance activities to further execute and supervise the lay out, assembly and installation of pipe Logistical Utilities Project Supervisor Coordinator Manager assistant Douglas N Higgins 2009-2022 Foreman Lead Foreman in supervising and installing underground pipe utilities that consisted of butnot limited to: water supply lines, sanitary sewer and drainage systems. Supervised the lay out, assembly and installation of heavy construction pipe Utilities Supervisor Crew Supervisor Project Layout & Assembly Certifications & Training OSHA-30 Excavation o TrenchingAsbestos o Trench BoxConfinedSpaces Toolbox Safety MeetingCPR/First Aid Operator-Heavy Equipment Forklift Operator References Available Upon Request 295 LexoJ. AndresJr. POBox3035 LaBelle, FL33975 adsinc.swfla@gmail.comPhone (863)674-0912 Fax (863)674-0912 FOREMAN Excavation Construction Pipeline Underground Utility Professional Experience ACCURATE DRILLING SYSTEMS, INC. Pipeline Excavation Division Foreman March 2022-PRESENT Pipeline Excavation Division Foreman that coordinates with Superintendent the overall project schedule and material cost estimate while supervising crew daily installation of pipe Logistical Coordinator Superintendent Supervisor Assistant assistant Mancini Development Corp 2020-March 2022 Foreman General Foreman in supervising and installing underground pipe utilities that consisted of but not limited to: water supply lines, sanitary sewer and drainage systems. Supervised the lay out, assembly and installation of heavy construction pipe Utilities Supervisor Crew Supervisor Project Layout & Assembly Giannetti Contracting Corp 2016-2019 Foreman General Foreman in supervising and installing underground pipe utilities that consisted of but not limited to: water supply lines, sanitary sewer and drainage systems. Supervised the lay out, assembly and installation of heavy construction pipe Utilities Supervisor Crew Supervisor Certifications & Training OSHA-10 Excavation o TrenchingConfinedSpaces o Trench BoxCPR/First Aid Toolbox Safety MeetingOperator-Heavy Equipment References Available Upon Request 296 SR 434 Reclaimed Water Main Extension City of Winter Springs RFP 02-22-JN PROJECT APPROACH SUMMARY The SR 434 Reclaimed Water Main Extension (Proposal #02-22 JN) will be constructed for the City of Winter Springs, Florida and consists of the installation of approximately 9,900 LF of 12” HDPE reclaimed water main piping along SR 434. The reclaimed water main (RWM) will be installed via open-cut, jack and bore, and directional drilling methods. The majority of the RWM will be constructed in the existing landscaped median. A priority, following the NTP, will be coordinating with the City of Winter Springs for the removal and preservation of much of the existing landscaping. Since the horizontal direction drilling and open-cut will be performed by ADS, this coordination can occur much sooner and with more accuracy than our competitors. Due to the location of the RWM, MOT will be critical for public and contractor safety. Although much of the trenchless pipe installation does not require MOT, consideration needs to be given to clear zones and ingress/egress of construction vehicles onto travel ways. ADS will consult with an MOT specialist following the NTP to prepare MOT plans for submittal. Additionally, ADS will provide a Certified Traffic Supervisor and Certified Flaggers. After, permits, material procurements, locates, etc., the Horizontal direction drills would commence from the Northwest to the Southeast. The Jack and Bore subcontractor would mobilize in after the completion of the 3rd bore and stay until jack and bore completion. The open-cut crew would be scheduled to follow the bore crews, stuffing casing pipe, connecting the HDD’s and J&B’s, and performing the limited open-cut installation. Each area would be partially restored as the connections and open-cuts were performed. Once the entire pipeline is installed, then the system could be pressure tested and full restoration would commence. 297 0±®©¤¢³ 2¤¥¤±¤-¢¤² 0/ȁ "®· ΒΏΒΔ ,Ǿ &, ΒΒΘΖΔ Α ³® ΒΕ ¯¨¯¤ ¨²³0 ΗΕΒȃΕΖΓȃΏΗΏΒǾ &Ȁ ΗΕΒȃΕΖΓȃΏΘΐΑ 0%Ǿ &06# lj 3³¤¤« ¯¨¯¤ Ȁ ȁ²¶¥«ȁ¢®¬ 0±®©¤¢³ .7®±ª%-£ $0±®©¤¢³ 4®³ 0±®©¤¢³ -Subaqueous SewerForceMain Tel: (239) 213-4706Gordon River & Rock Creek, 1,326 ft. David MorganImprovements Installation of24"sanitarysewerforcemain ΚΖΘ %¨¦§³§ 3³±¤¤³ dmorgan@naplesgov.comNaples860 ft.April2022Bid# 21-032 Ǿ &, ΖΗΔΓΕ 1.6M µ¤ Ǿ )¢ȁ 305) 852-1034FKEC Ocean ReefExpressUndergroundTotal: 45,590 ft Michael J. RobergeSR905, Key Largo4-3" Directional BoreIN PROGRESS michael.roberge@fkec.comFeeder Bore, WO# 32928(46bores) ΜΔΙΖΓ /µ¤±²¤ȁ 4 µ¤±-¨¤±Ǿ &, ΖΖΓΚΓ 2,412 ft. 1-6" Directional Bore, Hubert Humphrey Cswy 6 lj !²²®¢¨Ǿ )¢ȁ 1,138ft. 1 -6" Directional Bore, bridge 700916 Humbert813) 621-1361Melbourne_003_WW_ 1, 2, 3, 4 & 5SR 520 Vasile Sangeorzan837 ft. 1-6" Directional Bore, FinalSykesCreek2/10/2022 655,365.00 ΔΕΕΙ % 53 (¨¦§¶ΜΕ v.sangeo@vasiandassociates.comWater CrossingsCocoa Beach, Merritt Island1 - 6" Directional Bore, SR 520 480 ft. 3¤¥¥-¤±Ǿ &, ΖΖΘΛΗ1 - 6" Directional Bore, SR 520, Banana River 2,303 ft. 6 lj !²²®¢¨Ǿ )¢ȁ4,137 ft. 1-8" Directional Bore 813) 621-1361Melbourne_004_WW_5, 6 & 7US-192/ Melbourne VasileSangeorzan560ft.1- 6" Directional Bore2/10/2022$ 465,515.00ΔΕΕΙ % 53 (¨¦§¶ΜΕ v.sangeo@vasiandassociates.comWater CrossingsCauseway, Melbourne 590 ft.1-6" Directional Bore 3¤¥¥-¤±Ǿ &, ΖΖΘΛΗReplacementof400LFof12" water main as a resultofa 10th Street South Water Main water main breakattheintersectionofSW10thStreetDavidMorgan239-213-470610th Street2022 170, 000.00 Replacementanddmorgan@naplesgov.com US 41 3¤±µ¨¢¤²Ǿ ,,# 6" Steel Gas Main Crossing under Tel: (850) 878-1212Along Bridge 930005 HWY Jegen McDermottLoxahatchee River2,500 ft. 1-6" Steel Directional Bore12/23/2021$ 237,500.00 ΖΕΗΔΓ "«´¤ 3³JMcDermott@equixinc.comAIA Job# 601010-21 Ǿ &, ΖΕΖΗΖ 37 &, Ǿ )¢ȁ Ken Cabana TEL: 239-332-1665 WinklerAvenue, Fort Myers, Optional Contact: Mari FAX: 239-332-4836Winkler Avenue1,350 ft.1-24" Directional Bore12/15/2021$ 162,000.000/ȁ "®· ΙΔΙΗΙ FLCabanaTEL: 239-332-1668 ȁ -¸¤±² Ǿ &, ΖΖΜΓΙ 3 0´¡«¨¢ 7®±ª²5³¨«³¨¤² 941) 263-6136 Georges NicolasLift Station 51ForceMainReplacementUniversityParkway, Sarasota1,080 ft.1-8" Directional Bore12/15/2021$ 170,000.00 georges.nicolas@sarasotafl.govΔΚΘΓΔΕ³§ 3³±¤¤³ 3Ǿ &, ΖΗΕΖΙ 997 ft. Tel: (239) 213- 4706Harbour Drive Force Main Replacement748 ft. AsbestosCement sanitary sewer force main tospecifiedDavidMorganHarbourDrive, Naples7/14/1905$ 590,658.00 ΚΖΘ %¨¦§³§ 3³±¤¤³ dmorgan@naplesgov.comBid# 21-029822 ft. location. Ǿ &, ΖΗΔΓΕ674ft.1-10" Directional Bore CONFIDENTIALPage 1 of 4 298 0±®©¤¢³ .7®±ª%-£ $0±®©¤¢³ 4®³0±®©¤¢³ -1,520 ft.1-18" Directional Bore 1,800 ft.1-18" Directional Bore1,930 ft.1-18" Directional Bore ΜΗΔΙ 37 ΚΕ 3³ȁ TEL: 786-333-0096City of St Pete Beach Sanitary Sewer 1,280 ft. 1-30" Directional Bore Roberto Ponce de LeonBoca Ciega Dr, St Pete Beach5/28/2021$ 1,457,339.01 rp@mesinc.usCapacityImprovementProject1,180 ft.1-30" Directional Bore 3´¨³¤ ΔΖΔ 1,300ft. 1-30" Directional Bore Ǿ &, ΖΖΔΚΖ 300 ft 1-30" Directional Bore1,050 ft. 1-30" Directional Bore µ¨£ -lj 3®-²Ǿ )¢ȁ 470 ft.1-18" Directional Bore Tel: (754) 264-9594Country Club Village Infrastructure David ManciniJr.Along SW 18th Street190 ft. 1-8" DirectionalBore5/6/2021$ 233,890.00 ΕΙΓΔ7¨«¤² 2®dmancinijr@dmsi.coUpgrades, Project# 20-BR.CCWM 1,321 ft.1-24" Directional Bore0®¬¯Ǿ &, ΖΖΓΚΖ3¸«µ¤²³¤± %·¢µTEL: (941) 475-3388Covington East & James SylvesterFAX: (941) 475-6392Tanglewood Forcemain ImprovementsManchester Blvd, Whiskey 1,700 ft.1-18" DirectionalBore3/19/2021$ 102,000.00 ΘΚΔ 0 jimsylexc@gmail.comCreek Ǿ &, ΖΗΕΕΖ Ǿ ,,# TEL: (954) 895-0741Boyette Road Reclaimed Watermain Christopher LazzariBoyette Rd, Wesley Chapel2400ft.2/20/2021 1- 14" DirectionalBore$ 144, 000.00 ΕΛΜΗΚ 32 ΘΗ chrisl@amiciec.comExtension 7¤²«¤¸ #§Ǿ &, ΖΖΘΗΖ1142ft. 20 5³¨«¨³¸ %·¢µȁ 606 ft. TEL: (786) 577-6666 ΔΚΙΛΓ .74( !µ¤TOHOWaterAuthority Celebration 16" W Irlo Bronson Memorial 627 ft. MoisesSumozaFAX: (786) 513- 29241-20" Directional Bore2/4/2021$ 305,431.64 ForcemainRehabilitation ProjectHwy, Kissimmee487 ft. 3´¨³¤ ΔΓΔ msumoza@rpucorp.com 964 ft. Ǿ &, ΖΖΓΔΘ 499ft. Horizontal Directional Drilled new 30" HDPE force main under OspreyAve. - WilliamRiebe, William Riebe, PE,UtilitiesDirector1,800 ft. Osprey Ave Utility ImprovementsOspreyAve, Sarasota a busy collector road through the middle of the City, Oct-20 3.4M 3 PE,Utilities Directorbill.riebe@sarasotafl.gov3,350 ft. including commercial and residential areas. One segment was l,830 LF and the second segment was 3,400 LF3³±¤ª4¤«¤¢®¬¬´-¨¢1,420 ft.1-20" Directional Bore with 9-4" inside ΔΕΘΜΘ 37 ΔΖΚ³§ !µ¤ȁ Tel: (954) 673-3366Las Olas Blvd, Fort Jesse CangianoE Las Olas Blvd, WR: 9EA25011N466ft.9- 4" Directional Bore9/29/2020$ 552,400.00 jangiano@bluestreakllc.comLauderdale 3´¨³¤ ΕΓΛ310ft. 9-4" Directional Bore Ǿ &, ΖΖΔΛΙ 3¤±µ¨¢¤²Ǿ ,,# Tel: (850) 878-1212TECO Peoples Gas, Panama City Airport Jegen McDermottPanama City Airport loop2,162 ft. 1-8" Directional Bore8/1/2020$ 259,440.00 ΖΕΗΔΓ "«´¤ 3³JMcDermott@equixinc.comLoop, Job# 210017- 20 Ǿ &, ΖΕΖΗΖ 1,758 Ft. 1-12" DB @ Loxahatchee River800Ft.1-12" DB @ Taylor Creek 684 Ft.1-12 DB @PortSalernoSouthǾ )¢ȁ 676 Ft.1-12" DB @ Salerno North TEL: 954-868-7854 Eric Paul-HusVTUSA Phase 2FEC ROW2,202 Ft. 1-12" DB @ Across St. Lucie River5/22/2020$ 1,313, 915.14 ΘΜΔΗ .7 ΖΔ²³ȁ !µ¤ȁ Ep@hypowerinc.com807Ft.1-12" DB @ Rio Grand Ǿ &, ΖΖΓΜ 961 Ft.1-14" DB @ Horse Creek 754 Ft. 1-12" DB @ Warner Creek941Ft. 1-12" DB @ Moores Creek 7 (Ǿ )¢ȁ TEL: (813) 426-2276DeSotoBridgeGas Main Replacement US 41 & Riverfront Blvd, FAX: (813) 788-43503942 FT.1-8" Directional Bore8/13/ 2019$ 429,040.00 ΖΗΗΛ #±¸²³3¯±¨-¦² 2£ Subaqueous Bradenton jwhc@jwharriscontractors.com Ǿ &, ΖΖΘΗΓ CONFIDENTIALPage 2 of 4 299 0±®©¤¢³ .7®±ª%-£ $0±®©¤¢³ 4®³0±®©¤¢³ -3¨³¤¶®±ª ,,#ȁ TEL: 239-226-1606 Memorial Causeway Subaqueous Drew St.1,524ft1- 20" Directional Bore Brian P. BrandfassFAX: 239-226-16055/9/2019$ 798,800.00 ΗΙΜΙ %«¤µ7 PipelinesClearwater, FL 2,288 ft1-24" Directional Bore brian@andrewsitework.com ȁ -¸¤±²Ǿ &,ȁΖΖΜΓΘ37 &,Ǿ )¢ȁ Ken Cabana TEL: 239-332-1665 Optional Contact: MariFAX: 239-332-4836Market St.Market St. 1,400 ft.1-36" Directional Bore2/21/2019$ 302, 339.63 0/ȁ "®· ΙΔΙΗΙ CabanaTEL: 239-332-1668 ȁ -¸¤±²Ǿ &, ΖΖΜΓΙ µ¤±²¨¥¨¤£ 5-£¤±¦±®´-£ 3¤±µ¨¢¤²Ǿ )¢ȁ Cell: 352-815-0124SR-64 Ana Maria Island, Jay WilkinsonGulf IntercoastalWaterwayACOE-84, 229 ft1-10" Directioanl Bore1/3/2019$ 691,640.00 ΛΘΓ #®´±³«3³ȁ 3´¨³¤ !Εj.wilkinson@dusinc.usHolmes Beach, FL Ǿ &, ΖΕΛΓΗ Jodi Daubenberger City of Cape Coral/ FGUAJodiDaubenberger239-898-9410Aug-198.5 M Transmission Main jdaubenb@capecoral.nepump andpipeimprovements to the Entrada Pump Station 3®´³§¤±- 5-£¤±¦±®´-£ )-£´²³±¨¤²Ǿ )¢ȁ ΘΜΚΜ .7 ΔΘΔ 3³ȁTEL: 954-650-4699SeminoleTribeof Florida Hollywood 1394 ft.1-24" Directional Bore Juan BarrenecheHollywood Reservation9/18/2018 juanb@southernui. comReservation WWTPEffluentFM 1224 ft.1-36" Directional Bore 3´¨³¤ ʹΔΓΕ Ǿ &, ΖΖΓΔΗ 1,303 Ft Ǿ )¢ȁ Canoe Creek TEL: 954-868-7854AAF-C16-PHASE II:2,317 FT Eric Paul-HusSebastionCreek1-14" Directional Bore9/12/ 2018$ 656,040.00 ΘΜΔΗ .7 ΖΔ²³ȁ !µ¤ȁ Ep@hypowerinc.comFLORIDA EAST COAST RAILWAY1,100 FTPalmBayǾ &, ΖΖΓΜ 1,294 FT Eau Gallie River37 &,Ǿ )¢ȁ Ken CabanaTEL: 239-332-1665 Central AWWTP Trunk Sanitary Sewer OptionalContact:FAX: 239-332-4836Palm Ave & South Street1040ft.1-36" Directional Bore7/26/2018$ 260,000.00 0/ȁ "®· ΙΔΙΗΙ Replacement Mari CabanaTEL: 239-332-1668 ȁ -¸¤±²Ǿ &, ΖΖΜΓΙ 4±¤-¢§«¤²² #±®²²¨-¦Ǿ )¢ȁ Boggy Creek Rd cross street CELL: 407-947-5789 RandellS. BratcherBoggyCreekWetherbeeRd740ft.5/31/2018 1-30" DirectionalBoreΙΖΙΖ %£¦¤¶µ¤ randyb@trenchlesscrossings.com Orlando Ǿ &, ΖΕΛΔΓ 4¤¢ .®±³§ !¬¤±¨¢Ǿ )¢ȁ E SunriseBlvd (intercoastal Manuel Arismendymanuel.arismendy@mastec.comBirch Ocean Frontcrossing)1,450 ft. 11/9/2017 1-6" DirectionalBoreΚΕΕΖ $±ȁ -µ£ȁ %ȁFortLauderdale 4 Ǿ &, ΖΖΙΔΜ 5³¨«¨³¸ #®-²³±´¢³¨®-Ǿ )¢ȁ TEL: 561- 327-5320 Aurelia Pl & Idylewyld Dr. ΔΚΓ #®¬¬¤±¢¤ 2£ȁ FAX: 561-327-5319 Fredie BradyFPL SwimmingHallofFameSubaqueousFt. Lauderdale, Broward 750 ft.4/17/2017 9-6" Directional Bore ALT. FAX: 954-691-1719 5-¨³ Θ Cnty, FL fbrady@danella.com Ǿ &, ΖΖΗΕΙ 3®´³§¤±- 5-£¤±¦±®´-£ )-£´²³±¨¤²Ǿ )¢ȁSimpsonRd30" Water Main ΘΜΚΜ .7 ΔΘΔ 3³ȁ TEL: 954-650-4699Simpson RoadfromFtMyers315ft. 1-30" Directional BoreJuanBarrenecheJob #16-097 ThohopekeligaWater3/20/2017$ 232, 560.00 juanb@southernui.comRd to Pebble Pointa Way1,080 ft.1-30" DirectionalBore3´¨³¤ ʹΔΓΕ Authority Ǿ &, ΖΖΓΔΗ CONFIDENTIALPage 3 of 4 300 0±®©¤¢³ .7®±ª%-£ $0±®©¤¢³ 4®³0±®©¤¢³ -3/. $!6)3 ).# TEL: 561-588-1170Intercoastal Waterway FM Subaqueous Rob LimaLantana, FL1307 Ft.1-10" Directional Bore6/12/ 2016 ΙΓΗ (),,"2!4( $2)6% rlima@johnsondavis.comCrossing 4!.!Ǿ &, ΖΖΗΙΕ 37 &,Ǿ )¢ȁ Ken Cabana TEL: 239-332-1665Palm Beach Blvd (SR 80) Palm beach (SR 80) FM Replacement Optional Contact:Mari FAX: 239-332-4836crossing Orange River1375 ft.5/31/2016 1-30" Directional Bore$ 270,000.00 0/ȁ "®· ΙΔΙΗΙ Orange River Crossing CabanaTEL: 239-332-1668Ft. Myers, FL ȁ -¸¤±²Ǿ &, ΖΖΜΓΙ 370Ft. 1-4" Directional Bore 50 Ft. 1-4" Directional Bore TEL: 239-226-1606210 Ft. 1- 4" Directional Bore 3¨³¤¶®±ª ,,#ȁ CELL: 239-826-3884230 Ft. 1- 4" Directional Bore Corkscrew Wellifield (Fiber Optic Ralph Andrew FAX: 239-226-1605Estero, FL360 Ft.1-4" Directional Bore1/18/2016 ΗΙΜΙ %«¤µ7 Communications) ralph@andrewsitework.com310 Ft.1-4" Directional Bore ȁ -¸¤±²Ǿ &,ȁ ΖΖΜΓΘ brian@andrewsitework.com1800 Ft.1-6" Directional Bore 540 Ft.1-4" Directional Bore 320 Ft.1-4" Direcitonal BoreTEL: 877-945-2655 7¨«¢® %«¤¢³±¨¢Ǿ ,,#ȁ Kissimmee River Tom NemicFAX: 877-945-43262400 ft.1-8" Directional Bore11/17/ 2015$ 204,000.00Okeechobee, FL ΛΕΜΖ .7 ΙΗ³§ 3³ȁ -¨Ǿ &, ΖΖΔΙΙ tom@wilcollc.com 5.$%2'2/5.$ 54),)4)%3 ,,#ȁTel: 863-699-6699SR60CityofBartowGaleMcMinnsPeaceRiverWater Main1,600 Ft.10/21/2015 1-10" Directional Bore ΗΓΚ 0«E-mail: Bartow, FLª¤ 0«Ǿ &, ΖΖΛΘΕ sgmcminns@gounderground.biz SW 137th Ave fromSW5³¨«¨³¸ #®-²³±´¢³¨®-Ǿ )¢ȁTEL: 561-327-5320 120th St. toSW131stStΔΚΓ #®¬¬¤±¢¤ 2£ȁ FAX: 561-327-5319 FredieBradyFPLCourt & Lindgren(Court), SW 82nd St to N. 2160 ft. 2-6" Directional Bore2/10/2015 ALT. FAX: 954-691-1719 5-¨³ Θ Kendall Dr. along E. Side of fbrady@danella.com Ǿ &, ΖΖΗΕΙ Canal (Lindgren) Miami, FL TEL: 239-226-1606 Central Ave., 6th St. N.900ft. 1-16" Directional Bore 3¨³¤¶®±ª ,,#ȁ CELL: 239-826-3884 Option T-8 Reclaimed Water Distribution 2nd Ave. N, 2nd Ave. N. 700 ft. 1-16" Directional Bore RalphAndrewFAX: 239-226-16057/14/2014 ΗΙΜΙ %«¤µ7 System Expansion (380 Riverside Circle 750 ft.1-16" Directional Bore ralph@andrewsitework.com ȁ -¸¤±²Ǿ &,ȁΖΖΜΓΘNaples, FL)1180 ft. 1-16" DirectionalBorebrian@andrewsitework.com 5³¨«¨³¸ #®-²³±´¢³¨®-Ǿ )¢ȁ TEL: 561-327-5320 Dyer Rd. between Federal ΔΚΓ #®¬¬¤±¢¤ 2£ȁFAX: 561-327-5319 Fredie BradyFPL Submarine Crossing Belvedere FeederHwy & Flagler Dr. 4850 LF4850 LF HDPE, 3-10" pipes pull together on 36" hole. 12/30/2013$ 1,624,168.64 ALT. FAX: 954-691-1719 5-¨³ Θ West Palm Beach, FL fbrady@danella.com Ǿ &, ΖΖΗΕΙ CONFIDENTIALPage 4 of 4 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 BidProposalfrom: CityofWinterSprings SR434RECLAIMEDWATERMAINEXTENSION RFP02Ͳ22/JN BidPackagetobeDeliveredto: CityofWinterSprings Attn:RebeccaMcKeown 1126EastStateRoad434 WinterSprings,FL32708 AmiciEngineeringContractors,LLC. MailingAddress:10621SW139ST,Miami,FL33176 Contact:JuanBarreneche 954Ͳ650Ͳ4699,juanb@amiciec.com BIDDATE&TIME:Thursday,April14,2022@2:00pm 352 TableofContents SectionA:TEAMQUALIFICATIONS……………………………………………………………………͘͘͘͘͘͘͘͘͘͘ Ϯ ŝ͘CAPABILITIESͲINͲHOUSE͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϯ Ă͘CompanyBackground ď͘Staff Đ͘Equipment Ě͘AbilitytoRespond ŝŝ͘SIMILARPROJECTEXPERIENCE͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϰ Ă͘ReferenceProject1 ď͘ReferenceProject2 Đ͘ReferenceProject3 ŝŝŝ͘SUBͲCONTRACTORS͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϱ Ă͘Identifysubstobeutilized,role,contactinformation,%ofwork ŝǀ͘PROJECTMANAGER͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϲ Ă͘Twopageresume ŝ͘Experiencewithsimilarprojectsandoutcomes ď͘IdentifybackupProjectManager SectionB: SCHEDULE͘͘͘͘͘͘͘͘͘……………………………………………………………………………………..͘͘ϳ /͘PROJECTSCHEDULE͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϴ Ă͘Scheduleataminimum OverSchedule MajorEquipmentpurchaseifany PhasingPlan Durationofmajormilestones Criticalpathitems SubstantialCompletion FinalCompletion 353 SectionC:APPROACH………………………………………………………………………………………..͘͘͘͘͘͘͘͘ϵ ŝ͘CONTRACTORAPPROACH͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϵ Ă͘Riskassessments͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϭϬ ď͘EmergencyPlan͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϭϭ Đ͘ApproachtomaintainExistingLandscaping͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϭϮ Ě͘Stagingplan͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϭϯ SectionD:PRICE………………………………………………………………………………………………..͘͘͘͘͘͘͘͘ϭϰ Section000300:MANDATORYPROPOSALFORMS͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘͘ϭϱ 000300Ͳ1PARTIGENERAL………………………………………………………………………………………͘ϭϱ 000300Ͳ4BIDTABULATION……………………………………………………………………………………͘ϭϱ 000300Ͳ6SCRUTINIZEDCOMPANYCERTIFICATION…………………………………………………ϭϱ 000300Ͳ8NONͲCOLLUSIONANDCONTINGENTFEESAFFIDAVIT……………………………͘.ϭϱ 000300Ͳ10DRUGͲFREEWORKPLACECERTIFICATION………………………………………………͘͘͘ϭϱ 000300Ͳ11CONFLICTOFINTERESTCERTIFICATION……………………………………………………ϭϱ 000300Ͳ12FLORIDATRENCHSAFETYACTCERTIFICATION…………………………………………ϭϱ 000300Ͳ14CERTIFICATIONA&B………………………………………………………………………………͘͘ϭϱ SECTION000410BIDBOND……………………………………………………………………………………͘ϭϱ 354 S ECTION A : TEAM QUALIFICATION 355 SECTION ŝ : W/>/>d/^ 356 Amici Engineering Contractors, LLC April 14, 2022 City of Winter Springs Selection Committee Project: RFP 02-22JN, SR 434 RECLAIMED WATER MAIN EXTENSION Re: Introductory Letter To Whom It May Concern, Amici Engineering Contractors, LLC (Amici) appreciates the opportunity to present this proposal package for this Request for Proposal for the referenced project within the City of Winter Springs (City). As you will see from our Project Experience, Amici’s Team has extensive experience building within the Public Right-of-Way and understands that the key to a successful project is to prioritize the primary stakeholders’ concerns, including the City, businesses, and the general public. We understand the technical and physical challenges associated with the construction of utility service infrastructure within the City the Winter Springs and we understand the City’s desire to have a clean quality construction effort in this highly visible corridor. Furthermore, we understand that keeping the public safe is of utmost importance as well and will phase our work accordingly. Our experience, specifically in the construction of utility infrastructure utilizing trenchless installation methods such as those proposed for this project, uniquely positions our knowledgeable team of professionals to provide the City with the highest quality project possible. Amici is a full-service civil contractor offering services to private and governmental entities throughout the State of Florida. Our wide, specialized, and in-depth experience enables us to construct complex infrastructure projects utilizing a variety of traditional and/or innovative construction methods, and we routinely improve on project implementation for all our clients. Amici’s managing members have extensive experience in the construction of water and sewer transmission mains, water distribution and sewer collection systems, trenchless utility installation methods such as horizontal directional drilling (HDD) and jack-and-bore. We routinely assist Engineer’s and City’s with constructability reviews to help streamline their projects. We have the experience required to achieve project goals efficiently, on time, and within budget. At Amici, we pride ourselves on getting the job done right for all our clients and we hope to have the opportunity to add the City of Winter Gardens to our growing list of happy customers. Sincerely, Juan Barreneche, P.E., Managing Member 357 0SHBOJ[BUJPOBM$IBSU AMICI ENGINEERING CONTRACTORS ŵŝĐŝWƌŽũĞĐƚDĂŶĂŐĞƌ :ƵĂŶĂƌƌĞŶĞĐŚĞ͕W͕KǁŶĞƌ ŝƚLJ͛ƐWƌŽũĞĐƚDĂŶĂŐĞƌ d "NJDJ&OHJOFFSJOH$POUSBDUPST 5FBN ^ƵƉĞƌŝŶƚĞŶĚĞŶƚ EĞůƐŽŶ>ŝďĞƌƟ͕KǁŶĞƌ Contract Support ŚƌŝƐƚŽƉŚĞƌ>ĂnjnjĂƌŝ͕KǁŶĞƌ YDĂŶĂŐĞƌ :ƵĂŶĂƌƌĞŶĞĐŚĞ͕W ^ĂĨĞƚLJDĂŶĂŐĞƌ EĞůƐŽŶ>ŝďĞƌƚŝ :ĂĐŬĂŶĚŽƌĞ >ĞĂĚZŝĐŚDĐĂŶŶĂ ^ƵƌǀĞLJ :ŽŚŶtĞďďΘƐƐŽĐŝĂƚĞƐ͕/ŶĐ DĂŝŶƚĞŶĂŶĐĞŽĨdƌĂĨĨŝĐ ƌƌŝǀĞůŝǀĞdƌĂĨĨŝĐŽŶƚƌŽů ^ƵƉƉŽƌƚŝŶŐZŽůĞƐ KƚŚĞƌ^ƵďƐŽŶƐƚƌƵĐƟŽŶ^ĞƌǀŝĐĞƐ ƌŝůůŝŶŐKƉĞƌĂƟŽŶƐ>ĞĂĚ >ĂƵƌŽĐĞǀĞĚŽ ^ŝƚĞ^ƵƉĞƌŝŶƚĞŶĚĞŶƚ ŽĚLJŽŽŬ ^ĂĨĞƚLJDĂŶĂŐĞƌ EĞůƐŽŶ>ŝďĞƌƚŝ ^ĂĨĞƚLJDĂŶĂŐĞƌ EĞůƐŽŶ>ŝďĞƌƚŝ ^ĂĨĞƚLJDĂŶĂŐĞƌ EĞůƐŽŶ>ŝďĞƌƚŝ DŝŬĞ'ƵĞƌƌĂ Manager 358 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 Juan Barreneche, P.E. – Managing Member Mr. Barreneche, Sr, Project Manager for Amici Engineering Contractors., has experience in transmission pipelines installations, roadway and infrastructure since 2003. Mr. Barreneche has experience in civil engineering, construction management and cost estimating in the field of underground utility construction. As Senior Project Manager and Estimator his experience developed around projects involving the installation of water mains, drainage improvements, and sanitary sewer construction. He has obtained further specialization in neighborhood improvement projects, design-build projects, directional drilling, PCCP, box culvert construction, pump stations, treatment plants and sewer force mains for various publicly bid projects for municipalities throughout South Florida. As a Civil Engineer, he has combined technical knowledge and design thought processes with underground construction experience, thereby ensuring the success of design-build partnerships and broadening the capabilities of his company. Recent Project Experience Waters Edge Residential and River Ridge Golf Course Reclaimed Water Transmission Main, Pasco County, FL – The installation of a 16-inch DIP (approx.. 11,000 LF) reclaimed water main for Pasco County was a critical project that had strict funding deadlines. Working together with our directional drilling subcontractor, Centerline Directional Drilling Services, we redesigned the HDD alignments with the County’s design consultant to reconfigure the drills to benefit the project timeline and minimize traffic impacts. This project consisted of the installation of 19,000 lineal feet of 16- inch reclaimed water main to serve the River Ridge Golf Course and the Waters Edge Community. The project began at the intersection of Starkey Boulevard and DeCubellis Road connected to the existing 16-inch reclaimed watermain and continued along DeCubellis Road, crossing Ridge Road, then along Moon Lake Road terminating at the Waters Edge irrigation pond at Belle Haven Drive. The proposed reclaimed watermain was metered and discharge into the irrigation pond. The meter assembly contained an automatic flow control valve actuated by float control to refill the pond as necessary for irrigation. WWTP 24” Effluent Force Main and Yard Piping, Seminole Tribe of Florida – Hollywood Reservation, FL This project consisted of redesigning and installing a 24” force main across the Florida Turnpike (inside a 36” HDPE Casing) and through the Seminole Tribe Hollywood Reservation to the Injection Well Site. The work was performed as a subcontractor to Wharton-Smith who was the G.C. hired to complete the WWTP Construction. By working with the engineering firm hired by STOF, we effectively redesigned the open cut portion of the work through a newly constructed segment of the reservation neighborhood to be installed via HDD, thereby reducing impacts to the reservation roadways and residents. Once again, we worked closely with our directional drilling subcontractor, Centerline Directional Drilling, to complete these directional drills (1st shot across Turnpike was 1,250 of 36” HDPE Casing with 24” Carrier, 2nd shot was 1,400 LF of 24’ HDPE). The project also included open cut installation of approx.. 13,500 LF of 24” to 8” piping for force main, sewer, and drainage piping. East Water Treatment Plant Renovations Raw Water & Concentrate Main, City of Miramar, FL. This design-build project was a critical for the City of Miramar’s East WTP Expansion. Working as a subcontractor to Wharton-Smith, we assisted the engineer with the design and construction of this directional drill/open cut project. The project consisted of the installation of parallel 16” PVC Raw Water Main (approx. 4,000 LF incl. 18” HDPE HDDs) and a 12” PVC Reject Water Main (approx. 6,000 LF incl. 14” HDPE HDDs) from Years of Experience •15 years •Design Build experience since 2005 with an emphasis on large diameter directional drills, open cut, pump stations, MOT & all facets of construction Registrations & Certifications •Licensed Professional Civil Engineer in the State of Florida, PE#67662 •Certified Underground Utility and Excavation Contractor, CUC1224698 Education •University of Florida Bachelor in Science in Civil Engineering, May 2003 359 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 2 Juan Barreneche, P.E. – Managing Member the WTP to a downstream pump station and to 3 new production wells. By working closely with the engineering firm hired by Wharton- Smith, we effectively designed the parallel directional drills to enter and exit and points of minimal impact to the nearby residents and traffic patterns. We had to work closely to avoid impacting a nearby Community Center and in order to maintain access via flagman to some critical roadways. Once again, we worked closely with our directional drilling subcontractor, Centerline Directional Drilling, to complete these directional drills within the project timeframe and budget. This project is yet another example of our commitment to work closely with project owners to provide the best possible solution to the project challenges we come across. City-Wide High Tide Mitigation Project, City of Miami Beach, FL. Project Manager for this $3.3 million project which consisted of the installation of approximately 200 inline check valves on the drainage outfall system throughout the City of Miami Beach. Some areas required design-build solutions to ensure protection from tidal flooding prior to the October King Tide. Project also included the installation of over 13 drainage structures, 400 LF of 30” RCP, and repairs to drainage force mains. McKinley Street Interceptor Project, City of Hollywood, FL. - Project Manager for this $11.5 million gravity sewer project. Preliminary investigations and utility relocations were critical to ensuring that the 7,460 LF of 66” PCCP gravity sewer could be installed without delay. The project includes two 96” steel casings installations under FDOT and FEC Railroad via sand-shield tunnel. Varying soil and groundwater conditions proved to be the major challenges of this project. Belcher Road 48” Water Main Replacement, Pinellas County, FL. - Project Manager for this $7.5 million water main replacement project. The project included installation of 15,000 LF of 42” DIP and 12”/16” DIP parallel high line in the same trench. The project includes a jack and bore installation of a 60” steel casings under FDOT roadway. Dividing work and MOT into 5 phases and working within 10 ft of existing deteriorating 48” PCCP water main proved to be the greatest challenges of this project. Sunset Islands 1 & 2 Neighborhood Improvements, City of Miami Beach, FL The project includes water and storm water improvements, including the renovation of storm water outfalls and the installation of valley gutters with full roadway reconstruction in a high-end exclusive community. Major challenges to this unit price contract were extensive conflicts with existing utilities and a high-water table. Nautilus Neighborhood Improvement, City of Miami Beach, FL. This project consisted of 40,000 Linear feet of 8” water main, 20,000 linear feet of drainage piping ranging from 15 inch to 48 inch in diameter, drainage structures, (6) storm water pump stations, (36) injection wells, (20) gravity wells, milling and overlay. Extensive coordination and resident coordination. Biscayne Point Neighborhood Improvements Project, City of Miami Beach, FL. A $17.7 million neighborhood improvement project. The project began as a standard straight bid unit price contract ($10.9) and was converted into a design-build project by the City after a series of deficiencies with design were exposed and corrected by our team thereby adding value to the neighborhood. Project improvements consist of water and stormwater improvements, including pump stations, and above ground improvements to lighting, sidewalks, curb gutter, and roadway Horizontal Direction Drill 30-Inch Force Main Across Miami River, Miami Dade County, FL. Project consisted of the installing 1,400 LF OF 30" DIP Directional Drill Design Build. Replacement of 48” Force Main Design-Build Project, Broward County, FL. This $4.4 million design/build project included over 5,000’ of replacement of existing 48” PCCP in DOT ROW relocated and replaced with 48” Ductile Iron Pipe in Broward County ROW. Met aggressive 8 month schedule including design, permits and construction by working closely with Civil Engineering Subcontractor (Chen and Associates). Performed constructability reviews and assisted with permit acquisition. Project included a 48” subaqueous crossing. 360 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 Christopher Lazzari – Managing Member Mr. Lazzari has over 30 years of experience in accounting, construction management, Design- Build and cost estimating in the field of underground utility, roadwork and all facets of civil construction. As Sr. Project Manager, Chief Estimator and Design Build Manager. Mr. Lazzari’s experience developed around projects involving the installation of force and water mains ranging in size from 6” to 60”, drainage improvements, roadwork, sanitary sewer and bridge construction. He has obtained further specialization in directional drilling, prestressed concrete cylinder pipe (PCCP), box culvert construction, pump stations, treatment plants and sewer force mains on publicly bid, private and design-build projects for municipalities throughout Florida, New York and Texas. Recent Project Experience MDWASD Installation of 42-Inch DIP Water Main and 10-Inch Force Main to Port of Miami and PS 9141 Replacement, Miami-Dade County, FL. Miami-Dade Water and Sewer Department (MDWASD) installation of 9,740 linear feet of 42-inch ductile iron pipe (DIP) and fittings; 42-inch mechanical joint resilient seated wedge gate valve; Venturi meter (including valve and fittings, manhole frame and cover, valve box quick disconnect, and concrete support slab); 260 linear feet of micro tunneling under existing Florida East Coast (FEC) railroad right- of-way (including steel casing, drill shafts, and proposed area of construction); 4,600 linear feet of twin 30-inch high density polyethylene pipe (HDPE) horizontal directional drilling (HDD) subaqueous channel crossing along Biscayne Bay from Bayside to Port of Miami; replacement of Pump Station (PS) 9141 (including existing eight-inch cast iron pipe (CIP) force main connecting to wastewater collection and transmission system); and installation of approximately 5,000 linear feet of 10-inch replacement force main pipeline between PS 9141 and a point of connection on the mainland (City of Miami). City of Miami Beach/Florida Department of Transportation (FDOT) Indian Creek Storm Water Drainage Improvements, Miami-Dade County, FL. Installation of approximately 2,400 linear feet of 72-inch pipe, 400 linear feet of 36-inch pipe, and 15 drainage structures, traffic control, and all ancillary and miscellaneous work. Infrastructure improvements include new stormwater drainage system, pump station, and seawall. The existing roadway, curbs, gutters, and sidewalks were elevated to meet new flood elevation requirements of 3.7 feet North American Vertical Datum (NAVD). Driveways, light poles, signals, signage, and pavement markings were replaced to match the new roadway alignment and configuration. FDOT Alton Road 5th Street to Michigan Avenue (T6290), Miami-Dade County, FL. Construction in Miami Beach of approximately 15,000 linear feet of six-inch to 20-inch water main, 12-inch to 72-inch storm sewer, three storm water pump stations (20,000 GPM axial flow pumps each station), 36-inch stormwater force main, removal of contaminated material, restoration of FDOT roadway, outfall connection to Biscayne Bay, box culverts, and multiple excavations 25 feet deep and greater. Three stormwater pump stations were relocated from Alton Road to street ends as a cost-saving initiative with FDOT. MDWASD Norris Cut, Miami-Dade County, FL. Design-build project in Virginia Key including deep shaft excavation over 95 feet and installation of ring beam, topper slab, leveling slab, thrust wall, and seal wall. The project included installation of approximately 2,100 linear feet of 60-inch prestressed concrete cylinder pipe (PCCP) force main and 1,000 linear feet of high-density polyethylene pipe (HDPE) directional drill on Fisher Island. Sunset Islands 1 & 2 Neighborhood Improvements, City of Miami Beach, FL The project includes water and storm water improvements, including the renovation of storm water outfalls and the installation of valley gutters with full roadway reconstruction in a high-end exclusive community. Major challenges to this unit price contract were extensive conflicts with existing utilities and a high-water table Years of Experience •30 years Education •B.S. - Accounting Registrations & Certifications •Qualified Appliance Inspector of Stormwater (QCIS) Certification #4470793 361 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 2 Christopher Lazzari – Managing Member Biscayne Point Neighborhood Improvements Project, City of Miami Beach, FL. A $17.7 million neighborhood improvement project. The project began as a standard straight bid unit price contract ($10.9) and was converted into a design-build project by the City after a series of deficiencies with design were exposed and corrected by our team thereby adding value to the neighborhood. Project improvements consist of water and stormwater improvements, including pump stations, and above ground improvements to lighting, sidewalks, curb gutter, and roadway. 54-Inch Redundant Sewer Force Main, City of Miami Beach, FL. The project involved the installation of approximately 5,300 LF of 54-inch force main commencing at the existing 48-inch plug valve located at the intersection of Washington Avenue and Commerce Street, extending northerly in the right-of-way of Washington to the intersection of Euclid Avenue; approximately 4,200 LF of horizontal directional drilling along the urban corridor between Euclid Avenue and Washington Avenue; approximately 1,000 LF of open cut pipe installation along 11th Street and in Washington Avenue to accomplish final connections to the 30-inch discharge PS No.1 and the existing 48-inch plug valve in the intersection of Commerce and Washington Avenue. The 54-inch pipe replaces the existing force main sanitary line that was constructed in 1977 and served as the sole means on wastewater conveyance through Miami Beach. Crespi Blvd. Water Transmission Main, Storm Sewer Collection System & Pump Station, Miami Dade County, FL.Installation of Water Main and Storm Sewer System along Crespi Blvd between 85TH street and 79TH Street. The project Includes the installations of over 2500 LF of water main, over 2800 LF of Storm Sewer collection system, Installations of pollution Control Structure, Installations of Storm Sewer Pump Station, construction of seawall and landscaping along a residential neighborhood. Sweetwater Storm Sewer Improvements Phase IIB, Miami Dade County, FL. Installation of about 6000 LF of storm sewer collection system and two (2) storm sewer pump stations with capacity of 5500 GPM along a residential neighborhood. 48” Force Transmission Main Along N. Miami Ave, Miami Dade County FL Project included Furnishing and installing approximately 12,700 linear feet of 48-inch Prestressed Concrete Cylinder Pipe (PCCP), Furnishing and installing approximately 5,600 linear feet of 12-inch ductile iron water main to replace an existing 6-inch water main, including valves, fittings, cleaning and disinfection. Central Regional Reclaimed Pipeline, West Palm Beach, FL Project included construction of a pipeline that transports reclaimed water from the Palm Beach County WWTP to the Florida Power & Light power plant. The pipeline consisted of two sections, eastern and western. Mr. Lazzari was the PM on the eastern section which parallels State Road 704 and ends at the FP&L power plant near State Road 80. The pipeline consisted of 37,000 LF of 36" ductile iron pipe along SR 704 and over 9,000 LF of HOPE Directional Drilling thru a highly environmental sensitive area and a Jack and Bore under the Florida Turnpike. The project included multiple directional drills, jack & bore under Florida Turnpike including a horizontal directional drill using 36" HOPE to cross a wetland. The right-of-way included a number of roads, canal, and wetland crossings. Well pointing and sock were used to dewater the pipe route. Pump Stations for City of Miami Beach, City of Miami Beach, FL. - This Design-Build Project included the installation of (2) Stormwater Pump Stations at the street end of 14th & 10th street along Biscayne Bay. Projects included the installation of wet well approximately 25’ in depth, drainage defender box, grate box, valve vault, dissipator box and all miscellaneous piping. Installation was performed in a tight corridor at the street end of 14th & 10th Street along Biscayne Bay. Convention Center Pump Station, City of Miami Beach, FL. - This Design-Build of (2) Stormwater pump stations consisted of 4-20,000 gallons per minute (GPM) with a 18 feet total design head axial pumps, control panels, VFD's, (2) wet wells, (2) Water treatment quality units, trash rack, dissipator structure and new seawall. 362 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 Nelson Liberti II – Managing Member Mr. Liberti, General Superintendent for Amici Engineering Contractors., has experience in transmission pipelines installations, roadway and infrastructure since 1999. Mr. Liberti has successfully completed over $50 Million Dollars’ worth of projects per year. These projects include Construction/ design build, sanitary sewers, water mains, force mains, drainage pump stations, directional drilling, jack and bores, and micro tunnels. Mr. Liberti II has successfully completed a long list of projects within an urban environment throughout South Florida that include the installation of transmission water mains (PCCP, PVC & DIP), transmission force mains (PCCP, PVC & DIP), sanitary sewers, storm sewers, pump stations, jack and bores, micro tunnels, directional drills, roadways, sub-aqueous crossings and neighborhood improvement projects over the past two decades. Recent Project Experience MDWASD Installation of 42-Inch DIP Water Main and 10-Inch Force Main to Port of Miami and PS 9141 Replacement, Miami-Dade County, FL. Miami-Dade Water and Sewer Department (MDWASD) installation of 9,740 linear feet of 42-inch ductile iron pipe (DIP) and fittings; 42-inch mechanical joint resilient seated wedge gate valve; Venturi meter (including valve and fittings, manhole frame and cover, valve box quick disconnect, and concrete support slab); 260 linear feet of micro tunneling under existing Florida East Coast (FEC) railroad right- of-way (including steel casing, drill shafts, and proposed area of construction); 4,600 linear feet of twin 30-inch high density polyethylene pipe (HDPE) horizontal directional drilling (HDD) subaqueous channel crossing along Biscayne Bay from Bayside to Port of Miami; replacement of Pump Station (PS) 9141 (including existing eight-inch cast iron pipe (CIP) force main connecting to wastewater collection and transmission system); and installation of approximately 5,000 linear feet of 10-inch replacement force main pipeline between PS 9141 and a point of connection on the mainland. City of Miami Beach/Florida Department of Transportation (FDOT) Indian Creek Storm Water Drainage Improvements, Miami-Dade County, FL. Installation of approximately 2,400 linear feet of 72-inch pipe, 400 linear feet of 36-inch pipe, and 32 drainage structures, traffic control, and all ancillary and miscellaneous work. Infrastructure improvements include new stormwater drainage system, pump station, and seawall. The existing roadway, curbs, gutters, and sidewalks were elevated to meet new flood elevation requirements of 3.7 feet North American Vertical Datum (NAVD). Driveways, light poles, signals, signage, and pavement markings were replaced to match the new roadway alignment and configuration. FDOT Alton Road 5th Street to Michigan Avenue (T6290), Miami-Dade County, FL. Construction in Miami Beach of approximately 15,000 linear feet of six-inch to 20-inch water main, 12-inch to 72-inch storm sewer, three storm water pump stations (20,000 GPM axial flow pumps each station), 36-inch stormwater force main, removal of contaminated material, restoration of FDOT roadway, outfall connection to Biscayne Bay, box culverts, and multiple excavations 25 feet deep and greater. Three stormwater pump stations were relocated from Alton Road to street ends as a cost-saving initiative with FDOT. MDWASD Norris Cut, Miami-Dade County, FL. Design-build project in Virginia Key including deep shaft excavation over 95 feet and installation of ring beam, topper slab, leveling slab, thrust wall, and seal wall. The project included installation of approximately 2,100 linear feet of 60-inch prestressed concrete cylinder pipe (PCCP) force main and 1,000 linear feet of high-density polyethylene pipe (HDPE) directional drill on Fisher Island. Years of Experience • 20 years • Design Build experience since 2005 with an emphasis on large diameter PCCP, PVC and DIP transmission mains, HDD, MOT & all facets of construction Registrations & Certifications OSHA 1O Hour Training Certification # 00190 9709 OSHA Permit-Required Confined Space Entry OSHA29 CFR 1910. 146 Hydrogen Sul fide Safety C our se OSHA 29 CFR l 9 10.1000 fall Protection Course OSHA Subpart M 1926.500-503 363 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 2 Nelson Liberti II – Managing Member Sunset Islands 1 & 2 Neighborhood Improvements, City of Miami Beach, FL The project includes water and storm water improvements, including the renovation of storm water outfalls and the installation of valley gutters with full roadway reconstruction in a high-end exclusive community. Major challenges to this unit price contract were extensive conflicts with existing utilities and a high-water table. Nautilus Neighborhood Improvement, City of Miami Beach, FL. This project consisted of 40,000 Linear feet of 8” water main, 20,000 linear feet of drainage piping ranging from 15 inch to 48 inch in diameter, drainage structures, (6) storm water pump stations, (36) injection wells, (20) gravity wells, milling and overlay. Extensive coordination and resident coordination. Biscayne Point Neighborhood Improvements Project, City of Miami Beach, FL. A $17.7 million neighborhood improvement project. The project began as a standard straight bid unit price contract ($10.9) and was converted into a design-build project by the City after a series of deficiencies with design were exposed and corrected by our team thereby adding value to the neighborhood. Project improvements consist of water and stormwater improvements, including pump stations, and above ground improvements to lighting, sidewalks, curb gutter, and roadway 54-Inch Redundant Sewer Force Main, City of Miami Beach, FL. The project involved the installation of approximately 5,300 LF of 54-inch force main commencing at the existing 48-inch plug valve located at the intersection of Washington Avenue and Commerce Street, extending northerly in the right-of-way of Washington to the intersection of Euclid Avenue; approximately 4,200 LF of horizontal directional drilling along the urban corridor between Euclid Avenue and Washington Avenue; approximately 1,000 LF of open cut pipe installation along 11th Street and in Washington Avenue to accomplish final connections to the 30-inch discharge PS No.1 and the existing 48-inch plug valve in the intersection of Commerce and Washington Avenue. The 54-inch pipe replaces the existing force main sanitary line that was constructed in 1977 and served as the sole means on wastewater conveyance through Miami Beach. 54-Inch Water Main Subaqueous Crossing, Miami Dade County, FL. This deep subaqueous crossing appx. 300 LF of 54" DIP, was constructed alongside a bridge where (2) canals intersect to facilitate widening by the FDOT. The minimal tolerances of this pipeline and the deep complex installation within the canal were major challenges to this project. Horizontal Direction Drill 30-Inch Force Main Across Miami River, Miami Dade County, FL. Project consisted of the installing 1,400 LF OF 30" DIP Directional Drill Design Build. Pump Stations for City of Miami Beach, City of Miami Beach, FL. - This Design-Build Project included the installation of (2) Stormwater Pump Stations at the street end of 14th & 10th street along Biscayne Bay. Projects included the installation of wet well approximately 25’ in depth, drainage defender box, grate box, valve vault, dissipator box and all miscellaneous piping. Installation was performed in a tight corridor at the street end of 14th & 10th Street along Biscayne Bay. Convention Center Pump Station, City of Miami Beach, FL. - This Design-Build of (2) Stormwater pump stations consisted of 4-20,000 gallons per minute (GPM) with a 18 feet total design head axial pumps, control panels, VFD's, (2) wet wells, (2) Water treatment quality units, trash rack, dissipator structure and new seawall. City of Hollywood Water Main Replacement Phase I & 2, City of Hollywood, FL. This project consisted of the installing 53,825 Linear feet of 8” PVC watermain, 604 rear to front conversions, 352-meter relocations, restoration and asphalt overlay. This project had extensive coordination with homeowners as well as the FDOT. City of Hollywood Water Main Replacement Phase 3, City of Hollywood. This project consisted of 25,600 Linear feet of 8” PVC watermain, 340 Rear to front conversions, multiple meter relocations, restoration and asphalt overlay. This project had extensive coordination with homeowners as well as the FDOT 364 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 3 Nelson Liberti II – Managing Member Water Main & Force Main Intracoastal Waterway Crossings at Las Olas Blvd., Fort Lauderdale, FL. This project includes the installation of a 20” diameter water main and a new 16” diameter subaqueous force main on the south of Las Olas Blvd. Bridge to provide additional redundancy to the Las Olas area. The City had selected the horizontal directional drilling (HDD) method for construction of the proposed subaqueous crossings. 11th Street Water Main, Sanitary Sewer, Drainage & Road Reconstruction, City of Miami Beach, FL. This design build project which extended from Alton road to Washington Ave. consisted of installing a new 12” water main, drainage pipe ranging from 15” to 36” in diameter, 12” sanitary PVC gravity main, signalization, landscaping, concrete sidewalks and full road reconstruction. This project was very challenging since the new road was being raised by 1.5’ and all the existing buildings required to be harmonized. Extensive public outreach and coordination with building owners. Crespi Blvd, City of Miami Beach, FL. This Design Build Project included the Installation of Water Main and Storm Sewer System along Crespi Blvd between 85TH street and 79TH Street. The project also includes the installations of over 2500 LF of Water Main, over 2800 LF of Storm Sewer collection system, Installations of pollution Control Structure, Installation of (1) Storm Sewer Pump Station, construction of seawall and landscaping along a residential neighborhood. 365 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 .JLF(VFSSB– .BOBHFS Mr. Guerra, Manager for Amici Engineering Contractors., has experience in Contract Administration, Constuction Management, Facilities Mangement and Public procurement for the past 33 year. The past 18 years, Mr Guerra has been assisting Public agencies implement Job Order Contract (JOC) Programs. Mr Guerra has assisted Cities, Counties, and Federal Government organizations with projects to include Public works , Utilities, and Capital Construction Departments. Projects include, Neighborhood revitalization, Roadway reconstruction, infrastructure and Utilities upgrades, Facilities Maintenance and Construction, Park and Recreation, and minor renovations. He has also been involved in managing school Maintenance and Construction in his previous 15 years. Mr Guerra responsibilities will include, but limited to, Contract Administration, Project Administration, and assisting the Operations Department in project execution. Notable Project(s) City of Miami Flagler Street (project Cost $27,000,000.00) – Create a festival street from Biscayne Boulevard to NW 1st Ave by raising the road to the same grade as the sidewalks, changing it to a curb-less street, and adding pavers in the vehicular travel lanes. Deliver an enriched pedestrian experience with expanded sidewalks, large shade trees, outdoor café dining, improved LED lighting, signage, public art, and seating. Install new utilities – power, gas, fiber optics – to prepare for new vertical development. $JUZPG.JBNJ#FBDI+0$ $PMMJOT1BSL1SPKFDU 'MBNJOHP4USFFU*NQSPWFNFOUT /PSNBOEZ4IPSFT/FJHICPSIPPE/P308 7FOFUJBO*TMBOE/FJHICPSIPPE##FMMF*TMF $JUZPG.JBNJ+0$ 'MPSBM1BSL ** 4USFFU*NQSPWFNFOU .BSJOF4UBEJVN'MFY1BSL%FWFMPQNFOU .PEFM$JUZ%S.BSUJO-VUIFS,JOH#PVMFWBSE /&TU4USFFU4UPSN4FXFST Years of Experience • 18 years •Manage the day-to-day Job Order Contracting Operations Building Maintenance/ Facilities Operations/ Capital Construction / Public works SLED (state, local, educational, organizations) Healthcare, Higher Ed, in Florida, Alabama, Tennessee, Caribbean to include Federal Accounts. •15 years •Provided Facility Management and Construction through maintenance and operations K-12 and administrative buildings in the greater Miami Dade County area Education Saint Thomas University Bachelor in Business and Org Leadership 366 Amici Engineering Contractors, LLC Page 1 of 1 Amici Engineering Contractors LLC Employee List Employee Position Address 1 Andre J Newton Sr Tailman 1513 Rodney St Tampa, FL 33605 2 Arnoldo Robledo Operator 15119 Jeanie Lane Dade City, FL 33523 3 Austin M Ledoux Tailman 3134 21st North St Petersburg, FL 33713 4 Bart A Gilmore Operator 2690 Drew St Apt 1124 Clearwater, FL 33759 5 Christopher C Lazzari Owner/Mgr 5897 Club Dr Groveland, FL 34736 6 Cody Cook Superintendent 2402 River Hammock Ln Ft Pierce, FL 34981 7 Ector Garcia II Pipelayer 13303 Bull Road Dade City, FL 33525 8 Edward T Stiles Operator 3641 S Claridge Ave Homosassa, FL 34448 9 Enrique Munoz Lisea Tailman/Laborer 4501 WH Jordan Rd Plant City, FL 33563 10 Erasto E Garcia Pipelayer 36839 Suwanee Way Dade City, FL 33525 11 Fernando Munoz Mendez Tailman/Laborer 413 Walter Dr Plant City, FL 33563 12 Gerald C Chidsey Driver 978 Scenic View Ct Minneola, FL 34715 13 John C Mills Operator 1171 Wyatt Street Clearwater, FL 33756 14 John J Peters Laborer 6633 67th Lane N Pinellas Park, FL 33781 15 Jose A Rosales Pipelayer 4313 Francina Ct Lake Worth, FL 33463 16 Jose Alfredo R Zepeda Operator 26 N Eric Cir Greenacres, FL 33463 17 Jose C Garcia Operator 86 S Stuart Cir Greenacres, FL 33463 18 Jose Trejo Nieto Operator 7404 Tidewater Trl Tampa, FL 33619 19 Juan J Barreneche Owner/Mgr 10621 SW 139th St Miami, FL 33176 20 Julio Sales Jimenez Pipelayer 406 S B St Lake Worth, FL 33460 21 Miguel Pizano Laborer 6121 18th Street SW Palm Beach, FL 33415 22 Misael Guerra Manager 14423 SW 93 Ct Miami, FL 33176 23 Morgan D Powell Operator 2628 18th Ave North St Petersburg, FL 33713 24 Nelson A Liberti II Owner/Mgr 5513 River Bed Rd Groveland, FL 34736 25 Nelson A Liberti III Foreman 5513 River Bed Rd Groveland, FL 34736 26 Nicholas R Lazzari Admin/Laborer 400 Tanglewood Dr Davenport, FL 33896 27 Noah D Oelkers Superintendent 36246 Lanson Ave Dade City, FL 33525 28 Pedro Hernandez Garcia Laborer 96 South Stuart Dr Lake Worth, FL 33463 29 Rafael W Pizano Laborer 4982 Weymouth St Lake Worth, FL 33463 30 Raul Pizano Foreman/Operator 1668 61st Ave SW Palm Beach, FL 33415 31 Robert W Zinker Foreman 12002 Villa Rd Spring Hill, FL 34609 32 Roberto W Pizano Laborer 4982 Weymouth St Lake Worth, FL 33463 33 Ryan E Stiles Laborer 4933 Belle Chase Cir Tampa, FL 33634 34 Shawn N Miller Foreman 6633 67th Lane N Pinellas Park, FL 33781 35 William J Kopp Operator 7 401 Galloway Rd Weeki Wachee, FL 34613 367 Amici Engineering Contractors, LLC Page 1 of 1 Equipment Audit As of 04/06/2022 Type of Equipment Purchase Date Asphalt Zipper 8/11/2020 Big Tex Trailer 4/5/2020 Big Tex Trailer #2 9/13/2021 Boat Trailer 7/1/2020 Bomag BW260 Broom 2/8/2022 Bomag Roller Compactor 2/5/2020 Bomag Roller Compactor-BW100 12/13/2021 Cargo Trailer 4/7/2020 Chevy - Utility #1 1/3/2020 Chevy - Utility #2 3/10/2020 Chevy 2500 1/2/2020 Chevy Silverado 7/15/2021 Chevy Tahoe #1 1/2/2020 Chevy Tahoe #2 1/3/2020 Chevy-2500H 1/2/2021 Compactor #3 2/16/2021 Compactor MVH508DZ 12/8/2021 Eager Beaver 25 ton Trailer 2/23/2022 Freightliner Water Truck 3/2/2022 Gooseneck Trailer 1/24/2020 John Deere - 135G FT4 2/3/2020 John Deere - 245G FT4 3/30/2020 Type of Equipment Purchased Date John Deere - 304L 3/30/2020 John Deere - 333G #1 1/31/2020 John Deere - 333G #2 3/30/2020 John Deere - 50G 1/31/2020 John Deere - 544L 2/3/2020 John Deere - 544L #2 10/21/2020 John Deere - 544L #3 12/31/2021 John Deere - 60G 5/3/2021 John Deere - 624L 2/17/2021 John Deere - 85G 2/3/2020 John Deere - 85G #2 9/29/2021 Lay-Mor Sweeper 11/18/2021 Mikasa Compactor 1/3/2020 Mikasa Compactor #2 11/6/2020 Pipe Laser 3/16/2021 RAM 5500 Flatbed 1/20/2020 Rock Solid Enclosed Trailer 7/7/2020 Steel Plates 3/30/2020 Sullair 185 Air Compressor #1 10/1/2020 Sullair 185 Air Compressor #2 4/7/2021 Western Star 49X 12/3/2021 368 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State /Division of Corporations /Search Records /Search by Entity Name / Detail by Entity Name Florida Limited Liability Company AMICI ENGINEERING CONTRACTORS LLC Filing Information L15000085955 47-4185194 05/11/2015 FL ACTIVE LC AMENDMENT 09/28/2020 NONE Principal Address 10621 SW 139TH STREET MIAMI, FL 33176 Changed: 10/07/2019 Mailing Address PO BOX 160943 MIAMI, FL 33116 Changed: 03/18/2020 Registered Agent Name & Address BARRENECHE, J. MICHAEL 10820 SW 123RD ST STE 500 MIAMI, FL 33176 Name Changed: 10/07/2019 Address Changed: 01/20/2022 Authorized Person(s) Detail Name & Address Title MGRM D C Florida Department of State Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?... 1 of 2 4/6/2022, 6:35 PM 369 BARRENECHE, JUAN J 10621 SW 139TH STREET MIAMI, FL 33176 Title MGRM LIBERTI, NELSON A, II 5513 RIVER BED RD GROVELAND, FL 34736 Title MGRM LAZZARI, CHRISTOPHER C 5897 CLUB DR GROVELAND, FL 34736 Annual Reports Report Year Filed Date 2020 03/18/2020 2021 02/01/2021 2022 01/20/2022 Document Images 01/20/2022 -- ANNUAL REPORT View image in PDF format 02/01/2021 -- ANNUAL REPORT View image in PDF format 09/28/2020 -- LC Amendment View image in PDF format 03/18/2020 -- ANNUAL REPORT View image in PDF format 10/07/2019 -- LC Amendment and Name Change View image in PDF format 04/30/2019 -- ANNUAL REPORT View image in PDF format 04/27/2018 -- ANNUAL REPORT View image in PDF format 04/22/2017 -- ANNUAL REPORT View image in PDF format 04/29/2016 -- ANNUAL REPORT View image in PDF format 05/11/2015 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?... 2 of 2 4/6/2022, 6:35 PM 370 -Ѵv;;v_;-uvķ";1u;|-u!om ;"-m|bvķo;umou"$$ ! !$$ &""" ! ""!&$"$!&$ &"$!+"! $& !!& &$$+ş*($!"!$ & !$!("" $!ƓѶƖķ ! "$$&$"!!ķ&" omo|-Ѵ|;u|_bv7o1l;m|bm-m=oulĺ!$!$!""&!Ĺ&ƐƑƑƓѵƖѶ*!$ $Ĺ&&"$ƒƐķƑƏƑƑ$_bvbvouѴb1;mv;ĺ|bvmѴ-=Ѵ=ou-mom;o|_;u|_-m|_;Ѵb1;mv;;|ov;|_bv7o1l;m|ĺ $ƐƏѵƑƐ")ƐƒƖ"$ ƒƒƐƕѵѴ-v;ub=Ѵb1;mv;vomѴbm;-| Ѵoub7-b1;mv;ĺ1ol371 Ѵb;ĺuomķ";1u;|-u!om ;"-m|bvķo;umou"$$ ! !$$ &""" ! ""!&$"$!&$ &"$!+"! $& $!$!!"!$ & !$!("" $!ƓѶƖķ ! "$$&$"!!ķ&" omo|-Ѵ|;u|_bv7o1l;m|bm-m=oulĺ!$!$!""&!ĹƐƑѵƓѵƕƒ*!$ $Ĺ&&"$ƒƐķƑƏƑƑ$_bvbvouѴb1;mv;ĺ|bvmѴ-=Ѵ=ou-mom;o|_;u|_-m|_;Ѵb1;mv;;|ov;|_bv7o1l;m|ĺ $ƐƏѵƑƐ")ƐƒƖ"$ ƒƒƐƕѵѴ-v;ub=Ѵb1;mv;vomѴbm;-| Ѵoub7-b1;mv;ĺ1ol372 373 !WYMPggg -- --- 3Ug5LUQg)]g.8dg$US;=YSg 3KM\gM\g]Ug8<`M\=gdU_g]K8]gU_YgU?D;=gWZU`M<=\g#M< g0=ZGR8S;= g8S<g08dQ=S]g#US<\gAVYg !QM;Mg&SIMS==ZMSIg$US]Z8;]UY\ g,,$g 3K=MZg\_Z=]dg\MS;=gg0LMP8<=PWKM8g)S<=QSM]dg )S\_Y8S;=g$UQW8Sdg;8YZM=\g8Sg!.g#=\]g18]MSIgU@g!g2_W=YMUZg74g8S<gPM\]=<gMSg]L=g %=W8Z]Q=S]gU@g]L=g3Z=8\_Zd\g'=<=Z8Pg1=IM\]=Zg #8\=<g_WUSgSUZQ8Pg8S<g\]8S<8Y<g_S<=ZbYM]MSJg;YM]=YM8g8]g]K=g]MQ=gU@g]L=gY=X_=\]gb=g \KU_P<g:=gMSg8gWU\M]MUSg]Ug WZU`M<=g0=YAVYQ8S;=gg 08dQ=S]g#US<\gGYg\MSIP=gWYUN=;]\gMSg ]L=g g Z8SI=g8S<g gMSg]L=g8IIY=I8]=gU@gbKM;Lg gM\g ;_YY=S]Pdg8`8MP8:P=g 3K=\=g8QU_S^\g\KU_P<gSU]g:=g;US\^Z_=<g8\g8gPMQM]g:_]gZ8]K=Zg8gI_M<=g ]UgK8S<P=g]K=MZg<8d]U <8dgS==<\g5=gU:`MU_\PdgY=\=Y`=g]L=gZMIK]g]UgZ=`M=bg8PPg;US]Y8;]_8Pg <U;_Q=S]\g:US<gAVZQ\ g8S<gU:]8MSg\8]M\A9;]UZdg=`M<=S;=gU@gHS<MSIgWZMUYg]UgES8Pg ;UQQM]Q=S]g]UgM\\_=g8Sdg:US<\g !QM;Mg&SIMS==ZMSIg$US]Z8;]UY\ g,,$gM\g8Tg=c;=PP=S]g;US]Y8;]UZg8S<gb=gKUP<g]L=QgMSg]L=g LMIL=\]gY=I8Z<g /:`MU_\Pd gb=g C=Pg =c]Z=Q=Pdg;USF<=S]gMSgU_Yg;US]Z8;]UYg8S<g=S;U_Z8I=g dU_g]UgUAB=Yg]L=Qg8TgUWWUZ]_SM]dg]Ug=c=;_]=g]K=g8:U`=gY=A>Y=S;=<gWZUN=;]g 3LM\gP=]]=YgM\gSU]g8Sg8\\_QW]MUSgU@gPM8:MPM]dg )]gM\gM\\_=<gUSPdg8\g8g:US<MSJgY=A>Y=S;=g Z=X_=\]=<g:egU_YgY=\W=;]=<g;PM=S]g )@gdU_g\KU_P<gL8`=g8SdgX_=\]MUS\gWP=8\=g<UgSU]g K=\M]8]=g]UgIM`=gQ=g8g;8PPg 2 f P d g 0 -* a 8S;=g$UQW8Td 68ZZ=Sg.g!P]=Y g "]]U[=d MS (8;]g &&&!"&" "& %& #"& & %&&!&& & & %& $ & 374 SECTION ŝŝ : ^/D/>ZWZK:d yWZ/E 375 Amici Engineering Contractors, LLC April 14, 2022 City of Winter Springs Selection Committee Project: RFP 02-22JN, SR 434 RECLAIMED WATER MAIN EXTENSION Re: Overall Company Experience To Whom It May Concern, At Amici Engineering Contractors, LLC (Amici), we pride ourselves on our work experience and our reputation. Our key personnel has extensive experience with unique projects, especially with projects utilizing a combination of open cut installation and trenchless technologies such as Horizontal Directional Drilling and Jack and Bores. The attached 3 similar project experience sheets are but a small sample of the projects we have completed which are similar to this project. We have included a more comprehensive list of our teams experience and we stand ready to provide additional information on these projects or additional references to assist the City with confirming our experience record. We hope to add the City of Winter Springs to our list of happy customers! 376 SIMILAR PROJECT EXPERIENCE River Landing – Offsite Utilities CONTRACT AMOUNT $9.2 MILLION a. Owner – TTaylor Morrison b. Project Name – RRiver Landing – Offsite Utilities c. Project Location – NNear SR 56 and Morris Bridge Road in Wesley Chapel, FL d. Dates work was performed – 11/2020 to 8/2021 e. Work shall be completed within the last 10 years. YYes f. Was the project schedule met? YYes g. What challenges occurred? How were these overcome? TTight Corridor alongside Morris Bridge Rd with congested utilties. Utilizing a flagman operation and a small bucket excavator we carefully excavated a trench for the pipe. Also utilized HDD in very tight areas to avoid utility breaks. h. Summary of any OSHA safety violations or significant injuries during the course of the work. NNone i. Owner Contact information – Br yan Jackson, P.E. (805)748-8675, Br yan.Jackson@waldropengineering.com and Andrew Miller (727)647-0566, drew.miller63@gmail.com PROJECT DESCRIPTION: Project included construction of 50,000 LF of 12" to 24" (PVC/HDPE) Water Main, Force Main, and Reclaimed Water Main via Open Cut and Directional Drill. Project site is along SR 56 (Pasco County) from Morris Bridge Road 7,000 LF to the West of the Intersection, continuing North on Morris Bridge road to SR 54 and from Morris Bridge Road to Ryans Road along Chancey Road. AMICI completed the project ahead of schedule. 377 SIMILAR PROJECT EXPERIENCE City of Tampa – Sunset Park East Distribution Pipeline a. Owner – CCity of Tampa b. Project Name – SSunset Park East Distribution Pipeline c. Project Location – SSunset Park Neighborhood, City of Tampa d. Dates work was performed – 110/2020 to 8/2021 e. Work shall be completed within the last 10 years. YYes f. Was the project schedule met? YYes g. What challenges occurred? How were these overcome? HHigh Water Table, Wellpoints Installed. h. Summary of any OSHA safety violations or significant injuries during the course of the work. NNone i. Owner Contact information – JJames King, P.E., (813) 635-3416, James.King@tampagov.net PROJECT DESCRIPTION: Project consists of installing appro imately 4,575 linear feet of 6 inch and 5,606 linear feet of inch ductile iron pipe ater main ith all re uired appurtenances and fittings, 7 ater ser ices, cutting and plugging, road ay restoration, side al s, dri e ays, traffic control, sodding, tree protection, grouting of a andoned pipe, al e adjustment and remo al, incidental ideo photography 378 SIMILAR WORK EXPERIENCE Boyette Road Reclaimed Water Main Extension *Work Performed by AMICI Forces CONTRACT AMOUNT $624,000 a. Owner – PPasco County b. Project Name – BBoyette Road Reclaimed Water Main Extension c. Project Location – BBoyette Road and Wells Road d. Dates work was performed – 11/2020 to 5/2021 e. Work shall be completed within the last 10 years. YYes f. Was the project schedule met? YYes g. What challenges occurred? How were these overcome? CConver ted some open cut to directional drill and installed open cut in public ROW h. Summary of any OSHA safety violations or significant injuries during the course of the work. NNone i. Owner Contact information – Ivan Martinez (813) 235-6189 imartinez@pascocountyfl.net Project included construction of he construction of 04 lineal feet of inch P C, 65 lineal feet of inch P C and 705 lineal feet of DP reclaimed ater main eginning at the Wesley Chapel District Par and continuing south along Boyette Road terminating at the intersection of Boyette Road and Merilee Place. 379 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATEFurnish and Install 4 , 0 , 6 , Sanitary FM along the William Lehman Cause ay acht Clu ( A)Miami Dade Water Se er 07 SW th A e Miami, FL 46Mr. ary Clar e, Miami Dade Water Se er Department(7 6) 55 44 ary.Clar e miamidade.go4,45 , .0 Furnish Install 670 LF of 4 P C, 770 LF of 0 P C , 0 LF of 6 P C, 4 0 LF of P C, 70 LF of P C pipe for se age force main 4 plug al es 07 ductile iron fittings including tapping connection to an e isting se age force main, 4 LF of 6 .D.P. . ia ori ontal Directional Drill) along W Country Clu Dr and a andoning 465 LF of inch and 500 LF of 4 inch force main. Wor ta ing place off and on the road ay in the City of A entura.0 CompleteFPL P A Bl d Phase Water Main tension ProjectFlorida Po er and Light Company700 ni erse Boule arduno Beach, Florida 40on Rosenthal, Manager Construction 56 6 4 4 74 on.Rosenthal FPL.com ,75,5.46 Furnish Install appro . , 00 LF of 4 DP Casing 4 Carrier Pipe ia ori ontal Directional Drill across FD andF C Railroad. Includes appro . 0 LF of 4 DIP connections to e isting Seacoast tility Water Main4 CompleteDade Bl d. mergency Force Main Replacement Design Build ( A)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go, 7 , 4.56 Design and Construct appro . ,600 LF of 0 DP Force Main ia ori ontal Directional Drill and pen Cut through a congested utility corridor of Dade Bl d and the enetian Cause ay. Includes connection to the e istign 4 PCCP Force Main6 Completeampa Bay Water n Call mergency Contract ( A)ampa Bay Water d Da is ( ) 456 ,000,000.00 n Call mergency Contract CompleteSR 56 Road ay Impro ementso Ri ers Phase RIPA Associates (Pasco County)40 ech Boule ard . Suite . ampa, FL 6Mar Price, P. ., RIPA Associates( ) 6 6777 mprice ripaconstruction.com6, 4 ,0 0.40 Furnish Install appro . ,000 LF of 4 to 4 P C Force Main, Water Main and Reclaimed Water Main ia pen Cut and Directional Drill along FD Road ay SR 564 CompleteFarm arrera ffsite Pipeline ( A) RIPA DR orton ( ills orough County)osh Smith ( ) 6 0 6 0,455, 5 . 6 Install , 40 linear feet of offsite pipeline (6,460 0 FM, 6 0 WM, 6400 RCWM) along the R W of Charlie aylor Road in Plant City. Contract or also inludes , 5 of and 6 DP ia DD along ith 5 jac and ores. Amici responsi le for all M , restoration de atering re uired. 60 CompleteWater Main Replacement Project, Phases I ( A)City of La e Worth Beach, 7 N Di ie igh ay La e Worth Beach, FL 460iles Rhoads, P (56 6 )grhoads la e orth eachfl.go ,67 , .00 Furnish and Install , 07 linear feet of 6 P C WM, ,5 6 LF of 4 DIP WM and rear to front ser ice connections. Includes all restoration and M . 0 CompleteBrighton Water reatment Plant Ra Water Main Impro ements ( A)Wharton Smith, Inc. (Prime Contractor)5 W Indianto n Rd 0 , upiter, FL 45Seminole ri e of Florida ( ner)ames M. Contino, Project Manager 56 54 7 6, jcontino hartonsmith.com , 5,500.00 Install 400 ( ) reclaimed ater main ia DD, and install 5000 ( ) reclaimed ater main ia open cut. Wor also consited of restoration, M and appurtances re uired 5 CompletePage1of6380 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATEFair a s Wm Replacement ( A)City of ampa 06 ac son Street, 4Nampa, FL 60ames ing, P ( ) 7 70ames. ing tampago .net , ,0 . 0 Furnish and install appro imately 7 LFof 4 , 4,4 LF of 6 , , 45 LF of ductile iron, and 5 0 LF of 6 DP ater main, road ay restoration, M , reha ilitation of , 0 LF of gra ity se ers y Cured in Place Pipe including detu erculation, cleaning and inspection, se age ypass pumping, re esta lishing ser ice connections, chemical grouting laterals, manhole rehailitation y application of structural coating system. Completemergency Construction ser ices for Se er Pump Station ( A)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go4 , 5.04 Amici had to replace the in ert correction at the Sanitary Se er Pump Station at La orce and rehailiati e or necessary to eliminate surcharge conditions on the manhole directly upstream from the pump station.06 DP ia DD pperson North (Pasco County) ( A)BRW Metro De elopment (Pasco County)Matt Suggs, Project Manager50 N. Roc y Point Dri e, Ste 050, ampa, FL 607office . . 07 , mo ile 4 . .6 Matt MetroD .com ,600.00 Install appro imately 500of 6 DP RCWM ia DD 7 0mergency FM Repirs of Su a ueous Pipe Bet een Sunset Islands ( A)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go5,000.00 Amici installed a 0 DP pipe across channel et een Sunset Islands , su merge pipeline, install anchor ags and pro ide connections to e isting FMSunset Par Distri ution Line Replacement ( ast) ( A)City of ampa 06 ac son Street, 4Nampa, FL 60ames ing, P ( ) 7 70ames. ing tampago .net , ,000.00 Installing appro imately 4,575 linear feet of 6 inch and 5,606 linear feet of inch ductile iron pipe ater main ith all re uired appurtenances and fittings, cutting and plugging, road ay restoration, side al s, dri e ays, traffic control,sodding, tree protection, and grouting of a andoned pipe.0SR 5 Force Main tension ( A)Metro De elopment roup50 N. Roc y Point Dri e, Ste 050, ampa, FL 607 Mr. Randy Appen eller randy metrodg.com office 07,4 0,75 . 6 Installation of appro imately , 40 linear feet of 6 inch DP Force Main ia DD and 6,540 linear feet of 6 inch P C Force main ia open cut along an FD corridor.00 mergency FM Repair ( A)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go67, 00.00 Remo e and replace a section of FM hich as ro en. Amici had to di e the pipe, remo e an section and replace utili ing slee es. 70Ri er Landing ffsite tilities Project (A)aylor Morrison of Florida50 N Cattlemen Road, Suite 00Sarasota, FL 4 4Bryan ac son, P. . ( 05)74 675 Bryan. ac son aldropengineering.comAndre Miller (7 7)6470566dre .miller6 gmail.com, 6 , 7.00 Installation of appro . 50,000 LF of to 4 (P C DP ) Water Main, Force Main, and Reclaimed Water Main ia pen Cut and Directional Drill60pperson Ranch Meado Ridge o nhomes tility Impro ements ( A)Metro De elopment roup50 N. Roc y Point Dri e, Ste 050, ampa, FL 60Matt Suggs, Project Manager50 N. Roc y Point Dri e, Ste 050, ampa, FL 607office . . 07 , mo ile 4 . .6 Matt MetroD .com 0,055. 6 Installation of jac and ore casings for ater, reclaimed, and gra ity se er (at grade) under a County road ay, open cut installation of appro imately 50 LF of deep gra ity se er ith manholes, and appro imately 00 LF of ater and reclaimed pressure mains.50Page2of6381 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATEBoyette Road Reclaimed Water Main tension ( A)Pasco County Purchasing Department o ernment Dri e Ne Port Richey, FL 4654I an Martine ( ) 5 6 imartine pascocountyfl.net 6 4,5 .00 he construction of 04 lineal feet of inch P C, 65 lineal feet of inch P C and 705 lineal feet of DP reclaimed ater main eginning at the Wesley Chapel District Par and continuing south along Boyette Road terminating at the intersection of Boyette Road and Merilee Place.40enetian Cause ay WM mergency Repair ( A)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go7 ,545.6 mergency replacement of e isting WM on the south side of the enetian Cause ay. Amici installed 550 of 0 DP along the ridge and pro ided connections to e isting 6 WM. Wor included ( ) 6 al es along ith M and all associated restoration.00mergency Repair of 6 Force Main at 7 nd Street Par ing Lot ( A)City of Miami Beach Pu lic Wor s Department 45 Dade Bl d., Miami Beach, FL Mariana ora, P. ., Assistant Director of Infrastructure, 05 67 7000 e t 6 0Mariana ora miami eachfl.go7,75 .00 Remo al and replacement of ruptured 6 inch DIP force main and instalaltion fo a 6 utterfly al e0004 PCCP Water Main (Area N)Project ( N,C)Miami Dade Water Se er 07 SW th A e Miami, FL 46Dan Smoli (407) dsmoli garney.com, 00,000.00 Design Build Su contractor to arney Construction to install 5,000 LF of 4 PCCP Water Main (La or uiment nly Contract)00MDWASD Installation of 4 Inch DIP WM, 0 Inch FM and Pump Station 4 Replacement ( N)Miami Dade Water Se er 07 SW th A e Miami, FL 46ary Clar ( 05) 05 6 0 gary.clar e miamidade.go, 00,000.00 Installation of ,740 LF of 4 DIP WM, 4,600 LF of 0 DD, 5,000 LF of 0 Inch FM and Pump Station0th Street Impro ements Project ( N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL tniel Rodrigue (7 6) 04 otnielrodrigue maimi eachfl.go6, 00,000.00 Design Build Install 5 0 LF of to atermain, storm drainage, gra ity se er, streetscape and road reconstruction0McMullen Booth Road and SR5 0 Water Main Impro ements ( )Pinellas County .S. N.Clear ater, FL 765Paul iuliani, P. .(7 7) 464 00(7 7)45 4, 55, 0 .00 Installation of appro . ,000 LF of 6 Reclaimed Watermain ia DD and pen Cut (FP C DIP)00pgrade of Se age Pump No. 0 4 Installation of Force main from PS 04 ( )Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46e in eene, P. .(7 6) 6 50eane miamidade psip.com, 7,6.5 pgrade of Se age Pump , 40 LF of DIP Force Main Installation 00Seminole ri e of Florida olly ood WW P Force Main and ard Piping ( )Wharton Smith, Inc. (Prime Contractor)5 W Indianto n Rd 0 , upiter, FL 45Seminole ri e of Florida ( ner)reg Williams, P. . (56 ) 74 5 56, (56 ) 45 5g illiams hartonsmith.com,6, .00Installation of ,650 LF of 4 DP FM ia DD and open cut installation of appro .. ,500 LF of 4 to piping for force main, se er, and drainage piping.0pgrade of Se age Pump Station No. 0506 ( )Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46e in eene, P. .(7 6) 6 50eane miamidade psip.com7,6 .00 Rehailitation of an e isting se er pump station. he lift station reha re uired a 4 hour manned ypass and ill re uire the remo al and replacement of the e istign ft diameter et ell.70ast Water reatment Plant Reno ations Ra Water Concentrate Main, City of Miramar ( )Wharton Smith, Inc. (Prime Contractor)5 W Indianto n Rd 0 , upiter, FL 45City of Miramar tilties ( ner)reg Williams, P. . (56 ) 74 5 56, (56 ) 45 5g illiams hartonsmith.com,7,6.00his Design Build project included the installation of se en directional drill of 4 and DP totaling 5,000 LF and open cut installation of 5,5 0 LF of 0 to 4 P C pipe for the ra ater main and reject main needed to connect this W P to the ne ells drills y Wharton Smith (Prime Contractor). 0Page3of6382 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATEWaters dge Residential and Ri er Ridge olf Course Reclaimed Water ransmission Main ( )Pasco County Purchasing Department o ernment Dri e Ne Port Richey, FL 4654I an Martine ( ) 5 6 imartine pascocountyfl.net , 6,605.00 Project included fi e directional drills of DP (6 LF, 7 LF, 00 LF, 77 LF, and 0 LF) and open cut installation of 4,700 LF of 6 DIP for a critical reuse project along a usy corridor670mergency Repair of 7 PCCP on Biscayne Bl d and N 56th Street ( N, C)Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Ale alde Inspector(7 6) 6 0 ale . alde miamidade.go4,000,000.00 Rehailitation of an e isting se er pump station including the installation of appro . 00 LF a ne 0 DIP force main. he lift station reha re uired a 4 hour manned ypass and as a dry pit et ell configuration.60Neigh orhood Road Program ear District 5th, 6th, 7th, th A enue North ( )City f La e Worth Water tilities Administration 0 College Street La e Worth, FL 46iles Rhoads (56 )5 6 640grhoads la e orth eachfl.goRichard as o (56 ) 4 Richardhasco ginc.com4, ,6 6. 0Construction of Road ay Pota le Water and Sanitary Se er Impro ements including installation of o er 5,000 LF of 4 to Water Main (DIP P C) in a residential area. Included road ay, cur , and side al restoration and se er main lining.4504 Inch PCCP Force Main Along N Miami A e Project ( N,C, CC)Miami Dade Water Se er 07 SW th A e Miami, FL 46Arnelio Alfonso (7 6) 5 7aalfonso apcte.com,000,000.00 Design Build ,000 LF of 4 PCCP FM and trench restoration0City Wide igh ide Mitigation Project ()City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL ugene gem a, P. . ( 05) 67 70 0 ugene gem a miami eachfl.go, 46,5 .66 Installation of appro imately 00 inline ac flo pre ention al es and large drainage structures o er on the City s storm ater outfalls throughout the City also included the installation of small ater mains and al es, and 400 LF of 4 RCP Drainage Piping.0pgrade of Se age Pump Station No. 06 ()Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Nico age PM( 54) 554 7 4Ngage miamidade psip.com545,000.00 Rehailitation of an e isting se er pump station. he lift station reha re uired a 4 hour manned ypass.50C 4 Canal Force Main ( )Bro ard County Water Waste ater ngineering Di ision 555 W. Copans Road, Pompano Beach FL 06Micheal agerty P. . ( 54) 7 Mhagerty ro ard.org, 5, 00.00 Installation of appro . 700 LF of 0 Inch DIP Force Main along the C 4 Canal Ban and 6 4 LF of 6 DP ia ori ontal Directional Drill across Roc Island Road. Project also included a 0 and 0 Linestop.ith ypass to replace al es at the connection point.0FD Indian Cree Water Drainage Impro ements ( N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL tniel Rodrigue (7 6) 04 otnielrodrigue maimi eachfl.go,000,000.00 Install ,400 LF of 7 DP Pipe, 400 LF of 6 pipe and drainage structutres. Also install strom ater Pump Station0Con ention Center Pump Station Project (N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL iancarlo Pena ( 05) 546 4 giancarlopena maimi eachfl.go6, 00,000.00 Design Build Storm Water Pump Station and Install 450 LF 6 RCP Pipe7054 Inch Redundent Se er Force Main Project ( N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL iancarlo Pena ( 05) 546 4 giancarlopena maimi eachfl.go,000,000.00 Design Build 4,450 LF of 54 DP ia DD and , LF of 54 PCCP ia open cut40Siesta ey Force Main Phase and Water Main ( )Sarasota County Board of Commisioners 660 Ringling Bl d. Sarasota, FL 4Matt aylor, (4) 64 Mataylor scgo .net4, 70,000.0 Installation of appro . 0,000 LF of 0 DP force and ater main across the Intracoastal Water ay from Siesta ey to Constitutional Bl d. and appro . 000 LF of 0 P C piping for connections.70Water Main tension Connecting SR 5 to SR 0 ( )Palm Beach Water tilities Department 00 Forest ill Bl d. West Palm Beach, FL 4oseph anecredi, P. . (56 ) 4 60 tanecredi p c ater.com6 7, 00.00 Installation of appro . 6500 LF of a ne 6 ater main connecting to the e isting ater main on State Road 5 to the 6 inch ater main along State Road 0. 07Simpson Road 0 Water Main Project ()ohope aliga Water Authority 5 Martin Luther ing Bl d rd Floor issimmee, FL 474d in Matos, P. (407) 44 5000 matos toho ater.com,0 4,6 5.00 Installation of appro . 00 LF of 0 DIP Water Main and 00 LF of 0 Fusi le P C ia DD along an sceola County Road ay.007Page4of6383 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATE7 nd Street Drainage Impro ements ()City of Sunny Isles Beach6070 Collins Aenue, rd FloorSunny Isles Beach, FL 60l a Linton05 7edorsett si fl.net, 06, 6 .00 Installation of appro . ,500 LF of 5 to 4 RCP Drainage Replacement Piping, offset utilities, and install drainage ac flo pre entors.07pgrade of Se age Pump Station 0076 0 inch Force Main on NW 4th A enue ( )Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Aaron Anderson PM ( 05) 446 7450 Aanderson miamidade psip.com7 , .00 Rehailitation of an e isting se er pump station including the installation of appro . 00 LF a ne 0 DIP force main. he lift station reha re uired a 4 hour manned ypass and as a dry pit et ell configuration.007Flamingo Road Reclaimed Water Main Project ( )City of Miramar Water tilities Dept. 00Pem ro e Road, Miramar, FL 0 7Stephen latthorn, P. ( 54) 5 4 Sglatthorn miramarfl.go, 60,000.00 Design Build Project Included Installation of appro . ,500 LF of Inch DP and P C reclaimed ater main along the Flamingo Road ia ori ontal Directional Drill and ia open cut.6007Margate Design Build 4 Force Main 0 Force Main Canal Crossing ( )City of Margate ngineering Department 0 NW 66th A enue, Margate, FL 06eanine Athias, P. . ( 54) 7 0 athias margatefl.com6,56 .00 Design Build Project included Installation of 6 LF of 0 DIP Water Main and 4 DIP Force Main, including 0 Linestops and 4 Linestops ith ypass to remo e e isting aerial and replace ith uried pipelines.407Design Build Ser ices for the Replacement of the isting 54 inch Sanitary Se age Force Main Pipeline from the Central District WW P to Fisher Island, nder Norris Cut Channel ( N, C and CC)Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Roger Williams, P. .( 05)7 4roger.f.illiams aecom.com,000,000.00 Design uild project in irginia ey including deep shaft e ca ation o er 5 feet and installation of ring eam, topper sla , le eling sla , thrust all, and seal all. he project included installation of appro . , 00 LF of 60 in PCCP force main and ,000 LF of 0 DP ia DD on Fisher Island.06pgrade of Pump Station No. 04 5 ( )Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Micheal Ma er PM ( 05) 446 7454 Mma er miamidade psip.com5 , 75.00 Rehailitation of an e isting se er pump station. he lift station reha re uired a 4 hour manned ypass and ill re uire the remo al and replacement of the e isting ft diameter et ell.706Crespi Bl d Water ransmission Main, Se er Collection system and Pump Station Project ( N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Carla Di on (7 6) 4 5 7 carladi on miami eachfl.go,000,000.00 Install 500 LF of WM, 00 LF of storm ater and ( ) Pump Station 06Road ay Impro ements arious Project Areas ( )City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL iancarlo Pena ( 05) 546 4 giancarlopena maimi eachfl.go650, 5 .00 Project Drainage Structure Piping Installation to 4 diameter ith full road ay reconstruction including cur gutter side al s.06NW th Street Force Main Construction ()City of Margate ngineering Department 0 NW 66th A enue, Margate, FL 06elly McAtee, P. . ( 54) 7 0 mcatee margatefl.com4 7,4 .00 Installation of ,6 0 LF of DIP Water Main on NW th Street. Project also included a crossing of Roc Island Road, a directional drill across a canal, and road ay restoration in an ur an en ironment.06FD Alton Road Drainage Impro ements from 5th Street to Michigan A e ( N,C)Bergeron Land De elopment 6 SW 6 th Place Fort Lauderdale, Florida nri ue amayo (7 6) 67 enri uet r .com,000,000.00 Install 5,000 LF of Watermain from 6 0 in diameter, storm drainage and ( ) Storm Water Pump Stations06Miami Beach Drainage Pump Stations Project ( N,C)City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Brian Landis ( 54) 7 75 landis ergeroninc.com, 00,000.00 Install storm ater pump stations at 0th and 4th street ends06South Andre s A enue 7th Street Large Water Main Replacement Project ()City of Ft. Lauderdale Water Waste ater CIP 00 North Andre s A e, Suite 500 Ft. Lauderdale, FL 0ean amond P. . (56 ) 0 e amond fortlauderdale.go40 , 6 .50 Installation of appro . 50 LF of 0 Inch DIP Water Main on N 7th Street, just ast of Andre s A e. he project in ol ed the installation of t o inch linestops to a andon the e isting 0inch main.07 0 5Page5of6384 ProjectExperienceofKeyPersonnel*AͲAmiciEngineeringContractors,LLCProject*CͲChrisLazzari'sProjectExperience(asDMSIPM/Estimator)*NͲNelsonLiberti'sProjectExperience(asDMSISuperintendant)*CCͲCodyCookProjectExperience(asDMSIorFelixAssocSuperintendant)*JͲJuanBarreneche'sProjectExperience(asSouthernUndergroundIndustriesOwner,GlobetecPMorDMSIPM)PROJECT NAME OWNER CONTACT INFORMATION CONTRACTAMOUNT DESCRIPTION OF WORKCOMPLETION DATEWater Main and Force Main Aerial Crossing Replacement ( )Palm Beach Water tilities Department 00 Forest ill Bl d. West Palm Beach, FL 4oseph anecredi, P. . (56 ) 4 60 jtanecredy p c ater.com54, 6.0 Project Included Installation of inch to inch DIP ater main and force main aerial crossing replacements on three ridges.05Biscayne Point Neigh orhood Impro ement Project ( N, )City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Carla Di on (7 6) 4 5 7 carladi on miami eachfl.go,000,000.00 Design Build 4,000 LF of WM ranging 6 DIP, ,500 strom drainage and 6 storm ater pump stations504Sunset Islands Neigh orhood Impro ement Project ( N, )City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL Maria ernande (7 6) 7 6 mariahernande miami eachfl.go6,500,000.00 Installation of appro . 0, 00 LF of DIP WM, 57 LF of storm ater pipe 5 4 in diameter, reconstruct ,000 S of road0mergency Repair of 4 Inch PCCP Water Main in Miller Dri e West of SW th A e ( N, and )Miami Dade County Water Se er Dept 07 SW th A e, Miami, FL 46Nelson Cespedes( 05) 607 07Nelson.Cespedes miamidade.go6, 0.00 Remo e and Repalce appro imately 40 LF of isting 4 Inch PCCP Water Main hich urst on Miller Dri e.0Nautilus Neigh orhood Impro ementProject ( N, )City of Miami Beach Pu lic Wor s Department 700 Con ention Center Dri e, Miami Beach, FL ose Pere (7 6) 67 5 josepere miami eachfl.go,600,000.00 Installation of appro . 40,000 LF of DIP, 6, 00 of storm ater con eyance pipe, inlets, 74 manholes andd 77 ater ser ices600Page6of6385 SECTION ŝŝŝ : ^hͲKEdZdKZ^ 386 Lauro Acevedo Owner/ President Centerline DDS Inc ---- CENTERLINE DIRECTIONAL DRILLING SERVICES, INC. COMPANY OVERVIEW 387 Lauro Acevedo Owner/ President Centerline DDS Inc ---- Company Overview Centerline Directional Drilling Services Inc. is a company dedicated to tackling challenging, large-scale underground directional drilling projects. With have a fleet of Horizontal Drill machines ranging from to the of pull- conditions. While primarily working in Florida, CDDS is able to travel anywhere in the southeast and its neighboring states for projects specializing in horizontal directional drilling. A contributing factor to CDDS success in the underground industry is its dedication to getting the job done. Not only by approaching every project prepared for any event and scenario, but through the value of taking ownership of the job from beginning to completion. While job scenarios can present varying obstacles, CDDS is able to see any job through to the end and has recorded continued success for over 10 years. Service Capacity Horizontal Directional Drills: (1) - American Auger 440T (1) - Vermeer 330x500 (2) - 100x120 Vermeer (3) - 36x50 Vermeer (3) - 24x40 Vermeer (1) 9x13 Vermeer 8000 Gal Mud Technology Mud Recycler 10,0000 Gal Vermeer Mud System Support Equipment: (6) - Vermeer Mixing tanks (6) - Mini-Excavators (Komatsu) (3) - Maxi-Excavators (Komatsu) (2) - Mud Reclaimers with built on Triplex Pumps (2) - Stand-Alone Large to Mini Reclaimers (2) - Stand-Alone Triplex Mud Pumps (8) - 4,000 gallon Vacuum Trucks (10) - Flatbed trailers (4) - Semi-Trucks F5 Digitrak Locators CDDS currently owns more than 30 pieces of underground and support equipment along with a fully equipped shop and personal with over 15 years of experience in the underground construction industry including its own welders and mechanics. CDDS operates out of two shops wih and attached office at 900 Elm St in Labelle, FL. Licensing and Bonding 388 Lauro Acevedo Owner/ President Centerline DDS Inc ---- Employee Information At CDDS we have 15 active field employees and 5 office personal operating out of our Case Rd and Oak St -mixer/ reclaimer, or help with rig operations and clean-up. Our average employee tenure is 8 years with an inflated employee turnover rate per year is 7%. CDDS believes in employing life-long personnel that exhibit respect for their work. This is the key aspect to CDDS exceptional service and job performance; quality personnel. CDDS retains a low turnover rate by offering employee benefits including Insurance, bonuses and a 401k package. Kissimmee River (FPL) Wilco Electric 2400 ft Boca Ciega Project Overview- Drilling Operations on the Pinellas County Boca Ciega Subaqueous Crossing project in St. Pete was completed March 22, force main that is 6500 LF with 4000 LF being subaqueous and will transmit sewage from one side of the bay to the other. The facility off 54th Ave. The body of water you see in the photo shows an overview of the Bayou crossed at a depth of 70 feet below the surface. TLC Diversified was the general contractor and Centerline Directional Drilling Services the subcontractor handling the pipe and the drill portion of this project. This job was not without its own complications. Beginning the project on the island side near a highly trafficked marina as well as a retirement and vacation community, called for extra care on CDDS drilling footprint and jobsite maintenance. A fully constructed wall was put around the jobsite to minimize decibel noise level and daily working restrictions on time of day meant a lot had to get done in a short amount of time. This job was successful at minimizing ground space by keeping all flow coming back to a central point helping to minimize settling under roadways and lot by utilizing optimal drilling fluid technology, proper tooling and sit set up and proper control of penetration and flow rates. Care was also taken on minimizing environmental runoff and foot print (see picture to right of mud system). Lastly, limited space on pulling side presented challenges as 12 mid welds had to be made making for a 36 hour total pipe pull. Care was taken on hole cleaning and stability of the formation during these static periods with a final pull back pressure not exceeding a third of the maximum pullback of the rig. 389 Lauro Acevedo Owner/ President Centerline DDS Inc ---- As seen from the pictures to the right, what made this job the most chal- lenging was the small footprint to fit a lot of large equipment. With a 15 ft minimal easement, this made is exceptionally challenging to fit 2 unit and 330k FLBs directional drilling rig. The job was successfully completed and both lines installed without complications even with the pipe separation shrunk from 8 ft of separation to only 2 ft. 390 Lauro Acevedo Owner/ President Centerline DDS Inc ---- References References have been included on a separate page at the end of the document. Quality Assurance Quality Assurance plays an important role in our business. CDDS ensures that quality and standards are met by making sure the directional drilling installation is completed at the highest standards possible. These standards differ across the industry but CDDS has developed its own personal plan for success in its over 18 years of customer service to the Florida market. Included in this plan is a three step approach that outlines our commitment to quality. Also included is our methods for insuring quality is met through the use of Drilling Fluid Knowledge, Pre-Construction Planning and Installation Completion Measures The first step of our quality assurance plan begins by making sure we have the right equipment to do the job and that everything can be laid out effectively to accomplish the goal. This is achieved through intense pre- planning and communication with the customer and assigned engineering personnel. Second, is ensuring that Safety on the jobsite is our most valuable tool. Through mandatory utilization of personal protective been able to define and improve its quality of work over its years of service. An example of this is our daily job briefings that consist of an accomplishment checklist for a specific job. This includes the location, task being performed, hazards associated with job and the method for completion. Lastly, CDDS seeks to employ the highest quality tools, industry support personnel and preconstruction planning process. This includes personnel dedicated to specific functions such as mud engineers locally sourced and dedicated personnel set to managing locate tickets and job succession measures. Through the utilization of these three steps, CDDS is able to ensure our quality and meet productivity goals. Drilling Fluids and Minimizing Environmental Impact CDDS utilizes high quality drilling fluid to stabilize the hole, cool the down-hole equipment, and remove the spoils from the hole. While drilling fluid stabilizes the hole, the hydrostatic impact force allows the product to be pulled-in more easily by removing cuttings and decreasing the coefficient of friction through lubrication. It begins at the submittal phase, but the proper mix of drilling fluids is determined by the soil conditions provided from pre-site visits, through previous project history reports, or geotechnical data provided by our contractors. By employing drilling fluid delivery and recovery systems that are made up of tanks, mixing systems, pumps, and recyclers, CDDS is able to recycle fluids through a system of screens, filters, shakers, hydro-cyclone cones, etc. All of these units work together to remove spoils brought to the surface from the Drilling fluid flow provides visual verification that the hole is open and that the fluids are not inadvertently escaping. The crew checks constantly that they have not lost circulation and employes pre-job verified drilling and recovery practices in the event of anything unanticipated. 391 Lauro Acevedo Owner/ President Centerline DDS Inc ---- Preconstruction Measures Prior to pipe installation, the crew checks the geological conditions of the area. They need to be assessed to determine the equipment and material needed. The crews walk the site to identify potential hazards, sources of interference, and special conditions. Visual inspection of site geology and soil characteristics at the entry and exit pits also provide information on local geology. They plan the bore with adequate setup area, separation from utilities and obstructions and cover. The crew members then assess what they need for down -hole equipment to be used to further verify the construction plan. Constantly double-checking and double- working allows for consistently met quality assurance. Hazards, Obstructions and Utility Location The installation of underground utilities using trenchless methods limits visual verification of conditions near and surrounding the installation. The crews use every means to locate and verify existing conditions. These means include contacting the local one-call service and area utilities, having a locating service locate utilities, using CDDS owned locating equipment such as ground penetrating radar (GPR) and electrical field sensing equipment to locate underground utilities and objects. It is vital for us to make sure all lines are marked to prevent a utility hit. Prior to the installation, one of the crew members walk the bore path with the locating receiver to look for active electrical interference. When operating near existing utilities or potential hazardous conditions, they use potholing to verify the exact location of the existing utility and bore path. In the unlikely event of a hit line, CDDS deploys it HIT action plan that all crew members are familiar with. While not required, it is also our practice to stay on-site in the event of a repair to assist, monitor and record anything involved with the damage. Completed Installation Once the job has been successfully installed. The jobsite is inspected to see if they followed the planned bore. This is accomplished by building an as-built that lays-out the path of the bore profile and the line installed. We check if they maintain the specified clearance from hazards and other utilities and if they stayed within the easement. Also checked is if they minimized and dealt with inadvertent drilling fluid returns and if they were able to install the product without damage at the surface or to the product itself. In addition, we request a record from the driller, which is the bore log depth of each drill string, the drilling fluids used and any special conditions encountered in installation. This information provides a record for verification of pipe location and drilling operations. 392 393 Construction Surveying Services 925 S. Denning Drive, Winter Park, Florida 32789 Phone: 407-622-9322 | Fax: 407-622-9325 Jackie.webb@webbengr.com Recent Project Experience Verification/Establish Project H & V Control As-Built Coordinate Asset Tables Right-of-Way / Construction Limits Staking Certified Project Record Survey Drawings Project Survey Layout Construction Bid Items Boundary and Special Purpose Surveys Quantity Surveys for Earthwork & Paving GPS / ITS Geo Location Surveys Monthly Project Progress Survey As-Builts DTMs & BIMs FDOT / Expressway Authority Projects (14)FDOT /CFX Aviation/Airport Projects (140) Orlando International, South Terminal C, Orlando Executive, Daytona, Flagler, Gainesville, Herlong, Jacksonville, Kissimmee, Lakeland, Leesburg, Ormond Beach, Sanford, Space Coast, St. Augustine, St. Lucie, St. Pete, Tampa Public Works: Roadway, Paving, Drainage Projects (350) Apopka, Hillsborough, Orange County, Orlando, Oviedo, Polk, Seminole, Winter Park Water & Wastewater Utility Projects: (3000) Orange, Polk, Seminole, Hillsborough, Orlando, Oviedo. Water & Wastewater Treatment Facility Projects: (20) Hillsborough, Orange County, Orlando, Palm Coast, Tampa Transportation Facilities: CSX Rail Lines; (8) Lynx Central Station, Orange County Public Works / Fleet Management, Sunrail Phase 2 South Project, Virgin Rail, Brightline - Virgin Trains Landfill Projects: (10) Orange County, Seminole County, Hillsborough County, JED, Polk, Osceola Parks & Recreation Projects: (120) Orange County, Seminole County, Polk County. Flood Control/Wetland Projects: (12) SJRWMD, SFWMD, Orange County, Hillsborough County. Water Supply/Drainage Wells: (12) Seminole, Polk, Orlando, Osceola. Education Facilities Projects: (150) OCPS, SCPS, UCF, University of Florida. Notable Projects: Orange County Courthouse, Amway Arena, Convention Center and Events Center, Orange County Convention Center, Animal Kingdom, Virgin Mega Store, Burnett Medical Facility, Campus Crusade for Christ, UCF College of Medicine, NASA, Vehicle Assembly Building. GOAA South Airport APM Complex, New Orlando City Soccer Stadium Over 10,000 Orange County Projects and I-4. 394 Woman Business CertificationJohn B. Webb & Associates, Inc.11/11/2020 11/11/2022 395 JACK AND BORE SUBCONTRACTOR 396 SECTION ŝǀ : WZK:dDE'Z 397 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 Juan Barreneche, P.E. – Managing Member Mr. Barreneche, Sr, Project Manager for Amici Engineering Contractors., has experience in transmission pipelines installations, roadway and infrastructure since 2003. Mr. Barreneche has experience in civil engineering, construction management and cost estimating in the field of underground utility construction. As Senior Project Manager and Estimator his experience developed around projects involving the installation of water mains, drainage improvements, and sanitary sewer construction. He has obtained further specialization in neighborhood improvement projects, design-build projects, directional drilling, PCCP, box culvert construction, pump stations, treatment plants and sewer force mains for various publicly bid projects for municipalities throughout South Florida. As a Civil Engineer, he has combined technical knowledge and design thought processes with underground construction experience, thereby ensuring the success of design-build partnerships and broadening the capabilities of his company. Recent Project Experience Waters Edge Residential and River Ridge Golf Course Reclaimed Water Transmission Main, Pasco County, FL – The installation of a 16-inch DIP (approx.. 11,000 LF) reclaimed water main for Pasco County was a critical project that had strict funding deadlines. Working together with our directional drilling subcontractor, Centerline Directional Drilling Services, we redesigned the HDD alignments with the County’s design consultant to reconfigure the drills to benefit the project timeline and minimize traffic impacts. This project consisted of the installation of 19,000 lineal feet of 16- inch reclaimed water main to serve the River Ridge Golf Course and the Waters Edge Community. The project began at the intersection of Starkey Boulevard and DeCubellis Road connected to the existing 16-inch reclaimed watermain and continued along DeCubellis Road, crossing Ridge Road, then along Moon Lake Road terminating at the Waters Edge irrigation pond at Belle Haven Drive. The proposed reclaimed watermain was metered and discharge into the irrigation pond. The meter assembly contained an automatic flow control valve actuated by float control to refill the pond as necessary for irrigation. WWTP 24” Effluent Force Main and Yard Piping, Seminole Tribe of Florida – Hollywood Reservation, FL This project consisted of redesigning and installing a 24” force main across the Florida Turnpike (inside a 36” HDPE Casing) and through the Seminole Tribe Hollywood Reservation to the Injection Well Site. The work was performed as a subcontractor to Wharton-Smith who was the G.C. hired to complete the WWTP Construction. By working with the engineering firm hired by STOF, we effectively redesigned the open cut portion of the work through a newly constructed segment of the reservation neighborhood to be installed via HDD, thereby reducing impacts to the reservation roadways and residents. Once again, we worked closely with our directional drilling subcontractor, Centerline Directional Drilling, to complete these directional drills (1st shot across Turnpike was 1,250 of 36” HDPE Casing with 24” Carrier, 2nd shot was 1,400 LF of 24’ HDPE). The project also included open cut installation of approx.. 13,500 LF of 24” to 8” piping for force main, sewer, and drainage piping. East Water Treatment Plant Renovations Raw Water & Concentrate Main, City of Miramar, FL. This design-build project was a critical for the City of Miramar’s East WTP Expansion. Working as a subcontractor to Wharton-Smith, we assisted the engineer with the design and construction of this directional drill/open cut project. The project consisted of the installation of parallel 16” PVC Raw Water Main (approx. 4,000 LF incl. 18” HDPE HDDs) and a 12” PVC Reject Water Main (approx. 6,000 LF incl. 14” HDPE HDDs) from Years of Experience •15 years •Design Build experience since 2005 with an emphasis on large diameter directional drills, open cut, pump stations, MOT & all facets of construction Registrations & Certifications •Licensed Professional Civil Engineer in the State of Florida, PE#67662 •Certified Underground Utility and Excavation Contractor, CUC1224698 Education •University of Florida Bachelor in Science in Civil Engineering, May 2003 398 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 2 Juan Barreneche, P.E. – Managing Member the WTP to a downstream pump station and to 3 new production wells. By working closely with the engineering firm hired by Wharton- Smith, we effectively designed the parallel directional drills to enter and exit and points of minimal impact to the nearby residents and traffic patterns. We had to work closely to avoid impacting a nearby Community Center and in order to maintain access via flagman to some critical roadways. Once again, we worked closely with our directional drilling subcontractor, Centerline Directional Drilling, to complete these directional drills within the project timeframe and budget. This project is yet another example of our commitment to work closely with project owners to provide the best possible solution to the project challenges we come across. City-Wide High Tide Mitigation Project, City of Miami Beach, FL. Project Manager for this $3.3 million project which consisted of the installation of approximately 200 inline check valves on the drainage outfall system throughout the City of Miami Beach. Some areas required design-build solutions to ensure protection from tidal flooding prior to the October King Tide. Project also included the installation of over 13 drainage structures, 400 LF of 30” RCP, and repairs to drainage force mains. McKinley Street Interceptor Project, City of Hollywood, FL. - Project Manager for this $11.5 million gravity sewer project. Preliminary investigations and utility relocations were critical to ensuring that the 7,460 LF of 66” PCCP gravity sewer could be installed without delay. The project includes two 96” steel casings installations under FDOT and FEC Railroad via sand-shield tunnel. Varying soil and groundwater conditions proved to be the major challenges of this project. Belcher Road 48” Water Main Replacement, Pinellas County, FL. - Project Manager for this $7.5 million water main replacement project. The project included installation of 15,000 LF of 42” DIP and 12”/16” DIP parallel high line in the same trench. The project includes a jack and bore installation of a 60” steel casings under FDOT roadway. Dividing work and MOT into 5 phases and working within 10 ft of existing deteriorating 48” PCCP water main proved to be the greatest challenges of this project. Sunset Islands 1 & 2 Neighborhood Improvements, City of Miami Beach, FL The project includes water and storm water improvements, including the renovation of storm water outfalls and the installation of valley gutters with full roadway reconstruction in a high-end exclusive community. Major challenges to this unit price contract were extensive conflicts with existing utilities and a high-water table. Nautilus Neighborhood Improvement, City of Miami Beach, FL. This project consisted of 40,000 Linear feet of 8” water main, 20,000 linear feet of drainage piping ranging from 15 inch to 48 inch in diameter, drainage structures, (6) storm water pump stations, (36) injection wells, (20) gravity wells, milling and overlay. Extensive coordination and resident coordination. Biscayne Point Neighborhood Improvements Project, City of Miami Beach, FL. A $17.7 million neighborhood improvement project. The project began as a standard straight bid unit price contract ($10.9) and was converted into a design-build project by the City after a series of deficiencies with design were exposed and corrected by our team thereby adding value to the neighborhood. Project improvements consist of water and stormwater improvements, including pump stations, and above ground improvements to lighting, sidewalks, curb gutter, and roadway Horizontal Direction Drill 30-Inch Force Main Across Miami River, Miami Dade County, FL. Project consisted of the installing 1,400 LF OF 30" DIP Directional Drill Design Build. Replacement of 48” Force Main Design-Build Project, Broward County, FL. This $4.4 million design/build project included over 5,000’ of replacement of existing 48” PCCP in DOT ROW relocated and replaced with 48” Ductile Iron Pipe in Broward County ROW. Met aggressive 8 month schedule including design, permits and construction by working closely with Civil Engineering Subcontractor (Chen and Associates). Performed constructability reviews and assisted with permit acquisition. Project included a 48” subaqueous crossing. 399 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 1 Cody Cook – Superintendent Mr. Cook, Superintendent for Amici Engineering Contractors., has experience in transmission pipelines installations, roadway and infrastructure since 2009.These projects include Construction/ design build, sanitary sewers, water mains, force mains, drainage pump stations, directional drilling, jack and bores, and micro tunnels. Mr. Cook has successfully completed a long list of projects within an urban environment throughout South Florida that include the installation of transmission water mains (PCCP, PVC & DIP), transmission force mains (PCCP, PVC & DIP), sanitary sewers, storm sewers, pump stations, jack and bores, micro tunnels, directional drills, roadways sub-aqueous crossings and neighborhood improvement projects over the past decade.. Recent Project Experience Turnpike Feeder @ Indrio Road Water Main Extension, St. Lucie Constructing approximately 27,390 LF of 12" water main and 90 LF of 6" water main along Turnpike Feeder Road, US Highway #1, and Indrio Road in St. Lucie County, Florida. The 12" and 6" water mains will include Fire Hydrants, Gate Valves, and all other appurtenances necessary for the construction of this project. Indrio Road Utility Extension, St. Lucie FL Constructing approximately 10,000' of both 12" PVC sanitary Force main and 16" PVC Watermain along Indrio Rd from Emerson Ave. to Koblegard Rd. Hobe Sound 8” FM Utility Extension, Hobe Sound, FL. Extension of 7,300 linear feet of 8-inch force main on US-1 in Hobe Sound FDOT Alton Road 5th Street to Michigan Avenue (T6290), Miami-Dade County, FL. Construction in Miami Beach of approximately 15,000 linear feet of six-inch to 20-inch water main, 12-inch to 72-inch storm sewer, three storm water pump stations (20,000 GPM axial flow pumps each station), 36-inch stormwater force main, removal of contaminated material, restoration of FDOT roadway, outfall connection to Biscayne Bay, box culverts, and multiple excavations 25 feet deep and greater. Three stormwater pump stations were relocated from Alton Road to street ends as a cost-saving initiative with FDOT. MDWASD Norris Cut, Miami-Dade County, FL. Design-build project in Virginia Key including deep shaft excavation over 95 feet and installation of ring beam, topper slab, leveling slab, thrust wall, and seal wall. The project included installation of approximately 2,100 linear feet of 60-inch prestressed concrete cylinder pipe (PCCP) force main and 1,000 linear feet of high-density polyethylene pipe (HDPE) directional drill on Fisher Island. Sunset Islands 1 & 2 Neighborhood Improvements, City of Miami Beach, FL The project includes water and storm water improvements, including the renovation of storm water outfalls and the installation of valley gutters with full roadway reconstruction in a high-end exclusive community. Major challenges to this unit price contract were extensive conflicts with existing utilities and a high-water table. Nautilus Neighborhood Improvement, City of Miami Beach, FL. This project consisted of 40,000 Linear feet of 8” water main, 20,000 linear feet of drainage piping ranging from 15 inch to 48 inch in diameter, drainage structures, (6) storm water pump stations, (36) injection wells, (20) gravity wells, milling and overlay. Extensive coordination and resident coordination. Years of Experience • 11 Years •Design Build experience since 2009 with an emphasis on large diameter PCCP, PVC and DIP transmission mains, HDD, MOT & all facets of construction Registrations & Certifications OSHA 1O Hour Training OSHA 30 Hour Training OSHA Permit-Required Confined Space Entry OSHA29 CFR 1910. 146 Hydrogen Sulfide Safety Course OSHA 29 CFR l 9 10.1000 fall Protection Course OSHA Subpart M 1926.500-503 400 AMICI ENGINEERING CONTRACTORS AMICI ENGINEERING CONTRACTORS 2 Cody Cook – Superintendent Biscayne Point Neighborhood Improvements Project, City of Miami Beach, FL. A $17.7 million neighborhood improvement project. The project began as a standard straight bid unit price contract ($10.9) and was converted into a design-build project by the City after a series of deficiencies with design were exposed and corrected by our team thereby adding value to the neighborhood. Project improvements consist of water and stormwater improvements, including pump stations, and above ground improvements to lighting, sidewalks, curb gutter, and roadway 54-Inch Redundant Sewer Force Main, City of Miami Beach, FL. The project involved the installation of approximately 5,300 LF of 54-inch force main commencing at the existing 48-inch plug valve located at the intersection of Washington Avenue and Commerce Street, extending northerly in the right-of-way of Washington to the intersection of Euclid Avenue; approximately 4,200 LF of horizontal directional drilling along the urban corridor between Euclid Avenue and Washington Avenue; approximately 1,000 LF of open cut pipe installation along 11th Street and in Washington Avenue to accomplish final connections to the 30-inch discharge PS No.1 and the existing 48-inch plug valve in the intersection of Commerce and Washington Avenue. The 54-inch pipe replaces the existing force main sanitary line that was constructed in 1977 and served as the sole means on wastewater conveyance through Miami Beach. 54-Inch Water Main Subaqueous Crossing, Miami Dade County, FL. This deep subaqueous crossing appx. 300 LF of 54" DIP, was constructed alongside a bridge where (2) canals intersect to facilitate widening by the FDOT. The minimal tolerances of this pipeline and the deep complex installation within the canal were major challenges to this project. Pump Stations for City of Miami Beach, City of Miami Beach, FL. - This Design-Build Project included the installation of (2) Stormwater Pump Stations at the street end of 14th & 10th street along Biscayne Bay. Projects included the installation of wet well approximately 25’ in depth, drainage defender box, grate box, valve vault, dissipator box and all miscellaneous piping. Installation was performed in a tight corridor at the street end of 14th & 10th Street along Biscayne Bay. Convention Center Pump Station, City of Miami Beach, FL. - This Design-Build of (2) Stormwater pump stations consisted of 4-20,000 gallons per minute (GPM) with a 18 feet total design head axial pumps, control panels, VFD's, (2) wet wells, (2) Water treatment quality units, trash rack, dissipator structure and new seawall. City of Hollywood Water Main Replacement Phase I & 2, City of Hollywood, FL. This project consisted of the installing 53,825 Linear feet of 8” PVC watermain, 604 rear to front conversions, 352-meter relocations, restoration and asphalt overlay. This project had extensive coordination with homeowners as well as the FDOT. City of Hollywood Water Main Replacement Phase 3, City of Hollywood. This project consisted of 25,600 Linear feet of 8” PVC watermain, 340 Rear to front conversions, multiple meter relocations, restoration and asphalt overlay. This project had extensive coordination with homeowners as well as the FDOT Crespi Blvd, City of Miami Beach, FL. This Design Build Project included the Installation of Water Main and Storm Sewer System along Crespi Blvd between 85TH street and 79TH Street. The project also includes the installations of over 2500 LF of Water Main, over 2800 LF of Storm Sewer collection system, Installations of pollution Control Structure, Installation of (1) Storm Sewer Pump Station, construction of seawall and landscaping along a residential neighborhood. 48” Force Transmission Main Along N. Miami Ave, Miami Dade County FL Project included Furnishing and installing approximately 12,700 linear feet of 48-inch Prestressed Concrete Cylinder Pipe (PCCP), Furnishing and installing approximately 5,600 linear feet of 12-inch ductile iron water main to replace an existing 6-inch water main, including valves, fittings, cleaning and disinfection. 401 SECTION B: SCHEDULE 402 SECTION ŝ : WZK:d^,h> 403 ID Task NameDuration Start Finish Predecessors1PRELIMINARY ACTIVITIES37 daysThu 4/14/22Mon 6/6/222Bid Submittal1 dayThu 4/14/22Thu 4/14/223Contract Award (Commission Meetings 4/28, 5/12, or 5/26)25 daysFri 4/15/22Thu 5/19/2224Notice to Proceed #1 /Preconstruction Meeting1 dayMon 6/6/22Mon 6/6/223FS+10 days5PRELIMINARY ACTIVITIES65 daysFri 5/20/22Mon 8/22/226Tree Root Pruning & Removal by City30 daysTue 6/7/22Tue 7/19/2247Permit Acquisition (City of Winter Springs & NPDES)30 daysTue 6/7/22Tue 7/19/2248MOT Plan Submittals/Approvals15 daysTue 6/7/22Mon 6/27/2249Permit Acquisition (FDOT MOT and Dewatering)30 daysTue 6/28/22Tue 8/9/22810Exploratory Excavations15 daysWed 7/6/22Tue 7/26/227SS+5 days,9S11HDD Plan Submittals/Approval25 daysTue 6/7/22Tue 7/12/22412Material Submittals/Approvals15 daysFri 5/20/22Fri 6/10/22313Material Procurement (HDPE, 8‐10 weeks)50 daysMon 6/13/22Mon 8/22/221214Material Procurement ‐ Valves and Pipe50 daysMon 6/13/22Mon 8/22/221215CONSTRUCTION ACTIVITIIES138 daysTue 8/23/22Thu 3/9/2316Notice to Proceed #2 ‐ Construction Commencement1 dayTue 8/23/22Tue 8/23/2213,1417Mobilization for Jack and Bores5 daysWed 8/24/22Tue 8/30/2213,8,7,11,10,918JACK AND BORE INSTALLATIONS25 daysWed 8/31/22Wed 10/5/2219Jack and Bore #1 ‐ SR 434 North Lane @ Bear Springs Dr. (56 LF of 12" Casing @ STA 31+11)5 daysWed 8/31/22Wed 9/7/221720Jack and Bore #2 ‐ SR 434 South Lane @ Michael Blake Blvd (47 LF of 16" Casing @ STA 53+88)5 daysThu 9/8/22Wed 9/14/221921Jack and Bore #3 ‐ SR 434 North Lane @ Michael Blake Blvd (57 LF of 18" Casing @ STA 54+03)5 daysThu 9/15/22Wed 9/21/222022Jack and Bore #4 ‐ SR 434 South Lane @ Eagle Wind Terr (40 LF of 16" Casing @ STA 78+12)5 daysThu 9/22/22Wed 9/28/222123Jack and Bore #5 ‐ SR 434 South Lane @ Creeks Runway (43 LF of 12" Casing @ STA 109+05)5 daysThu 9/29/22Wed 10/5/222224DIRECTIONAL DRILL INSTALLATIONS (West to East)107 daysThu 10/6/22Thu 3/9/2325Mobilization for HDD5 daysThu 10/6/22Thu 10/13/222326Initial Material Deliveries and Pipe Stringing5 daysThu 10/6/22Thu 10/13/2225SS,17SS27Potholing Existing Utilities5 daysThu 10/6/22Thu 10/13/2225SS,17SS28HDD Bore #1 ‐ (1,000 LF of 12" HDPE), STA 10+50 to STA 20+505 daysFri 10/14/22Thu 10/20/2225,1729HDD Bore #2 ‐ (1,000 LF of 12" HDPE), STA 20+80 to STA 30+805 daysFri 10/21/22Thu 10/27/222830HDD Bore #3 ‐ (810 LF of 12" HDPE), STA 31+20 to STA 39+304 daysFri 10/28/22Wed 11/2/222931HDD Bore #4 ‐ (690 LF of 12" HDPE), STA 39+60 to STA 46+503 daysThu 11/3/22Mon 11/7/223032HDD Bore #5 ‐ (710 LF of 12" HDPE), STA 46+80 to STA 53+903 daysTue 11/8/22Thu 11/10/223133HDD Bore #6 ‐ (740 LF of 12" HDPE), STA 54+10 to STA 61+50 3 daysMon 11/14/22Wed 11/16/223234HDD Bore #7 ‐ (850 LF of 12" HDPE), STA 61+70 to STA 70+204 daysThu 11/17/22Tue 11/22/223335HDD Bore #8 ‐ (750 LF of 12" HDPE), STA 70+50 to STA 78+003 daysWed 11/23/22Tue 11/29/223436HDD Bore #9 ‐ (775 LF of 12" HDPE), STA 78+25 to STA 86+003 daysWed 11/30/22Fri 12/2/223537HDD Bore #10 ‐ (1180 LF of 12" HDPE), STA 86+30 to STA 98+106 daysMon 12/5/22Mon 12/12/223638HDD Bore #11 ‐ (1070 LF of 12" HDPE), STA 98+30 to STA 109+005 daysTue 12/13/22Mon 12/19/223739HDD Bore #12 ‐ (287 LF of 4" HDPE), @ Bear Springs Drive2 daysTue 12/20/22Wed 12/21/223840Open Cut Connection Btwn HDD #1 & HDD #23 daysThu 11/3/22Mon 11/7/2214,3041Open Cut Connections Btwn HDD #2 & HDD #3, & JB #15 daysTue 11/8/22Tue 11/15/2240,3042Open Cut Connection Btwn HDD #3 & HDD #43 daysWed 11/16/22Fri 11/18/2241,3143Open Cut Connection Btwn HDD #4 & HDD #53 daysMon 11/21/22Wed 11/23/2242,3244Open Cut Connection Btwn HDD #5 & HDD #6, & JB #2, & JB #37 daysMon 11/28/22Tue 12/6/2243,3345Open Cut Connection Btwn HDD #6 & HDD #73 daysWed 12/7/22Fri 12/9/2244,3446Open Cut Connection Btwn HDD #7 & HDD #83 daysMon 12/12/22Wed 12/14/2245,3547Open Cut Connection Btwn HDD #8 & HDD #9, & JB #45 daysThu 12/15/22Wed 12/21/2246,3648Open Cut Connection Btwn HDD #9 & HDD #103 daysThu 12/22/22Mon 12/26/2247,3749Open Cut Connection Btwn HDD #10 & HDD #113 daysTue 12/27/22Thu 12/29/2248,3850Open Cut Connection HDD #11 to JB#53 daysFri 12/30/22Tue 1/3/2349,3951Open Cut Connection @ Bear Springs Drive of 4" HDPE to JB#1 and to HDD#12 and to connection point10 daysWed 1/4/23Tue 1/17/235052Open Cut Connection Across and Along Michael Blake Blvd, 450 LF from JB #3 to Connection Point at New RWM10 daysWed 1/18/23Tue 1/31/235153Open Cut Connection @ Eagle Wind Terr of 50 LF 8" HDPE from JB#4 to Back of Existing Meter Assembly2 daysWed 2/1/23Thu 2/2/235254Open Cut Connection @ Creeks Run Way of 150 LF 4" HDPE from JB#5to Existing RWM5 daysFri 2/3/23Thu 2/9/235355Flush & Pressure Test Entire System5 daysFri 2/10/23Thu 2/16/235456Bacteriological Testing5 daysFri 2/17/23Thu 2/23/235557Milling & Resurfacing Restoration5 daysFri 2/24/23Thu 3/2/2356,5258Concrete Curb and Sidewalk Repairs5 daysFri 3/3/23Thu 3/9/235759FINAL CONSTRUCTION ACTIVITIES38 daysFri 2/10/23Tue 4/4/2360SUBSTANTIAL COMPLETION1 dayFri 3/10/23Fri 3/10/2357,5861Punchlist Resolution10 daysMon 3/13/23Fri 3/24/236062Finalize Asbuilts and Close Permits30 daysFri 2/10/23Thu 3/23/235463Complete Regrading and Sod Restoration10 daysFri 3/10/23Thu 3/23/235864FINAL COMPLETION WALKTHROUGH1 dayMon 3/27/23Mon 3/27/2362,63,6165Final Punchlist Resolution5 daysTue 3/28/23Mon 4/3/236466FINAL COMPLETION1 dayTue 4/4/23Tue 4/4/2365PRELIMINARY ACTIVITIESBid SubmittalContract Award (Commission Meetings 4/28, 5/12, or 5/26)Notice to Proceed #1 /Preconstruction MeetingPRELIMINARY ACTIVITIESTree Root Pruning & Removal by CityPermit Acquisition (City of Winter Springs & NPDES)MOT Plan Submittals/ApprovalsPermit Acquisition (FDOT MOT and Dewatering)Exploratory ExcavationsHDD Plan Submittals/ApprovalMaterial Submittals/ApprovalsMaterial Procurement (HDPE, 8-10 weeks)Material Procurement - Valves and PipeCONSTRUCTION ACTIVITIIESNotice to Proceed #2 - Construction CommencementMobilization for Jack and BoresJACK AND BORE INSTALLATIONSJack and Bore #1 - SR 434 North Lane @ Bear Springs Dr. (56 LF of 12" Casing @ STA 31+11)Jack and Bore #2 - SR 434 South Lane @ Michael Blake Blvd (47 LF of 16" Casing @ STA 53+88)Jack and Bore #3 - SR 434 North Lane @ Michael Blake Blvd (57 LF of 18" Casing @ STA 54+03)Jack and Bore #4 - SR 434 South Lane @ Eagle Wind Terr (40 LF of 16" Casing @ STA 78+12)Jack and Bore #5 - SR 434 South Lane @ Creeks Runway (43 LF of 12" Casing @ STA 109+05)DIRECTIONAL DRILL INSTALLATIONS (West to East)Mobilization for HDDInitial Material Deliveries and Pipe StringingPotholing Existing UtilitiesHDD Bore #1 - (1,000 LF of 12" HDPE), STA 10+50 to STA 20+50HDD Bore #2 - (1,000 LF of 12" HDPE), STA 20+80 to STA 30+80HDD Bore #3 - (810 LF of 12" HDPE), STA 31+20 to STA 39+30HDD Bore #4 - (690 LF of 12" HDPE), STA 39+60 to STA 46+50HDD Bore #5 - (710 LF of 12" HDPE), STA 46+80 to STA 53+90HDD Bore #6 - (740 LF of 12" HDPE), STA 54+10 to STA 61+50 HDD Bore #7 - (850 LF of 12" HDPE), STA 61+70 to STA 70+20HDD Bore #8 - (750 LF of 12" HDPE), STA 70+50 to STA 78+00HDD Bore #9 - (775 LF of 12" HDPE), STA 78+25 to STA 86+00HDD Bore #10 - (1180 LF of 12" HDPE), STA 86+30 to STA 98+10HDD Bore #11 - (1070 LF of 12" HDPE), STA 98+30 to STA 109+00HDD Bore #12 - (287 LF of 4" HDPE), @ Bear Springs DriveOpen Cut Connection Btwn HDD #1 & HDD #2Open Cut Connections Btwn HDD #2 & HDD #3, & JB #1Open Cut Connection Btwn HDD #3 & HDD #4Open Cut Connection Btwn HDD #4 & HDD #5Open Cut Connection Btwn HDD #5 & HDD #6, & JB #2, & JB #3Open Cut Connection Btwn HDD #6 & HDD #7Open Cut Connection Btwn HDD #7 & HDD #8Open Cut Connection Btwn HDD #8 & HDD #9, & JB #4Open Cut Connection Btwn HDD #9 & HDD #10Open Cut Connection Btwn HDD #10 & HDD #11Open Cut Connection HDD #11 to JB#5Open Cut Connection @ Bear Springs Drive of 4" HDPE to JB#1 and to HDD#12 and to connection pointOpen Cut Connection Across and Along Michael Blake Blvd, 450 LF from JB #3 to Connection PointOpen Cut Connection @ Eagle Wind Terr of 50 LF 8" HDPE from JB#4 to Back of Existing Meter AOpen Cut Connection @ Creeks Run Way of 150 LF 4" HDPE from JB#5 to Existing RWMFlush & Pressure Test Entire SystemBacteriological TestingMilling & Resurfacing RestorationConcrete Curb and Sidewalk RepairsFINAL CONSTRUCTION ACTIVITIESSUBSTANTIAL COMPLETIONPunchlist ResolutionFinalize Asbuilts and Close PermitsComplete Regrading and Sod RestorationFINAL COMPLETION WALKTHROUGHFinal Punchlist ResolutionFINAL COMPLETIONMarAprMayJunJulAugSepOctNovDecJanFebMarAprMayQtr 2, 2022Qtr 3, 2022Qtr 4, 2022Qtr 1, 2023Qtr 2, 2023TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineCriticalCritical SplitProgressManual ProgressCity of Winter Springs - SR 434 Reclaimed Water MainAMICI ENGINEERING CONTRACTORS, LLCAMICI ENGINEERING CONTRACTORS, LLCPage 1Project: Winter Springs-SR 434 RWMDate: 4/14/2022404 S ECTION C : PROJECT APPROACH 405 Amici Engineering Contractors, LLC Project: RFP 02-22JN, SR 434 RECLAIMED WATER MAIN EXTENSION Re: RO EC RO C a Overall pro ec approac or cce l comple ion ropo e p a in plan no in any varia ion or pecial con i era ion rom e con rac oc men Amici has examined the Bid Plans and Site extensively to develop our project approach. In general, the work should be sequenced as follows to allow for sufficient space to complete the given tasks. Specifically, we are proposing to begin the project with the Jack and Bore installations from the median to the ROW lines per the plans. Completion of the Jack and Bores first is necessary as these installations require significant shoring and depth, ad we wouldn t want a freshly installed directional drill pipe to be in the way of this operation. Once these bores are completed, we can mobilize to install the directional drills down the median per the plans. Our schedule shows this going from West to East but we can adjust the sequence if there are impacts to certain businesses or for certain events that the City may wish to schedule around. Per the attached sample pipe staging plan, we will store all of the pipe in a staging area near the site and bring out sufficient pipe on a per bore basis to limit the impacts to the SR 434 corridor. We will fuse the pipe as the drilling proceeds into several segments as needed to limit the number of turn lanes and cross streets impacted. Once the drill is ready for pullback we will connect to the first segment and partially pull it into the borehole. The next segment will then get fused and pulling will continue in a similar process until the pullback is complete. Once we have sufficient bores and jack and bores installed, we will mobilize our open cut crew(s) to make the connections between the drills and the jack and bores. We will then run the open cuts from the five jack and bores to the proposed connection points. Flushing and pressure testing will be performed in large segments (2 to 4 segments) to ensure pipe integrity before performing bacteriological testing and connecting the new reuse water main to the live connections. Amici will always consider the impacts to the traffic and community when planning and phasing our work, and we look forward to refining our plans with the City s input. 406 SECTION C-Ă: Z/^< ^^^^DEd 407 Amici Engineering Contractors, LLC e rea e ri in e pro ec an me o o minimi e i ri The greatest risks on this project is to minimize impacts of the jack and bore pits to the SR 434 roadway. We can minimize these risks by minimizing the length of the jack and bore pits to 20 LF cofferdams. This may come close and perhaps encroach into the roadway, but we will make our best efforts to avoid getting too close. We have considered alternative methods of installation, but they are either not allowed or not feasible. There are also some other risks associated with the trenchless installations, including frac- outs, or inadvertent fluid releases during drilling, which may surface during drilling depending on the soil conditions. This can be mitigated by calculating appropriate depths and geometries for the bores, diligently monitoring drill pressures. If a frac-out does develop, we will follow our frac-out contingency plan, stop work, make necessary repairs and reassess how the drill and remaining drills will to be adjust to avoid similar impacts. Besides that, the only other significant risk is the risk of damaging existing utilities. We will avoid this by contact and coordinating locates with the existing utility companies, perform exploratory excavations as needed to confirm position and depth of utilities as much as possible before commencing with trenchless installation. 408 SECTION C-ď: DZ'Ez W>E 409 Amici Engineering Contractors, LLC c Emer ency plan a e on po en ial ri i en i y e commi men an a ili y o provi e e Ci y i emer ency ppor i re ire o e: e con rac or ill no incl e emer ency i em in eir i pricin A detailed emergency plan will be developed and reviewed with City staff including the need to have sufficient materials on hand to make any necessary repairs to any of the know existing utilities. This will reduce the amount of time these utilities will be out of service and reduce overall impacts to the community. We will also have steel plates on hand to ensure that should additional shoring or roadway support be required, we are prepared to provide it at a moments notice. We have additional crews on other project who would mobilize to assist with any emergency which may occur and we are committed to being there for the City of Winter Springs. 410 SECTION C-Đ: WWZK,dK D/Ed/Ey/^d/E' >E^W/E' 411 Amici Engineering Contractors, LLC ro ec pproac o main ain exi in lan capin alon R me ian an ri o ay in ac o e maxim m ex en po i le an propo al or re ora ion o ama e lan capin It is apparent from the bid documents and the prebid meetings with the City, that the City is very concerned with preserving and protecting the existing landscaping around the project as much as possible, and Amici shares that commitment. Although it is eminent that some of the landscaping in the medians will be affected and may require replacement, we will minimize these impacts by utilizing rollers for the pipeline staging, utilizing turn lane closures where possible or elevating the pipe over the landscaping with extra rollers where possible. Any damaged bushes will be replaced in kind. We are also aware that there are some sensitive trees on the site which will require our full attention and effort to protect. If it looks like the roots of any of these large trees will be significantly impacted, we will recommend an adjustment to the alignment where possible. 412 SECTION C-d: STAGING PLAN 413 Amici Engineering Contractors, LLC e a in lan propo e ma erial lay o n an e ipmen a in area o e i en i ie Amici s intention is to identify and rent an open lot near the jobsite where we can store our pipe and materials and equipment as needed. There are several lots along this corridor which may serve this purpose, but without coming to an agreement with the owners it is difficult to say which areas will be available at the time of construction. Our intention is to only bring out those materials which we will be installing within one week to avoid unnecessary congestion of the ROW with materials. I have attached a Sample Staging plan for the HDD Drills where I will need to stage and fuse several segments of pipe in preparation for the pullback. Similarly on all of the bores, we will identify where we intend to store and stage materials prior to pullback to ensure we resolve any issues or gain any approvals before we mobilize to those areas. 414 Proposed Drill Path - 1,000LF of 12" HDPEDrill Exit PointProposed Pipe Staging Area- 2 sections 400 LF and 1Section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dDη^Z/Wd/KEhE/dYhEd/dzhE/dWZ/DKhEd 'ĞŶĞƌĂů ϭDŽďŝůŝnjĂƚŝŽŶ'ĞŶĞƌĂůŽŶĚŝƚŝŽŶƐ>^ ϭ ϮDĂŝŶƚĞŶĂŶĐĞŽĨdƌĂĨĨŝĐ>^ ϭ ϯ 'ĞŶĞƌĂůZĞƐƚŽƌĂƚŝŽŶͲ;/ŶĐůƵĚĞƐ ŐƌĂĚŝŶŐ͕ƐĞĞĚŝŶŐ͕ĂŶĚŵƵůĐŚŝŶŐĂůů ĂƌĞĂƐĚŝƐƚƵƌďĞĚĚƵƌŝŶŐĐŽŶƐƚƌƵĐƚŝŽŶ͕ ŵŝƐĐĞůůĂŶĞŽƵƐĐŽŶĐƌĞƚĞͿ >^ ϭ ϰƐƉŚĂůƚZĞƐƚŽƌĂƚŝŽŶ^z ϯϯϯ ϱ^ƵƌǀĞLJ>ĂLJŽƵƚΘZĞĐŽƌĚƌĂǁŝŶŐƐ>^ ϭ ϲŽŶƐƚƌƵĐƚŝŽŶdĞƐƚŝŶŐ;WƌĞƐƐƵƌĞ͕ ĂĐƚĞƌŝŽůŽŐŝĐĂů͕ĞŶƐŝƚLJdĞƐƚŝŶŐͿ>^ ϭ ^ŝƚĞtŽƌŬ ϳ ϰΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJKƉĞŶƵƚ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϯϬϬ ϴ ϰΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJŝƌĞĐƚŝŽŶĂůƌŝůů;ŝŶĐůƵĚŝŶŐ ĨŝƚƚŝŶŐƐ͕ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϯϴϬ ϵ ϰΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJ:ĂĐŬĂŶĚŽƌĞǁͬϭϬΗ^ƚĞĞů ĂƐŝŶŐ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϭϬϬ ϭϬ ϴΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJKƉĞŶƵƚ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϰϰϬ ϭϭ ϴΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJ:ĂĐŬĂŶĚŽƌĞǁͬϭϰΗ^ƚĞĞů ĂƐŝŶŐ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϭϬϬ ϭϮ ϭϮΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJKƉĞŶƵƚ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϯϬϬ SEE ATTACHED PRICE PACKAGE 420 655HFODLPHG:DWHU0DLQ([WHQVLRQ 0DUFK 0DQGDWRU\3URSRVDO)RUPV ϭϯ ϭϮΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJŝƌĞĐƚŝŽŶĂůƌŝůů;ŝŶĐůƵĚŝŶŐ ĨŝƚƚŝŶŐƐ͕ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϵϳϬϬ ϭϰ ϭϮΗZͲϭϭ,WZĞĐůĂŝŵĞĚDĂŝŶ ďLJ:ĂĐŬĂŶĚŽƌĞǁͬϭϴΗ^ƚĞĞů ĂƐŝŶŐ;ŝŶĐůƵĚŝŶŐĨŝƚƚŝŶŐƐ͕ ƌĞƐƚƌĂŝŶƚƐ͕ĂĚĂƉƚĞƌƐ͕ĞƚĐ͘Ϳ >& ϲϬ ϭϱϰΗ&ůŽǁDĞƚĞƌ ϭ ϭϲϮΗŝƌZĞůĞĂƐĞsĂůǀĞǁͬŵĂŶŚŽůĞ ϵ ϭϳϯΗ'ĂƚĞsĂůǀĞ ϭ ϭϴϰΗ'ĂƚĞsĂůǀĞ Ϯ ϭϵϴΗ'ĂƚĞsĂůǀĞ Ϯ ϮϬϭϮΗ'ĂƚĞsĂůǀĞ ϭϳ ϮϭϭϮΗ^ƚƵďͲŽƵƚƐĨŽƌ&ƵƚƵƌĞ ŽŶŶĞĐƚŝŽŶƐ Ϯ ϮϮŽŶŶĞĐƚƚŽdžŝƐƚŝŶŐϰΗZĞĐůĂŝŵĞĚ tĂƚĞƌDĂŝŶ ϭ ϮϯŽŶŶĞĐƚƚŽdžŝƐƚŝŶŐϴΗZĞĐůĂŝŵĞĚ tĂƚĞƌDĂŝŶ ϭ ϮϰŽŶŶĞĐƚƚŽdžŝƐƚŝŶŐϴΗZĞĐůĂŝŵĞĚ tĂƚĞƌDĂŝŶsĂůǀĞ ϭ ϮϱŽŶŶĞĐƚƚŽdžŝƐƚŝŶŐϭϮΗ ZĞĐůĂŝŵĞĚtĂƚĞƌDĂŝŶ ϭ KE^dZhd/KE'ZEdKd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¶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ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ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¶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ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ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±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¶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³&HUWLILFDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQ,QHOLJLELOLW\DQG 9ROXQWDU\([FOXVLRQ±/RZHU7LHU&RYHUHG7UDQVDFWLRQ´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±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³&HUWLILFDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQ,QHOLJLELOLW\DQG 9ROXQWDU\([FOXVLRQ±/RZHU7LHU&RYHUHG7UDQVDFWLRQ´ZLWKRXWPRGLILFDWLRQLQDOOORZHUWLHU FRYHUHGWUDQVDFWLRQVDQGLQDOOVROLFLWDWLRQIRUORZHUWLHUFRYHUHGWUDQVDFWLRQV I $SDUWLFLSDQWLQDFRYHUHGWUDQVDFWLRQPD\UHO\XSRQDFHUWLILFDWLRQRIDSURVSHFWLYH SDUWLFLSDQWLQDORZHUWLHUFRYHUHGWUDQVDFWLRQWKDWLWLVQRWGHEDUUHGVXVSHQGHGLQHOLJLEOHRU YROXQWDULO\H[FOXGHGIURPWKHFRYHUHGWUDQVDFWLRQXQOHVVLWNQRZVWKDWWKHFHUWLILFDWLRQLV HUURQHRXV$SDUWLFLSDQWPD\GHFLGHWKHPHWKRGDQGIUHTXHQF\E\ZKLFKLWGHWHUPLQHVWKH HOLJLELOLW\RILWVSULQFLSOHV(DFKSDUWLFLSDQWPD\EXWLVQRWUHTXLUHGWRFKHFNWKH1RQ SURFXUHPHQW/LVW J 1RWKLQJFRQWDLQHGLQWKHIRUHJRLQJVKDOOEHFRQVWUXHGWRUHTXLUHHVWDEOLVKPHQWRID V\VWHPRIUHFRUGVLQRUGHUWRUHQGHULQJRRGIDLWKWKHFHUWLILFDWLRQUHTXLUHGE\WKLVFODXVH7KH NQRZOHGJHDQGLQIRUPDWLRQRIDSDUWLFLSDQWLVQRWUHTXLUHGWRH[FHHGWKDWZKLFKLVQRUPDOO\ SRVVHVVHGE\DSUXGHQWSHUVRQLQWKHRUGLQDU\FRXUVHRIEXVLQHVVGHDOLQJV K ([FHSWIRUWUDQVDFWLRQVDXWKRUL]HGXQGHUSDUDJUDSKRIWKHVHLQVWUXFWLRQVLID SDUWLFLSDQWLQDORZHUFRYHUHGWUDQVDFWLRQNQRZLQJO\HQWHUVLQWRDORZHUWLHUFRYHUHGWUDQVDFWLRQ ZLWKDSHUVRQZKRLVVXVSHQGHGGHEDUUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSDUWLFLSDWLRQ LQWKLVWUDQVDFWLRQLQDGGLWLRQWRRWKHUUHPHGLHVDYDLODEOHWRWKH)HGHUDO*RYHUQPHQWWKH GHSDUWPHQWRUDJHQF\ZLWKZKLFKWKLVWUDQVDFWLRQRULJLQDWHGPD\SXUVXHDYDLODEOHUHPHGLHV LQFOXGLQJVXVSHQVLRQDQGRUGHEDUPHQW (1'2)6(&7,21 $SSOLFDQW 'DWH 6LJQDWXUHRI$XWKRUL]HG&HUWLI\LQJ2IILFLDO 7LWOH 0DQDJLQJ0HPEHU -XDQ%DUUHQHFKH$PLFL(QJLQHHULQJ&RQWUDFWRUV//& DWXUHRI$XWKRUL]HGGGGGGGGGGGGGGGG &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&HUHUUHUUHUUHUUUUUHUUHUHUUHUHUUUHUUHUHUUHUHUHHHHUUUUUHUHUHUHHHHHUUHUHUHUHHHHHHHUUUUHUHHHHHUUUHHHHHHHHHUUUUUHUUUUUUHUHUUHUHHHUUHWLWLWWWWWWLLLLLLLWWWWWLWWWWWLLLLLLLWWWWWWWLWLWLWWLWLWLWWWWWLLLWLWWWWWLLLLWWWLWWWWWWLLWLWWWWWWWLWWWW 433 434 435 436 437 438 439 440 441 442 443 444 445 446 447 448 449 450 451 452 453 454 455 456 457 458 459 460 461 462 463 464 465 466 467 468 469 470 471 472 473 474 475 476 477 478 479 480 481 482 483 484 485 486 487 488 489 490 491 492 493 494 495 496 497 498 499 500 501 502 503 504 505 506 507 508 509 510 511 512 513 514 515 516 517 518 519 520 521 522 523 524 525 526 527 528 529 530 531 532 533 534 535 536 537 538 539 City of Winter Springs SR 434 Reclaimed Water Main Extension RFP 02-22-JN Proposal Due Date: April 14, 2022 @ 2 PM Addendum No. 1 – March 7, 2022 To Prospective Bidders and Other Concerned: QUESTIONS AND RESPONSES Question: Regarding the SR 434 Reclaimed Water Main Extension project, is there an engineer’s estimate, or budget number, available? Response: No, there is not an engineer’s estimate, or budget number, available for this project. Question: Please advise if there is a Zoom/MS Teams option for the mandatory pre- bid meeting on 3/10/22 for the project referenced above. Response: No, this meeting will be in person at the Winter Springs City Hall as stated in the RFP. GEOTECHNICAL REPORT The geotechnical report for SR 434 Reclaimed Water Main Extension project is presented for this project as part of this Addendum No. 1. 540 REPORT COVER PAGE Geotechnical Engineering Report __________________________________________________________________________ Tuskawilla Reclaim Extension Winter Springs, Seminole County, Florida October 1, 2021 Terracon Project No. H1215156 Prepared for: Kimley-Horn and Associates, Inc. Orlando, Florida Prepared by: Terracon Consultants, Inc. Winter Park, Florida 541 Terracon Consultants, Inc. 1675 Lee Road Winter Park, Florida 32789 P (407) 740 6110 F (407) 740 6112 terracon.com REPORT COVER LETTER TO SIGN October 1, 2021 Kimley-Horn and Associates, Inc. 189 Orange Avenue, Suite 1000 Orlando, Florida 32801 Attn: Ms. Julia Felter, P.E. P: (407) 768-3239 E: Julia.felter@kimley-horn.com Re: Geotechnical Engineering Report Tuskawilla Reclaim Extension From Central Winds Drive to Creek Run Way on State Road 434 Winter Springs, Seminole County, Florida Terracon Project No. H1215156 Dear Ms. Felter: We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. PH1215156 dated June 16, 2021. This report presents the findings of the subsurface exploration and provides a discussion of general site preparation techniques, excavation, backfilling and fill compaction for replacement of the pipeline using open trench and horizontal drilling installation methods. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Certificate of Authorization No. 8330 Lorimar G. Rosario Rivera Jay W. Casper, P.E. Senior Staff Engineer Senior Principal Florida PE #36330 This item has been digitally signed and sealed by Jay W. Casper, P.E. on the date adjacent to the seal. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies. 542 Responsive ■ Resourceful ■ Reliable 1 REPORT TOPICS REPORT SUMMARY ....................................................................................................... I INTRODUCTION ............................................................................................................. 1 SITE CONDITIONS ......................................................................................................... 1 PROJECT DESCRIPTION .............................................................................................. 4 GEOTECHNICAL CHARACTERIZATION ...................................................................... 4 GEOTECHNICAL ENGINEERING EVALUATIONS ....................................................... 7 GENERAL COMMENTS ............................................................................................... 10 Note: This report was originally delivered in a web-based format. For more interactive features, please view your project online at client.terracon.com. ATTACHMENTS FIGURES EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. 543 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable i REPORT SUMMARY Topic 1 Overview Statement 2 Project Description The proposed development is expected to consist of a 12-inch Reclaimed Water Main located in the median along State Road 434, from Central Winds Drive to Creek Run Way. Installation methods include open cut and directional drilling. Geotechnical Characterization SPT borings generally encountered fine sand to fine sand with silt on the top 4 feet followed by fine sand to fine sand with silt to silty sand to the boring termination depth of 25 feet. An exception to this soil profile is SPT-4 that encountered a layer of clayey sand from a depth of 8 to 13 feet. Groundwater encountered on SPT borings at depths ranging from 4 to 4.5 feet below existing grades. Auger borings generally encountered fine sand to fine sand with silt to silty fine sand to the maximum exploration depth of 12 feet below ground surface. Exceptions to this profile are auger borings HA-10 to HA-14 and HA-16 to HA-18 where the auger borings encountered a clayey sand layer from 6 feet to the maximum auger termination depth of 12 feet. Groundwater encountered on SPT borings at depths ranging from 3 to 4.5 feet below existing grades. Geotechnical Engineering Recommendations Depending on groundwater levels at the time of construction and the depth of pipe installation, dewatering may be required to achieve adequate compaction of the pipe subgrade soils and/or backfill at directional drilling access points. General Comments This section contains important information about the limitations of this geotechnical engineering report. 1. If the reader is reviewing this report as a pdf, the topics above can be used to access the appropriate section of the report by simply clicking on the topic itself. 2. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. 544 Responsive ■ Resourceful ■ Reliable 1 INTRODUCTION Geotechnical Engineering Report Tuskawilla Reclaim Extension From Central Winds Drive to Creek Run Way on State Road 434 Winter Springs, Seminole County, Florida Terracon Project No. H1215156 October 1, 2021 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed pipe replacement from Central Winds Drive to Creek Run Way on State Road 434 in Winter Springs, Seminole County, Florida. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: subsurface soil conditions groundwater conditions pipe subgrade preparation pipe backfill placement The geotechnical engineering Scope of Services for this project included the advancement of twenty-three Standard Penetration Test borings to depths ranging from approximately 12 to 25 below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs in the Exploration Results section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description Parcel Information The project runs from Central Winds Drive to Creek Run Way on State Road 434 in Winter Springs, Seminole County, Florida. The alignment is approximately 1.9 miles long. Latitude/Longitude (approximate): 28.68995°, -81.24978° (See Site Location) 545 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 2 Item Description Existing Improvements Improvements are proposed to be within FDOT Right of Way on the State Road 434 median. Existing Topography (from USGS Quad) Site appears to be relatively flat near elevation +5.0 feet. Soil Survey The Soil Survey of Seminole County, Florida as prepared by the United States Department of Agriculture (USDA), Soil Conservation Service (SCS; later renamed the Natural Resource Conservation Service - NRCS), dated August 1989, identifies the predevelopment soil types at the subject site as Astatula-Apopka fine sands, 0 to 5 percent slopes (6), Basinger and Smyrna fine sands, depressional (11), Eau Gallie and Immokalee fine sands (13), Myakka and Eau Gallie fine sands (20), Paola-St. Lucie sands, 0 to 5 percent slopes (24), Pomello fine sands, 0 to 5 percent slopes (27), St. Johns and Eau Gallie fine sands (29) and Tavares-Millhopper complex, 0 to 5 percent slopes (31). A Soils Map is included with this GeoReport, depicting the applicable Soil Survey map portion for the subject site. Along the project alignment, these conditions may have been altered by cut and fill for the roadway. 6 – Astatula-Apopka fine sands, 0 to 5 percent slopes. This soil type is nearly level to gently sloping and excessively drained (Astatula soil) and well drained (Apopka soil). It is typically found on hillsides and ridges on the uplands. This soil type has a seasonal high water table at a depth of greater than 80 inches (6.7 feet). Astatula soils are predominantly sandy throughout the defined profile, 80 inches (6.7 feet). Apopka soils are predominantly sandy to a typical depth of 64 inches (5.3 feet) and thereafter exist as silty clayey sand to clayey sand (USCS Classification symbol SC-SM to SC). 11 – Basinger and Smyrna fine sands, depressional. This soil type is nearly level and very poorly drained. It is typically found in depressions. In its natural state, groundwater is ponded atop this soil type for 6 to 9 months of years with normal rainfall. This soil type is sometimes associated with a thin (5 inches; 0.4 feet) surficial layer of organics (Basinger soils). Typical organic contents of the organic layer in Basinger soils range from 8 to 20 percent. Otherwise, this soil type is predominantly sandy throughout the defined depth of 80 inches (6.7 feet). 13 – EauGallie and Immokalee fine sands. This soil type is nearly level and poorly drained. It is typically found in broad plains on the flatwoods areas. During years of normal precipitation, this soil type has a seasonal high water table within 12 inches (1.0 foot) of the surface for 1 to 4 months. EauGallie soils are generally predominantly sandy except for between depths of 45 to 64 inches (3.8 to 5.3 feet), where they exist as silty sand to clayey sand (USCS Classification symbol SM to SC). Immokalee soils are generally predominantly sandy throughout the defined profile of 80 inches (6.7 feet). 546 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 3 20 – Myakka and EauGallie fine sands. This soil type is nearly level and poorly drained. It is typically found in broad plains on the flatwoods areas. During years of normal precipitation, this soil type has a seasonal high water table within 12 inches (1.0 foot) of the surface for 1 to 4 months. Myakka soils are generally predominantly sandy throughout the defined profile of 80 inches (6.7 feet). EauGallie soils are generally predominantly sandy except for between depths of 41 to 60 inches (3.4 to 5.0 feet), where they exist as silty sand to clayey sand (USCS Classification symbol SM to SC). 24 – Paola-St. Lucie sands, 0 to 5 percent slopes. This soil type is nearly level to gently sloping and excessively drained. It is typically found on upland ridges. During years of normal precipitation, this soil type has a seasonal high water table at a depth of 80 inches (6.7 feet) or more below the natural ground surface. This soil type is predominantly sand throughout the defined profile. 27 – Pomello fine sand, 0 to 5 percent slopes. This soil type is nearly level to gently sloping and moderately well drained. It is typically found on low ridges and knolls on the flatwoods. In its natural state and during years of normal rainfall, this soil type has a seasonal high water table at a depth of between 36 and 60 inches (3.0 and 5.0 feet) for 1 to 4 months. 29 – St. Johns and EauGallie fine sands. This soil type is nearly level and poorly drained. It is typically found on low broad plains on the flatwoods. During years of normal precipitation, this soil type has a seasonal high groundwater table within 12 inches (1.0 foot) of the surface for 1 to 4 months. St. Johns soils are generally predominantly sandy throughout the defined profile of 80 inches (6.7 feet). EauGallie soils are generally predominantly sandy except for between depths of 38 to 72 inches (3.2 to 6.0 feet), where they exist as silty sand to clayey sand (USCS Classification symbol SM to SC). 31 – Tavares-Millhopper fine sands, 0 to 5 percent slopes. This soil type is nearly level to gently sloping and moderately well drained. It is typically found on low ridges and knolls on the uplands. In its natural state and during years of normal rainfall, the soils in this map unit have a seasonal high water table at a depth of between 36 and 60 inches (3.0 and 5.0 feet) for 2 to 6 months. The seasonal high water table is apparent in Tavares soil but perched in Millhopper soil. Tavares fine sand is predominantly sandy throughout the defined profile of 80 inches (6.7 feet). Millhopper fine sand is predominantly sandy to a typical depth of 45 inches (3.8 feet), transitioning to silty sand to clayey sand thereafter (USCS Classification symbol SM to SC). A Soils Map is included with this GeoReport, depicting the applicable Soil Survey map portion for the subject site. 547 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 4 PROJECT DESCRIPTION Our understanding of the project conditions is as follows: Item Description Information Provided Aerial with alignment location provided by Julia Felter from Kimley- Horn by email on June 15, 2021. Project Description The proposed development is expected to consist of a 12-inch Reclaimed Water Main located in the median along State Road 434, from Central Winds Drive to Creek Run Way. Installation methods include open cut and directional drilling. GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the Exploration Results section and the GeoModel can be found in the Figures section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Layer Name General Description 1 Sands Fine Sand to Fine Sand with Silt 2 Silty Sands Silty Fine Sand 3 Clayey Sands Clayey Fine Sand SPT borings generally encountered fine sand to fine sand with silt on the top 4 feet followed by fine sand to fine sand with silt to silty sand to the boring termination depth of 25 feet. An exception to this soil profile is SPT-4 that encountered a layer of clayey sand from a depth of 8 to 13 feet. Auger borings generally encountered fine sand to fine sand with silt to silty fine sand to the maximum exploration depth of 12 feet below ground surface. Exceptions to this profile are auger borings HA-10 to HA-14 and HA-16 to HA-18 where the auger borings encountered a clayey sand layer from 6 feet to the maximum auger termination depth of 12 feet. 548 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 5 Groundwater Conditions Groundwater was encountered throughout the alignment on the augers and SPT borings at depths ranging from 3 to 4.5 feet below existing grades. Longer term monitoring in cased holes or piezometers would be required to better define groundwater conditions at the site. The water levels encountered from the borings can be found on the boring logs in Exploration Results. It should be recognized that fluctuations of the groundwater table will occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the boring was performed. In addition, perched water can develop within higher permeability soils overlying less permeable soils. Therefore, groundwater levels during construction or at other times in the future may be higher or lower than the levels indicated on the boring logs. We estimate that during the normal wet season (typically June through October) with rainfall and recharge at a maximum, seasonal high groundwater levels will be at about 2 to 3 feet below existing grades. Our estimates of the seasonal groundwater conditions are based on the USDA Soil Survey, the encountered soil types, antecedent weather conditions, and the interpreted water levels. The water levels observed in the borings can be found on the boring logs in Exploration Results, and are summarized below along with the estimated normal seasonal high groundwater table. Sounding Number Approximate depth to encountered water table (feet)1 Approximate depth to estimated seasonal high groundwater table (feet)1 SPT-1 4 3 SPT-2 4.5 3 SPT-3 4 3 SPT-4 4.5 3 HA-1 4.5 3 HA-2 4 3 HA-3 4.5 3 HA-4 3.5 3 HA-5 4 3 HA-6 4 3 HA-7 3.5 3 HA-8 4 3 HA-9 4.5 3 HA-10 3 2 HA-11 3 2 549 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 6 HA-12 3.5 3 HA-13 3 2 HA-14 3 2 HA-15 3.5 3 HA-16 4 3 HA-17 GNE to 10 feet 2 3 HA-18 3.5 3 HA-19 4 3 1. Below ground surface. 2. GNE - Groundwater Not Encountered to a depth of 10 feet. These seasonal water table estimates do not represent the temporary rise in water table that occurs immediately following a storm event, including adjacent to other stormwater management facilities. This is different from static groundwater levels in wet ponds and/or drainage canals which can affect the design water levels of new, nearby ponds. The seasonal high groundwater table may vary from normal when affected by extreme weather changes, localized or regional flooding, karst activity, future grading, drainage improvements, or other construction that may occur on or around the site following the date of this report. Corrosion Series Testing Four (4) corrosion series tests were performed throughout the alignment. These results indicate that the subsurface environment classifies as slightly to moderately aggressive for use in evaluation of alternate culvert materials and components in accordance with Florida Department of Transportation (FDOT) Standards. These values may be used to estimate potential corrosive characteristics of the on-site soils with respect to contact with the various underground materials which will be used for project construction. The corrosion series laboratory results for soluble sulfate, soluble chloride, electrical resistivity and pH testing are summarized on the table below: Boring Number Depth (feet) pH Chlorides (ppm) Sulfates (ppm) Resistivity (ohm- cm) HA-1 0 to 8 7.7 B.D. B.D. 10,000 HA-8 0 to 7 8.1 B.D. B.D. 13,000 HA-15 0 to 6 7.8 60 B.D. 5,800 HA-18 0 to 7 7.8 60 B.D. 3,400 B.D. = Below Detection 550 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 7 GEOTECHNICAL ENGINEERING EVALUATIONS The following recommendations are offered with regards to pipe installation. The recommendations below are not intended to supersede pipe subgrade preparation and backfill requirements from governing municipals such as Winter Springs and/or Seminole County. It should be noted that most of the soils along routes are loose to medium dense in the upper 10 feet and susceptible to consolidation from vibration or water infiltration. Heavy vibratory compaction should be avoided near existing structures. The project owners may wish to consider performing pre-construction building condition surveys along the alignment. General Site Preparation The following general procedures are recommended for site preparation: Excavations required for pipe installation should be performed in accordance with appropriate Occupational Safety and Health Administration (OSHA) excavation standards. If safe side slopes cannot be maintained or are not desired due to other considerations, a properly designed braced excavation, trench shield, sheet piling, or permeation grouted wall would be required for stable excavations. All shields, shoring and bracing systems, or sheet piling should be designed and reviewed by an experienced Professional Engineer registered in the State of Florida. Adjacent traffic loads, and induced vibrations among other factors should be included in the design of these stabilization systems. Seasonal high groundwater levels are anticipated to be near 2 to 3 feet below existing grades within the project area. In addition, a perched groundwater condition may be encountered where shallow low permeable soils are present. Based on this information and the proposed embedment depths of the pipe, temporary dewatering may be required to facilitate open cut construction, backfilling, and compaction in the dry at several locations. Pipe Subgrade (Bedding) Soils Regarding the pipe subgrade soils for conventional open cut construction, we offer the following recommendations: Generally, soils encountered throughout most of the site appear suitable to support the proposed pipe replacement. However, since the borings were widely spaced along the pipeline alignment, unsuitable soils could be encountered in other locations along the alignment where borings were not performed. 551 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 8 The bedding soil beneath the pipe should be properly shaped to completely support the pipe section and areas should be excavated to accommodate any bells or other raised portions of the pipe to help avoid point loading conditions. If dense or cemented soils are encountered within 1 foot below the pipe bottom, it is recommended that these soils be removed to a depth of 1 foot below the pipe bottom and replaced with clean granular fill material to avoid uneven loading (point loads) of pipes and fittings. A minimum separation of 2 feet between the bottom of the subgrade level and the groundwater level is recommended during construction and backfilling operations. A properly designed dewatering system may be required to maintain this minimum separation at a few locations. After the subgrade soils have been prepared as recommended above, the pipe may be installed. Backfill Soils We offer the following recommendations with regards to backfill placement in open cut trenches, and in directional drilling access points: Once the pipe has been laid in the excavation trench and approved, backfill should be carefully deposited and compacted to the centerline of the pipe on both sides. Compaction of backfilled soils above the centerline of the pipe and throughout the directional drilling access points to the proposed final grade should be accomplished in lift thicknesses no thicker than 12 inches. All fill should be non-plastic, granular soils (clean sands) free of roots and debris. Excavated clean granular soils should be suitable for use as backfill. Inorganic fine sand (SP) and fine sand with silt (SP-SM) are acceptable for this use. Silty fine sand (SM) may be used as backfill, but these soils typically retain moisture and may be difficult to dry and compact. Organic sands, topsoil, and clayey sand (SC) are not suitable for re-use as backfill in pipe trenches. From 1 foot above the pipe to the finished grade elevation and throughout the directional drilling access points, compaction should be accomplished with a small plate or hand- guided drum type vibratory compactor. Extreme caution should be exercised when operating vibratory equipment near existing structures. Smaller hand compactors should 552 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 9 be utilized in all restricted areas, such as beneath pipe haunches and to 1 foot above the pipe to help provide uniform compaction around the pipe. At least one density test per 300 lineal feet of pipe length and per lift and for every lift of fill placed in pits should be performed to verify that the soil has been compacted to at least 98 percent of its modified Proctor maximum dry density (ASTM D-1557). Care should be taken to also test the haunch area and to 1 foot above the pipe on this same frequency of one test per 300 lineal feet of pipe installed. If compaction difficulties arise during construction, the Geotechnical Engineer should be consulted to provide further recommendations. Temporary Dewatering Seasonal high groundwater levels are anticipated to range from 2 to 3 feet below existing grades at a few locations within the project area. In addition, a perched groundwater condition may be encountered where shallow low permeable soils are present. Depending on prevailing groundwater conditions at the time of construction, dewatering may be required to facilitate construction, backfilling, and compaction in the dry at several locations. Regarding dewatering, we offer the following recommendations: Dewatering operations at this site for pipe installation should be accomplished with a properly designed dewatering system operating outside the excavation limits. The dewatering system should be adequate to lower groundwater levels to at least 2 feet below the lowest compaction surface and keep it there during backfilling to facilitate excavations in the dry and proper compaction of bedding and backfill soils. The construction should be sequenced so that the dewatering system is not turned off until the pipe has enough weight placed over it to counteract an uplift force equivalent to the height of standing water above the base of the pipe. The resisting weight of soil over the pipe should be calculated using a buoyant unit weight of the soil of 50 pounds per cubic foot. Dewatering should be performed with extreme caution near existing structures, and preconstruction building condition surveys should be performed where the dewatering operations are near existing structures. 553 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 10 Horizontal Directional Drilling The pipeline may be installed using horizontal directional drilling (HDD) operations. Based on encountered soil and groundwater conditions, the site appears feasible for HDD operations, for which we offer the following recommendations: The contractor should review the attached boring logs to evaluate if specialized methods and/or difficult drilling may be experienced. All excavations should be performed in accordance with appropriate Occupational Safety and Health Administration (OSHA) standards. These standards typically include side slopes for temporary excavations not steeper than 1.5 Horizontal to 1 Vertical (1.5H:1V) to provide for adequate worker safety. If these side slopes cannot be maintained or are not desired due to other considerations, a properly designed braced excavation, trench shield or sheet piling would be required to stabilize excavations. All shields, shoring and bracing systems or sheet piling should be designed and reviewed by an experienced Professional Engineer registered in the State of Florida. Adjacent traffic loads and induced vibrations among other factors should be included in the design of these systems. Introduction of water and drilling fluids may induce consolidation and surface settlement due to the loose to medium dense soils in the upper part of the soil profile. We recommend staying as far as possible away from residential structures. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. 554 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable 11 Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third-party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. 555 Responsive ■ Resourceful ■ Reliable ATTACHMENTS 556 Responsive ■ Resourceful ■ Reliable FIGURES Contents: GeoModel (5 pages) Note: All attachments are one page unless noted above. 557 0 2 4 6 8 10 12 14 16 18 20 22 24 26DEPTH BELOW GRADE (Feet)Tuscawilla Reclaim Extension Winter Springs, FL Terracon Project No. H1215156 Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. NOTES: SPT-1 SPT-2 SPT-3 SPT-4 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Estimated Seasonal High Groundwater Clayey Fine Sands3 LEGEND Poorly-graded Sand Poorly-graded Sand with Silt Silty Sand Clayey Sand Model Layer General DescriptionLayer Name Fine Sand to Fine Sand with Silt1 Silty Fine Sand2 Clayey Sands Sands Silty Sands 8 25 1 2 3 4 13.5 25 1 2 3 4.5 4 13.5 25 1 2 1 3 4 4 8 13.5 25 1 2 3 1 3 4.5 558 0 1 2 3 4 5 6 7 8 9 10 11 12 13DEPTH BELOW GRADE (Feet)Tuscawilla Reclaim Extension Winter Springs, FL Terracon Project No. H1215156 Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. NOTES: HA-1 HA-2 HA-3 HA-4 HA-5 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Estimated Seasonal High Groundwater Clayey Fine Sands3 LEGEND Poorly-graded Sand Poorly-graded Sand with Silt Silty Sand Model Layer General DescriptionLayer Name Fine Sand to Fine Sand with Silt1 Silty Fine Sand2 Clayey Sands Sands Silty Sands 12 1 3 4.5 12 1 3 4 12 1 3 4.5 9 12 1 2 3 3.5 12 1 3 4 559 0 1 2 3 4 5 6 7 8 9 10 11 12 13DEPTH BELOW GRADE (Feet)Tuscawilla Reclaim Extension Winter Springs, FL Terracon Project No. H1215156 Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. NOTES: HA-6 HA-7 HA-8 HA-9 HA-10 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Estimated Seasonal High Groundwater Clayey Fine Sands3 LEGEND Poorly-graded Sand Poorly-graded Sand with Silt Silty Sand Clayey Sand Model Layer General DescriptionLayer Name Fine Sand to Fine Sand with Silt1 Silty Fine Sand2 Clayey Sands Sands Silty Sands 9 12 1 2 3 4 7 12 1 2 3 3.5 12 1 3 4 12 1 3 4.5 7 12 1 3 2 3 560 0 1 2 3 4 5 6 7 8 9 10 11 12 13DEPTH BELOW GRADE (Feet)Tuscawilla Reclaim Extension Winter Springs, FL Terracon Project No. H1215156 Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. NOTES: HA-11 HA-12 HA-13 HA-14 HA-15 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Estimated Seasonal High Groundwater Clayey Fine Sands3 LEGEND Poorly-graded Sand with Silt Clayey Sand Silty Sand Model Layer General DescriptionLayer Name Fine Sand to Fine Sand with Silt1 Silty Fine Sand2 Clayey Sands Sands Silty Sands 7 12 1 3 2 3 6 12 1 3 3 3.5 6 12 2 3 2 3 6 12 1 3 2 3 6 12 1 2 3 3.5 561 0 1 2 3 4 5 6 7 8 9 10 11 12 13DEPTH BELOW GRADE (Feet)Tuscawilla Reclaim Extension Winter Springs, FL Terracon Project No. H1215156 Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. NOTES: HA-16 HA-17 HA-18 HA-19 GEOMODEL This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. First Water Observation Estimated Seasonal High Groundwater Clayey Fine Sands3 LEGEND Poorly-graded Sand Poorly-graded Sand with Silt Clayey Sand Silty Sand Model Layer General DescriptionLayer Name Fine Sand to Fine Sand with Silt1 Silty Fine Sand2 Clayey Sands Sands Silty Sands 7 12 1 3 3 4 7 12 1 3 3 7 12 1 3 3 3.5 4 12 1 2 3 4 562 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 EXPLORATION AND TESTING PROCEDURES Field Exploration The field exploration performed to date includes: Number of Borings Boring Depth (feet) 1 Location 19 (HA-1 to HA-19) 12’ Machine auger borings Approximate 500 ft. center along the alignments 4 (SPT-1 to SPT-4) 25’ Standard Penetration Test (SPT) Horizontal drilling locations 1. Below ground surface. Boring Layout: We used handheld GPS equipment to locate borings with an estimated horizontal accuracy of +/-20 feet. Field measurements from existing site features were used. Subsurface Exploration Procedures: We advanced the deeper soil borings with a track-mounted drill rig using rotary wash techniques as necessary depending on soil conditions. Five samples were obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. We obtained representative samples primarily by the split-barrel sampling procedure. In the split-barrel sampling procedure, a standard, 2-inch O.D., split-barrel sampling spoon is driven into the boring with a 140-pound automatic SPT (Standard Penetration Test) hammer falling 30 inches. We recorded the number of blows required to advance the sampling spoon the last 12 inches of an 18- inch sampling interval as the standard penetration resistance value, N. Soil Test Borings utilizing SPT split spoon or auger sampling were conducted as necessary to provide soil samples for laboratory and classification testing. The machine auger borings were performed by hydraulically turning a 4-inch diameter continuous flight auger into the ground in 5-foot increments. Additional flights were added until the desired termination depth was achieved. The auger was then extracted without further rotation and representative soil samples were retrieved from the auger. The samples will be placed in appropriate containers, taken to our soil laboratory for testing, and classified by a Geotechnical Engineer. In addition, we will observe and record groundwater levels during drilling and sampling. Our exploration team will prepare field boring logs as part of standard drilling operations including sampling depths, penetration distances, and other relevant sampling information. Field logs include visual classifications of materials encountered during drilling, and our interpretation of subsurface conditions between samples. Final boring logs, prepared from field logs, represent the Geotechnical Engineer's interpretation, and include modifications based on observations and laboratory tests. 563 Geotechnical Engineering Report Tuskawilla Reclaim Extension ■ Winter Springs, Seminole County, Florida October 1, 2021 ■ Terracon Project No. H1215156 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 The sampling depths, penetration distances, and other sampling information was recorded on the field boring logs. The samples were placed in appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. Our exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. 564 Responsive ■ Resourceful ■ Reliable SITE LOCATION AND EXPLORATION PLANS Contents: Topographic Vicinity Map Soils Map Location Plan Note: All attachments are one page unless noted above. 565 Drawn By: Checked By: Approved By: Project Mngr: File No. Date: Scale: Project No.EXHIBITTOPOGRAPHIC VICINITY MAP 7.5 MINUTE SERIES (QUADRANGLE) ISSUED: 1994 CASSELBERRY, FLORIDA N LR AS LR JWC H1215156 AS SHOWN H1215156 8-20-21 TUSKAWILLA RECLAIM EXTENSION FROM CENTRAL WINDS DRIVE TO CREEKS RUN WAY AT STATE ROAD 434 GEOTECHNICAL ENGINEERING REPORT WINTER SPRINGS, SEMINOLE COUNTY, FLORIDA Consulting Engineers and Scientists 1675 LEE ROAD WINTER PARK, FLORIDA 32789 FAX. (407) 740-6112PH. (407) 740-6110 SIT E 5000450040003000250035002000150050001000500 FEET SCALE 1"=1000' ISSUED: 1984 OVIEDO, FLORIDATUSKAWILLA ROADSTATE ROAD 434 566 Drawn By: Checked By: Approved By: Project Mngr: File No. Date: Scale: Project No.EXHIBITSOILS MAP N LR AS LR JWC H1215156 AS SHOWN H1215156 8-20-21 TUSKAWILLA RECLAIM EXTENSION FROM CENTRAL WINDS DRIVE TO CREEKS RUN WAY AT STATE ROAD 434 GEOTECHNICAL ENGINEERING REPORT WINTER SPRINGS, SEMINOLE COUNTY, FLORIDA Consulting Engineers and Scientists 1675 LEE ROAD WINTER PARK, FLORIDA 32789 FAX. (407) 740-6112PH. (407) 740-6110 5000450040003000250035002000150050001000500 FEET SCALE 1"=1000' U.S.D.A. SOIL SURVEY FOR SEMINOLE COUNTY, FLORIDA SIT E TUSKAWILLA ROADSTATE ROAD 434 SOIL LEGEND ASTATULA-APOPKA FINE SANDS, 0 TO 5 PERCENT SLOPES BASINGER AND SMYRNA FINE SANDS, DEPRESSIONAL 6 11 EAU GALLIE AND IMMOKALEE FINE SANDS13 MYAKKA AND EAUGALLIE FINE SANDS20 PAOLA-ST LUCIE SANDS,0 TO 5 PERCENT SLOPES24 POMELLO FINE SANDS, 0 TO 5 PERCENT SLOPES27 ST JOHNS AND EAUGALLIE FINE SANDS29 TAVARES-MILLHOPPER COMPLEX, 0 TO 5 PERCENT SLOPES31 567 Drawn By: Checked By: Approved By: Project Mngr: File No. Date: Scale: Project No.EXHIBIT Consulting Engineers and Scientists 1675 LEE ROAD WINTER PARK, FLORIDA 32789 FAX. (407) 740-6112PH. (407) 740-6110 BORING LOCATION PLANLR AS LR JWC H1215156 AS SHOWN H1215156 8-20-21 TUSKAWILLA RECLAIM EXTENSION FROM CENTRAL WINDS DRIVE TO CREEKS RUN WAY AT STATE ROAD 434 GEOTECHNICAL ENGINEERING REPORT WINTER SPRINGS, SEMINOLE COUNTY, FLORIDA N LEGEND APPROXIMATE LOCATION OF STANDARD PENETRATION TEST BORING APPROXIMATE LOCATION OF HAND AUGER BORING HA-1 HA-2 HA-3 HA-4 HA-5 HA-6 HA-7 HA-8 HA-9 HA-11 HA-10 HA-12 HA-13 HA-14 HA-15 HA-16 HA-17 HA-19 SPT-4 SPT-3 SPT-2 SPT-1 HA-18 STATE ROAD 434 CREEKS RUN WAY CENTRAL WINDS DRIVE TUSKAWILLA ROADLAKE JESSUP 568 Responsive ■ Resourceful ■ Reliable EXPLORATION RESULTS Contents: SPT Boring Logs (SPT-1 through SPT-4) (4 pages) Auger Boring Logs (HA-1 through HA-19) (19 pages) Note: All attachments are one page unless noted above. 569 2-2-2-3 N=4 3-4-4-4 N=8 5-4-4-6 N=8 6-5-5-7 N=10 4-4-4-5 N=8 4-3-5 N=8 6-6-8 N=14 7-7-10 N=17 1123.9 FINE SAND (SP), light gray, loose SAND WITH SILT (SP-SM), reddish brown, loose SILTY SAND (SM), grayish brown to brown, loose to medium dense Boring Terminated at 25 Feet 2.0 8.0 25.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6969° Longitude: -81.2626°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Mud Rotary Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BR-2500 BORING LOG NO. SPT-1 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE570 2-2-3-3 N=5 4-3-4-3 N=7 4-6-6-5 N=12 7-6-5-5 N=11 4-6-5-7 N=11 4-3-3 N=6 4-5-4 N=9 7-7-8 N=15 621.7 FINE SAND (SP), light gray, loose SAND WITH SILT (SP-SM), reddish brown, loose to medium dense SILTY SAND (SM), grayish brown, loose to medium dense Boring Terminated at 25 Feet 2.0 13.5 25.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6964° Longitude: -81.2622°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Mud Rotary Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BR-2500 BORING LOG NO. SPT-2 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE571 2-3-3-3 N=6 4-3-4-5 N=7 4-6-6-8 N=12 7-5-7-1 N=12 5-4-3-4 N=7 4-4-3 N=7 5-5-6 N=11 7-6-8 N=14 1819.8 FINE SAND (SP), light gray, loose SAND WITH SILT (SP-SM), brown, loose SILTY SAND (SM), gray to brown, loose to medium dense FINE SAND (SP), grayish brown to brown, loose to medium dense SAND WITH SILT (SP-SM), brown, medium dense Boring Terminated at 25 Feet 2.0 4.0 13.5 23.5 25.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6899° Longitude: -81.2511°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Mud Rotary Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BR-2500 BORING LOG NO. SPT-3 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FLSITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 1 SAMPLE TYPE572 2-3-3-4 N=6 3-2-3-3 N=5 4-4-3-5 N=7 4-5-5-6 N=10 4-6-8-7 N=14 4-4-5 N=9 3-3-4 N=7 4-5-7 N=12 1818.4 24-20-4 FINE SAND (SP), gray, loose SAND WITH SILT (SP-SM), brown, loose SILTY SAND (SM), gray to grayish brown, loose to medium dense CLAYEY SAND (SC), grayish brown, medium dense SAND WITH SILT (SP-SM), grayish brown to brown, loose to medium dense Boring Terminated at 25 Feet 2.0 4.0 8.0 13.5 25.0 Hammer Type: AutomaticStratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 15 20 25 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6899° Longitude: -81.2485°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Mud Rotary Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BR-2500 BORING LOG NO. SPT-4 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 3 1 SAMPLE TYPE573 FINE SAND (SP), gray to brown SAND WITH SILT (SP-SM), brown Boring Terminated at 12 Feet 10.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.7043° Longitude: -81.2701°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-1 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 SAMPLE TYPE574 922.1 FINE SAND (SP), gray SAND WITH SILT (SP-SM), brown Boring Terminated at 12 Feet 8.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.7040° Longitude: -81.2695°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-2 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 SAMPLE TYPE575 FINE SAND (SP), light gray to gray SAND WITH SILT (SP-SM), brown Boring Terminated at 12 Feet 9.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS LOCATION See Exploration Plan Latitude: 28.7031° Longitude: -81.2684°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-3 1 SAMPLE TYPE576 79.1SAND WITH SILT (SP-SM), grayish brown FINE SAND (SP), grayish brown SAND WITH SILT (SP-SM), brown SILTY SAND (SM), brown Boring Terminated at 12 Feet 3.0 6.0 9.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.7021° Longitude: -81.2675°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-4 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE577 1028.3 FINE SAND (SP), trace limerock base, gray to grayish brown SAND WITH SILT (SP-SM), brown to dark brown Boring Terminated at 12 Feet 6.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.7010° Longitude: -81.2665°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-5 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 SAMPLE TYPE578 FINE SAND (SP), trace limerock base, gray to grayish brown SAND WITH SILT (SP-SM), brown SILTY SAND (SM), brown Boring Terminated at 12 Feet 6.0 9.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.7001° Longitude: -81.2656°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-6 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE579 FINE SAND (SP), grayish brown SILTY SAND (SM), brown Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6990° Longitude: -81.2646°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-7 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE580 FINE SAND (SP), brown SAND WITH SILT (SP-SM), brown Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6979° Longitude: -81.2636°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-8 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 SAMPLE TYPE581 89.0SAND WITH SILT (SP-SM), grayish brown FINE SAND (SP), grayish brown SAND WITH SILT (SP-SM), brown Boring Terminated at 12 Feet 3.0 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6959° Longitude: -81.2617°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-9 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 SAMPLE TYPE582 818.2SAND WITH SILT (SP-SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6949° Longitude: -81.2607°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-10 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE583 828.1 SAND WITH SILT (SP-SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6945° Longitude: -81.2603°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-11 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE584 SAND WITH SILT (SP-SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 6.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6936° Longitude: -81.2595°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-12 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-26-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-26-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE585 1818.1SILTY SAND (SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 6.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6927° Longitude: -81.2586°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-13 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 2 3 SAMPLE TYPE586 SAND WITH SILT (SP-SM), gray CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 6.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6917° Longitude: -81.2575°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-14 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE587 2018.4 NP SAND WITH SILT (SP-SM), brown SILTY SAND (SM), gray Boring Terminated at 12 Feet 6.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6909° Longitude: -81.2561°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-15 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE588 2019.6 FINE SAND (SP), brown SAND WITH SILT (SP-SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 4.0 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6903° Longitude: -81.2547°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-16 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE589 2019.2 23-21-2 SAND WITH SILT (SP-SM), brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6900° Longitude: -81.2531°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-17 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater not encountered to a depth of 10 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE590 SAND WITH SILT (SP-SM), grayish brown to brown CLAYEY SAND (SC), gray Boring Terminated at 12 Feet 7.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6899° Longitude: -81.2519°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-18 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 3.5 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 3 SAMPLE TYPE591 SAND WITH SILT (SP-SM), brown SILTY SAND (SM), gray to grayish brown Boring Terminated at 12 Feet 4.0 12.0 Stratification lines are approximate. In-situ, the transition may be gradual.THIS BORING LOG IS NOT VALID IF SEPARATED FROM ORIGINAL REPORT. GEO SMART LOG-NO WELL H1215156 TUSCAWILLA RECLAI.GPJ TERRACON_DATATEMPLATE.GDT 9/9/21WATER LEVELOBSERVATIONSDEPTH (Ft.)5 10 FIELD TESTRESULTSPERCENT FINESWATERCONTENT (%)ATTERBERG LIMITS LL-PL-PI LOCATION See Exploration Plan Latitude: 28.6900° Longitude: -81.2469°GRAPHIC LOGMODEL LAYERDEPTH Page 1 of 1 Advancement Method: Hand Auger Abandonment Method: Boring backfilled with Auger Cuttings Surface capped with concrete Notes: Project No.: H1215156 Drill Rig: BORING LOG NO. HA-19 Kimley-Horn and Associates IncCLIENT: Orlando, FL Driller: Lewis Boring Completed: 08-27-2021 PROJECT: Tuscawilla Reclaim Extension Elevations not obtained See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Central Winds Dr. to Creek Rwy. at E. State Road 434 Winter Springs, FL SITE: Boring Started: 08-27-2021 1675 Lee Rd Winter Park, FL Groundwater observed at a depth of 4 feet. Estimated Seasonal High Groundwater WATER LEVEL OBSERVATIONS 1 2 SAMPLE TYPE592 Responsive ■ Resourceful ■ Reliable SUPPORTING INFORMATION Contents: General Notes for SPT Borings Unified Soil Classification System Note: All attachments are one page unless noted above. 593 500 to 1,000 2,000 to 4,000 4,000 to 8,000 1,000 to 2,000 less than 500 > 8,000 Unconfined Compressive Strength Qu, (psf) Non-plastic Low Medium High DESCRIPTION OF SYMBOLS AND ABBREVIATIONS Hand Penetrometer Torvane Dynamic Cone Penetrometer Photo-Ionization Detector Organic Vapor AnalyzerSAMPLINGWATER LEVELFIELD TESTS(HP) (T) (DCP) (PID) (OVA) GENERAL NOTES Over 12 in. (300 mm) 12 in. to 3 in. (300mm to 75mm) 3 in. to #4 sieve (75mm to 4.75 mm) #4 to #200 sieve (4.75mm to 0.075mm Passing #200 sieve (0.075mm) Particle Size < 5 5 - 12 > 12 Percent of Dry Weight Descriptive Term(s) of other constituents RELATIVE PROPORTIONS OF FINES 0 1 - 10 11 - 30 > 30 Plasticity Index Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Percent of Dry Weight Major Component of Sample Trace With Modifier RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Trace With Modifier DESCRIPTIVE SOIL CLASSIFICATION Boulders Cobbles Gravel Sand Silt or Clay Descriptive Term(s) of other constituents < 15 15 - 29 > 30 Term PLASTICITY DESCRIPTION Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over time. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. Water Level After a Specified Period of Time Water Level After a Specified Period of Time Water Initially Encountered Auger Cuttings Rock Core Grab Sample No Recovery Shelby Tube Standard Penetration Test Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. Hard Very Stiff Stiff Medium Stiff Very Soft Automatic Hammer SPT N-Value (Blows/Ft.) < 3 < 1 1 - 3 3 - 6Medium Dense SoftLoose Very Dense Dense Very Loose Automatic Hammer SPT N-Value (Blows/Ft.) 3 - 8 8 - 24 24 - 40 > 40 6 - 12 12 - 24 > 24STRENGTH TERMSDescriptive Term (Consistency) Descriptive Term (Density) CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual-manual procedures or standard penetration resistance (More than 50% retained on No. 200 sieve.) Density determined by Standard Penetration Resistance RELATIVE DENSITY OF COARSE-GRAINED SOILS 594 UNIFIED SOIL CLASSIFICATION SYSTEM UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Soil Classification Group Symbol Group Name B Coarse-Grained Soils: More than 50% retained on No. 200 sieve Gravels: More than 50% of coarse fraction retained on No. 4 sieve Clean Gravels: Less than 5% fines C Cu 4 and 1 Cc 3 E GW Well-graded gravel F Cu 4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F Gravels with Fines: More than 12% fines C Fines classify as ML or MH GM Silty gravel F, G, H Fines classify as CL or CH GC Clayey gravel F, G, H Sands: 50% or more of coarse fraction passes No. 4 sieve Clean Sands: Less than 5% fines D Cu 6 and 1 Cc 3 E SW Well-graded sand I Cu 6 and/or [Cc<1 or Cc>3.0] E SP Poorly graded sand I Sands with Fines: More than 12% fines D Fines classify as ML or MH SM Silty sand G, H, I Fines classify as CL or CH SC Clayey sand G, H, I Fine-Grained Soils: 50% or more passes the No. 200 sieve Silts and Clays: Liquid limit less than 50 Inorganic: PI 7 and plots on or above “A” line J CL Lean clay K, L, M PI 4 or plots below “A” line J ML Silt K, L, M Organic: Liquid limit - oven dried 0.75 OL Organic clay K, L, M, N Liquid limit - not dried Organic silt K, L, M, O Silts and Clays: Liquid limit 50 or more Inorganic: PI plots on or above “A” line CH Fat clay K, L, M PI plots below “A” line MH Elastic Silt K, L, M Organic: Liquid limit - oven dried 0.75 OH Organic clay K, L, M, P Liquid limit - not dried Organic silt K, L, M, Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. B If field sample contained cobbles or boulders, or both, add “with cobbles or boulders, or both” to group name. C Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly graded gravel with silt, GP-GC poorly graded gravel with clay. D Sands with 5 to 12% fines require dual symbols: SW-SM well-graded sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. E Cu = D60/D10 Cc = 6010 2 30 DxD )(D F If soil contains 15% sand, add “with sand” to group name. G If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. H If fines are organic, add “with organic fines” to group name. I If soil contains 15% gravel, add “with gravel” to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add “with sand” or “with gravel,” whichever is predominant. L If soil contains 30% plus No. 200 predominantly sand, add “sandy” to group name. M If soil contains 30% plus No. 200, predominantly gravel, add “gravelly” to group name. N PI 4 and plots on or above “A” line. O PI 4 or plots below “A” line. P PI plots on or above “A” line. Q PI plots below “A” line. 595 City of Winter Springs SR 434 Reclaimed Water Main Extension RFP 02-22-JN Proposal Due Date: April 14, 2022 @ 2 PM Addendum No. 2 – April 1, 2022 To Prospective Bidders and Other Concerned: BID DOCUMENT SET The Bid Set Drawings for SR 434 Reclaimed Water Main Extension project is presented for this project as part of this Addendum No. 2. 596 FEBRUARY 2022 PREPARED BY LOCATION MAP N.T.S. SEMINOLE COUNTY, FLORIDA CONSTRUCTION DRAWINGS FOR SR 434 RECLAIMED WATER MAIN EXTENSION FOR CITY OF WINTER SPRINGS BID SET OWNER: CITY OF WINTER SPRINGS 1126 E. STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708 PHONE: 407-327-5989 ENGINEER: KIMLEY-HORN AND ASSOCIATES, INC. 189 S. ORANGE AVENUE, SUITE 1000 ORLANDO, FLORIDA 32801 CONTACT: LANCE R. LITTRELL, P.E. 407-412-7544 WINTER SPRINGS CITY MANAGER: SHAWN BOYLE 1126 E. STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708 PHONE: 407-327-5957 WINTER SPRINGS COMMISSIONERS: MATT BENSON KEVIN CANNON TED JOHNSON TIANNA HALE ROB ELLIOTT SITE LOCATION UTILITY PROVIDERS GAS: FLORIDA PUBLIC UTILITIES CO. 450 S. HWY 17-92 DEBARY, FL 33713 CONTACT: DAVID JOHNSON PHONE: (352) 636-7057 TELEPHONE: AT&T 132 COMMERCE WAY SANFORD, FL 32771 CONTACT: SCOTT LORENZ PHONE: (407) 302-7611 CITY OF WINTER SPRINGS 1126 E. S.R. 434 WINTER SPRINGS, FL 32708 CONTACT: DILLON THOMAS PHONE: (407) 327-1800 EXT 588 WATER, SEWER AND REUSE: DUKE ENERGY 2801 WEST STATE ROAD 426 OVIEDO, FL 32765 CONTACT: BENITA ROSTEL PHONE: (407) 359-4447 POWER : CHARTER COMMUNICATIONS 3767 ALL AMERICAN BLVD. ORLANDO, FL 32810 CONTACT: RAMON NUNEZ PHONE: (407) 215-5870 CABLE : DEVELOPMENT TEAM Sheet List Table Sheet Number Sheet Title General G-1 COVER G-2 GENERAL NOTES - 1 G-3 GENERAL NOTES - 2 G-4 SYMBOLS AND ABBREVIATIONS G-5 SHEET LAYOUT PLAN Civil C-1 PLAN AND PROFILE STA. 10+00 TO 15+00 C-2 PLAN AND PROFILE STA. 15+00 TO 20+00 C-3 PLAN AND PROFILE STA. 20+00 TO 25+00 C-4 PLAN AND PROFILE STA. 25+00 TO 30+00 C-5 PLAN AND PROFILE STA. 30+00 TO 35+00 C-6 PLAN AND PROFILE STA. 35+00 TO 40+00 C-7 PLAN AND PROFILE STA. 40+00 TO 45+00 C-8 PLAN AND PROFILE STA. 45+00 TO 50+00 C-9 PLAN AND PROFILE STA. 50+00 TO 55+00 C-10 PLAN AND PROFILE STA. 55+00 TO 60+00 C-11 PLAN AND PROFILE STA. 60+00 TO 65+00 C-12 PLAN AND PROFILE STA. 65+00 TO 70+00 C-13 PLAN AND PROFILE STA. 70+00 TO 75+00 C-14 PLAN AND PROFILE STA. 75+00 TO 80+00 C-15 PLAN AND PROFILE STA. 80+00 TO 85+00 C-16 PLAN AND PROFILE STA. 85+00 TO 90+00 C-17 PLAN AND PROFILE STA. 90+00 TO 95+00 C-18 PLAN AND PROFILE STA. 95+00 TO 100+00 C-19 PLAN AND PROFILE STA. 100+00 TO 105+00 C-20 PLAN AND PROFILE STA.105+00 TO 109+00 C-21 CONNECTION PLAN STA. 0+00 TO 5+48 C-22 PROFILES - 1 C-23 PROFILES - 2 C-24 PROFILES - 3 C-26 CONNECTION DETAILS Details D-1 STANDARD DETAILS - 1 D-2 STANDARD DETAILS - 2 D-3 STANDARD DETAILS - 3 D-4 MOT PLAN C-25 PROFILES - 4 C-4a BEAR SPRINGS ROAD CONNECTION DETAIL 597 GENERAL PAVEMENT MARKING AND SIGNAGE STORM DRAINAGE SYSTEM TREES AND VEGETATION DEMOLITION SAFETY EARTHWORK / GRADING / DEMUCKING PROCEDURES DEWATERING NOTES CONSTRUCTION NOTES G-2GENERAL NOTES - 1 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 598 CONTRACTOR'S AS-BUILT PAVING, GRADING AND DRAINAGE PAVING/GRADING TESTING AND INSPECTION F.D.O.T. RIGHT-OF-WAY WORK GENERAL NOTES PRESSURE PIPE “ ” “” G-3GENERAL NOTES - 2 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 599 (A)ARV (AUTOMATIC) AIR RELEASE VALVE A/C AIR CONDITIONING A/VV AIR/VACUUM AIR VALVE AAV AUTOMATIC AIR VENT ABAN ABANDON(ED) ABFV ACTUATED BUTTERFLY VALVE ABRSV ABRASIVE ABS ACRYLONITRILE BUTADIENE STYRENE AB-xx AUGER BORING (e.g. AB-1) ACCMP ASPHALT-COATED CORRUGATED METAL PIPE ACCV AIR CUSHION CHECK VALVE ACP ASBESTOS CEMENT PIPE ADH ADHESIVE ADJ ADJUSTABLE AFF ABOVE FINISHED FLOOR AFG ABOVE FINISHED GRADE AFS ABOVE FINISHED SLAB AG AMMONIA GAS AIR AIR PIPE AL ALUMINUM ALT ALTERNATE AMM AMMONIATOR AOD ANGLE OF DEFLECTION APPROX APPROXIMATE ARV AIR RELEASE VALVE AS AMMONIA SOLUTION ASSY ASSEMBLY B/W BOTH WAYS BCV BALL CHECK VALVE BF BLIND FLANGE BFP BACKFLOW PREVENTER BFV BUTTERFLY VALVE BGO BURIED GEAR OPERATOR BI BLACK IRON BIP BLACK IRON PIPE BITUM BITUMINOUS OR BITUMASTIC BLDG BUILDING BM BENCH MARK BOC BACK OF CURB BOS BOTTOM OF SLAB BOT BOTTOM BSP BLACK STEEL PIPE BTWN BETWEEN BV BALL VALVE BW BUTT WELD BWW BACKWASH WATER B-xx BORING (e.g. B-1) C&G CURB AND GUTTER C.F.CUBIC FOOT C.I.CUBIC INCH C.Y.CUBIC YARD C/C CENTER TO CENTER CA COMPRESSED AIR CAP CAPACITY CATV CABLE TELEVISION CAV COMBINATION AIR VALVE CBP CHLORINE BOOSTER PUMP CCC CHLORINE CONTACT CHAMBER CE CHLORINATED EFFLUENT CFM CUBIC FEET PER MINUTE CFS CUBIC FEET PER SECOND CI CAST IRON CIP CAST IRON PIPE CISP CAST IRON SOIL PIPE CJ CONSTRUCTION JOINT CL, ℄CENTER LINE CL2 CHLORINE GAS CLF CHAIN LINK FENCE CLR CLEAR(ANCE) CMP CORRUGATED METAL PIPE CMPA CORRUGATED METAL PIPE ARCH CO CLEAN OUT CO2 CARBON DIOXIDE COAG COAGULANT CONC CONCENTRATE CONN CONNECTION CONSTR CONSTRUCT(ION) CONT CONTINUATION COP COPPER PIPE CP CONCRETE PIPE CPA CONCRETE PIPE ARCH CPLG COUPLING CPP CONCRETE PRESSURE PIPE CPVC CHLORINATED POLYVINYL CHLORIDE CR CONCENTRIC REDUCER CS CHLORINE SOLUTION CV CHECK VALVE CYL CYLINDER D DRAIN DEG DEGREE DEMO DEMOLITION DF DIESEL FUEL DI DUCTILE IRON DIA DIAMETER DIAG.DIAGONAL DIM DIMENSION DIP DUCTILE IRON PIPE DIR DIRECTION DISCH DISCHARGE DJ DISMANTLING JOINT DMH DROP MANHOLE DN DOWN DR DIMENSION RATIO DV DIAPHRAGM VALVE DW DISINFECTED WATER DWG DRAWING DWV DRAIN, WASTE, AND VENT E EAST(ING) E.F.EACH FACE E.W.EACH WAY EA EACH ECC ECCENTRIC EFF EFFLUENT EGO ELEVATED GEAR OPERATOR EJ EXPANSION JOINT ELEV ELEVATION ELAST ELASTOMERIC ELL ELBOW EMER EMERGENCY EOP EDGE OF PAVEMENT EPDM ETHYLENE PROPYLENE DIENE MONOMER EQUIP EQUIPMENT EST ESTIMATE(D) EVA ELECTRIC VALVE ACTUATOR EX(IST)EXISTING EXP EXPANSION EXT EXTERIOR F/F FACE TO FACE FAB FABRICATE(D) FC FLEXIBLE COUPLING FCA FLANGED COUPLING ADAPTER FCV FLOW-CONTROL VALVE FD FLOOR DRAIN FE FILTER(ED) EFFLUENT FF FINISH FLOOR FH FIRE HYDRANT FIG FIGURE FIN FINISH(ED) FL FLUORIDE FLEX FLEXIBLE FLG FLANGE(D) FLR FLOOR FM FORCE MAIN FO(L)(C)FIBER OPTIC (LINE)(CONDUIT) FPM FEET PER MINUTE FPS FEET PER SECOND FRP FIBERGLASS REINFORCED PLASTIC FT FOOT OR FEET FV FOOT VALVE FW FINISHED WATER GA GAUGE GAL GALLON(S) GALV GALVANIZED GBW GAC BACKWASH GIP GALVANIZED IRON PIPE GJ GROOVE JOINT GND GROUND GO GEAR OPERATED GPD GALLONS PER DAY GPH GALLONS PER HOUR GPM GALLONS PER MINUTE GPS GALLONS PER SECOND GR GRADE GS GALVANIZED STEEL GSP GALVANIZED STEEL PIPE GSR GROUND STORAGE RESERVOIR GST GROUND STORAGE TANK GV GATE VALVE HB HOSE BIBB HD HEAVY-DUTY HDD HORIZ. DIRECTIONAL DRILL HDPE HIGH-DENSITY POLYETHYLENE HFA HYDROFLUOSILICIC ACID HFCA HARNESSED FLANGED COUPLING ADAPTER HORIZ HORIZONTAL HP HORSEPOWER HPA HIGH PRESSURE AIR HR HOUR HSP HIGH SERVICE PUMP HT HEIGHT HVA HYDRAULIC VALVE ACTUATOR HVAC HEATING, VENTILATION, AND AIR CONDITIONING HW HOT WATER HWL HIGH WATER LEVEL HYD HYDRAULIC ID INSIDE DIAMETER IN INCH(ES) INF INFLUENT INV INVERT IP IRON PIPE IPS INTERNATIONAL PIPE STANDARD IR INTERNAL RECYCLE IW IRRIGATION WATER JB JUNCTION BOX JT JOINT KGV KNIFE GATE VALVE L,LT LEFT LAB LABORATORY LAM LAMINATE OR LAMINATION LAT LATERAL LB(S)POUND(S) LEN LENGTH LF LINEAR FEET LHDPE LINEAR HIGH-DENSITY POLYETHYLENE LS LIME SLURRY LSS LIME STABILIZED SLUDGE LWL LOW WATER LEVEL MAINT MAINTAIN OR MAINTENANCE MAN MANUAL(LY) MAX MAXIMUM MCC MOTOR CONTROL CENTER ME(S)MITERED END (SECTION) MECH MECHANICAL MF MICROFILTRATION MFR MANUFACTURE(R) MG MILLION GALLONS MGD MILLION GALLONS PER DAY MH MANHOLE MI MILE(S) MIN MINIMUM MISC MISCELLANEOUS MJ MECHANICAL JOINT ML MIXED LIQUOR MPH MILES PER HOUR MRPP METAL REINFORCED PLASTIC PIPE MTD MOUNTED MV MOTORIZED VALVE MW MANWAY MWL MEAN WATER LEVEL N NORTH(ING) N.C.NORMALLY CLOSED N.I.C.NOT IN CONTRACT N.O.NORMALLY OPEN N/A NOT APPLICABLE NaOCl SODIUM HYPOCHLORITE NE NORTHEAST NF NANOFILTRATION NIC NOT IN CONTRACT NO., #NUMBER NOM NOMINAL NPT NATIONAL PIPE TAPER NPW NON-POTABLE WATER NSFC NOT SHOWN FOR CLARITY NTS,N.T.S.NOT TO SCALE NW NORTHWEST O&M OPERATION AND MAINTENANCE O.C.ON CENTERS O/E OR EQUAL O/O OUTSIDE TO OUTSIDE O2 OXYGEN OD OUTSIDE DIAMETER OF OUTSIDE FACE OFF OFFSET OH OVER HEAD OP ORIFICE PLATE OPER OPERATOR OPP OPPOSITE OPT OPTION(AL) OVF OVERFLOW P/L PROPERTY LINE PA PROCESS AIR PBV PLASTIC BALL VALVE PC POINT OF CURVE PE PLAIN END PEP POLYETHYLENE PIPE PERM PERMEATE PG PRESSURE GAUGE PGL PROPOSED GRADE LINE PJ PUSH-ON JOINT PM PROCESS MECHANICAL PNV PINCH VALVE POB POINT OF BEGINNING POI POINT OF INTERSECTION POJ PUSH-ON JOINT POL POLYMER PPD POUNDS PER DAY PPM PARTS PER MILLION PREFAB PREFABRICATED PRES PRESSURE PROP PROPOSED PRV PRESSURE REDUCING VALVE PRW PROCESS WATER PSF POUNDS PER SQUARE FOOT PSI POUNDS PER SQUARE INCH PT POINT OF TANGENCY PV PLUG VALVE PVC POLYVINYL CHLORIDE PVC-D POLYVINYLCHLORIDE (DOUBLE CONTAINED) PVDF POLYVINYLIDENE FLUORIDE (KYNAR) PVMT PAVEMENT PW POTABLE WATER Q FLOW QTY QUANTITY R,RT RIGHT R/W, R.O.W.RIGHT OF WAY RAD., R.RADIUS RAS RETURN ACTIVATED SLUDGE RAW RAW WATER RCB REINFORCED CONCRETE BOX RCP REINFORCED CONCRETE PIPE RCPA REINFORCED CONCRETE PIPE ARCH REBAR REINFORCING STEEL RED REDUCER REEW REUSE EFFLUENT WATER REF REFERENCE REINF REINFORCE(D)(ING)(MENT) REJ RO REJECT REQ'D REQUIRED REW RETURN EFFLUENT WATER RJ RESTRAINED JOINT (BELL) RMJ RESTRAINED MECHANICAL JOINT RNG RANGE RO REVERSE OSMOSIS ROC RADIUS OF CURVATURE RPM REVOLUTIONS PER MINUTE RPZBP REDUCED PRESSURE ZONE BACKFLOW PREVENTER RR RAILROAD RS RAW SEWAGE RWM RECLAIMED WATER MAIN RWW RAW WASTEWATER S SOUTH S.F.SQUARE FOOT S.I.SQUARE INCH S.O.SIDE OPERATED S.STL STAINLESS STEEL S.Y.SQUARE YARD SA SAMPLE LINE SAN SANITARY SB-xx SOIL BORING (e.g. SB-1) SCH SCHEDULE SCV SILENT CHECK VALVE SD STORM DRAIN SDR STANDARD DIMENSION RATIO SE SOUTHEAST SEC SECTION SEFF SECONDARY EFFLUENT SF SQUARE FOOT OR FEEET SHT SHEET(ED)(ING) SIM SIMILAR SL SLUDGE SLV SLEEVE SM SHEET METAL SOL SOLUTION SP SOIL PIPE SPEC(S)SPECIFICATION(S) SPT-xx STANDARD PENETRATION TEST BORING (e.g. SPT-1) SQ SQUARE SS SANITARY SEWER SSE SUBSTANDARD EFFLUENT ST SAMPLE TAP STA STATION STD STANDARD STL STEEL STORM STORMWATER STR STRAIGHT SUP SUPERNATANT SV SOLENOID VALVE SVC SERVICE SVW SERVICE WATER SW SOUTHWEST SWD SIDEWATER DEPTH SYM SYMBOL SYMM SYMMETRICAL T&B TOP AND BOTTOM T.O.C.TOP OF CONCRETE T.O.S.TOP OF SLAB T.S.TAPPING SLEEVE T.V.TAPPING VALVE TAN TANGENT TBM TEMPORARY BENCH MARK TB-xx TEST BORING-xx (e.g. TB-1) TDH TOTAL DYNAMIC HEAD TEL TELEPHONE TEMP TEMPORARY TH TEST HOLE THD THREAD(ED) THK THICK(NESS) TJ TIED JOINT TOB TOP OF BANK TOC TOP OF CURB TOS TOE OF SLOPE TS THICKENED SLUDGE TV TELEVISION TWP TOWNSHIP TYP TYPICAL UD UNDERDRAIN UG UNDERGROUND UGE UNDERGROUND ELECTRIC UON UNLESS OTHERWISE NOTED UTC UNDERGROUND TELEPHONE CABLE UTIL UTILITY UV ULTRAVIOLET VAC VACUUM VAR VARIES VB VALVE BOX VC VERTICAL CURVE VCP VITRIFIED CLAY PIPE VEL VELOCITY VERT VERTICAL VFD VARIABLE FREQUENCY DRIVE VOL VOLUME VTR VENT THROUGH ROOF W WEST W.L.WATER LEVEL W.P.WALL PIPE (WITH WATER STOP) W/WITH W/O WITHOUT WAS WASTE ACTIVATED SLUDGE WCO WALL CLEAN OUT WF WIDE FLANGE WH WALL HYDRANT WM WATER MAIN WPR WORKING PRESSURE WS(P)WELDED STEEL (PIPE) WT WEIGHT WTF WATER TREATMENT FACILITY WTP WATER TREATMENT PLANT WW WASTEWATER WWF WELDED WIRE FABRIC WWM WELDED WIRE MESH WWTF WASTEWATER TREATMENT FACILITY WWTP WASTEWATER TREATMENT PLANT XFER TRANSFER XLHDPE CROSS LINKED HIGH-DENSITY POLYETHYLENE YD YARD(S) YH YARD HYDRANT YR YEAR(S) NOTE: THIS LEGEND IS FOR GENERAL REFERENCE. NOT ALL ABBREVIATIONS, SYMBOLS, PROCESSES, MATERIALS, OR FITTINGS MAY BE USED IN THIS DESIGN, NOR IS THIS LEGEND COMPREHENSIVE. REFER TO INDIVIDUAL DRAWING LEGEND(S) IF SYMBOLS ARE NOT LISTED. INDIVIDUAL DISCIPLINE STANDARD LEGENDS SUPERCEDE THIS GENERAL LEGEND, IF PROVIDED. SECTION OR DETAIL NUMBER/LETTER SCALE: A M-1 DETAIL N.T.S.DRAWING WHERE DETAIL IS REFERENCED DETAIL/SECTION REFERENCES DETAIL OR SECTION NUMBER/LETTER SHEET WHERE DETAIL IS FOUND OPTIONAL HAT (INDICATES VIEW DIRECTION) SECTION CUT AND DIRECTION TAIL (ROTATED AS REQUIRED) STANDARD ABBREVIATIONSCIVIL SYMBOLS LEGEND NOTE (TYP) ANNOTATION, SINGLE LEADER (INDICATING TYPICAL AT MULTIPLE LOCATIONS) NOTE ANNOTATION, MULTIPLE LEADERS INDICATING DISCRETE TARGETS VIEWPORT OR FEATURE BREAK INDICATOR VIEW FRAME EXTENT (WITH DRAWING LOCATION REFERENCE) SEE SHEET xxx STANDARD NORTH ARROW (ROTATED AS REQUIRED) GRAPHIC SCALE NORTH ARROW DRAFTING LEGEND SHEET FROM WHERE DETAIL IS FIRST REFERENCED A M-2 NORTH (HORIZONTAL AND/OR VERTICAL AS REQUIRED) HALF VIEWPORT SCALE FULL VIEWPORT SCALE DOUBLE VIEWPORT SCALE LEGEND G-4SYMBOLS AND ABBREVIATIONS DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL = BACKFLOW PREVENTER = BOLLARD = CABLE TELEVISION SERVICE BOX = CLEANOUT = DELINEATOR POST = END OF INFORMATION (ELECTRONIC) = FIRE HYDRANT = GUY ANCHOR = LIGHT POLE = MAILBOX = MANHOLE - ELECTRIC = MANHOLE - SANITARY = MANHOLE - STORM = MANHOLE - TELEPHONE = METER - ELECTRIC = METER - GAS = METER - WATER = PARKING METER = POST = POWER POLE = RAILROAD WARNING SIGN = SERVICE CABINET = SHARED POLE WITH TRANSFORMER = SINGLE SUPPORT SIGN = STRAIGHT ARROW = TELEPHONE PEDESTAL = TRANSFORMER = TREE - TYPE AS NOTED IF KNOWN = TREE - OAK = TREE - PALM = VALVE COVER - NOT-POTABLE WATER = VALVE COVER - WATER = VENT = WIRE PULL BOX = BURIED CABLE - EXISTING TYPE B = BURIED ELECTRIC - EXISTING TYPE B = BURIED ELECTRIC - EXISTING TYPE D = BURIED FIBER OPTIC CABLE - EXISTING TYPE B = BURIED FIBER OPTIC CABLE - EXISTING TYPE D = BURIED GAS - EXISTING TYPE B = BURIED TELEPHONE-EXISTING TYPE B = BURIED UNKNOWN UTILITY-EXISTING TYPE B = BURIED WATER-EXISTING TYPE B = BURIED WATER-EXISTING TYPE C = BURIED WATER-EXISTING TYPE D = BURIED NON-POTABLE WATER-EXISTING TYPE B = OVERHEAD ELECTRIC - EXISTING = FENCE LINE = AIR RELEASE VALVE = BENDS = TEE = CAP = GATE VALVE = LINESTOP = FORCE MAIN = STORM PIPE 600 G-5SHEET LAYOUT PLAN DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL C-15 C-17 C-18 C-19 C-20C-16C-14 C-13 C-12 C-11 C-10 C-9 C-8 C-7 C-6 C-5 C-4 C-3 C-2 C-1 SR 4 3 4 CENTRALWINDS DRBEA R S P RI N G S D R TUSKAWILLA RDBLV D EAGLE WIND TERRACECREEKS RUN WAY±9,602 LF OF HDPE DR 11 12" RWM MICHAEL BLAKE C-4a NORTH SR 434 CONNECT TO EXISITING 12" RWM BEGINNING OF RECLAIMED WATER MAIN EXTENSION END OF RECLAIMED WATER MAIN EXTENSION ±583 LF OF 4" HDPE DR 11 RWM ±458 LF OF 4" HDPE DR 11 RWM CONNECT TO EXISTING 8" RWM ±178 LF OF 4" HDPE DR 11 RWM CONNECT TO EXISTING 4" RWM ±104 LF OF 8" HDPE DR 11 RWM CONNECT TO EXISTING 8" RWM ±54 LF OF HDPE DR 11 12" RWM 601 1 0 + 0 0 11+00 12+00 13+00 14+00 15+00 12'' DI TEE, RMJ STA. 10+00 N:1588652.79 E:569896.76 12'' DI 45° BEND, RMJ STA. 10+12 N:1588641.20 E:569897.36 12'' DI 11.25° BEND, RMJ STA. 10+51 N:1588614.58 E:569926.85 BORE PIT CONNECTION TO EXISTING 12" RECLAIMED WATER MAIN FROM THE OAK FOREST STORAGE TANK.440 LF FROM THE CENTRAL WINDS DRIVE AND 434 INTERSECTION. SEE CONNECTION DETAIL SHEET C-25 EXISTING 4" RECLAIMED WATER MAIN 10'21'21'20'12'' DI 11.25° BEND, RMJ STA. 10+04 N:1588649.28 E:569896.95 12'' DI GV, RMJ STA. 10+07 N: 1588645.43 E: 569897.14 12'' DI GV, RMJ STA. 10+00 N: 1588652.64 E: 569893.86 12'' LINESTOP MJ STA. 10+00 N: 1588652.50 E: 569891.13 2" DI ARV ASSEMBLY STA:10+48 MATCH LINE STA 15+00SEE SHEET C-2 FOR CONTINUATION12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 10+00 11+00 12+00 13+00 14+00 15+00 36" RCP INV. EL.34.6 15' MINIMUMEXISTING GRADE EX. 4" PVC RWM INV. EL.35.5 (APPROX. DEPTH) EX. 4" RWM INV. EL.35.5 15' MINIMUMARV STA:10+47 ELEV:40.56 EX. 12" DI WM INV. EL.34.0 EX. BURIED ELEC INV. EL.34.0 12'' HDPE DR11 RWM 12'' DI 11.25° BEND, RMJ STA. 10+04 12'' DI GV, MJ STA. 10+07 12'' DI 45° BEND, RMJ STA. 10+12 12'' DI 11.25° BEND, RMJ STA. 10+51 NORTH C-1 PLAN AND PROFILE STA. 10+00 TO 15+00 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL CONTRACTOR TO REMOVE AND REPLACE CONCRETE FLUME 1,006 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN HDD BORE PIT 7.3'(3' MIN.)EDGE OF PAVEMENT LIMITS OF CONSTRUCTION EXISTING 6" DI FORCE MAIN EX. 6" DI FM INV. EL. 35.46 CONNECT W/12" TEE AND ROTATE 45° TO AVOID CONFLICT WITH EX. 12" WM11°12" DI SLEEVE, RMJ (TO CONNECT TO EXISTING) EX.12" DI RWM EX.12" DI WM 49 LF OF 12" HDPE DR 11 CONTRACTOR TO COORDINATE WITH THE CITY TO REMOVE AND RESTORE TREES (TYP.) 602 15+00 16+00 17+00 18+00 19+00 20+00 EXISTING WATER MAIN EXISTING 4" RECLAIMED WATER MAIN 9'9'9'21'20'21'12'' DI 11.25° BEND, RMJ STA. 20+49 N:1587862.95 E:570580.71MATCH LINE STA 15+00SEE SHEET C-1 FOR CONTINUATIONMATCH LINE STA 20+00SEE SHEET C-3 FOR CONTINUATION12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 15+00 16+00 17+00 18+00 19+00 20+00 36" RCP INV. EL.33.0 EXISTING GRADE EX. 4" RWM INV. EL.36.1 BURIED FOC INV. EL.35.8 (APPROX. DEPTH) BURIED TV INV. EL.35.9 (APPROX. DEPTH) BURIED TELEPHONE INV. EL.36.0 (APPROX. DEPTH) EX. WATER MAIN INV. EL.36.2 (APPROX. DEPTH) BURIED FOC INV. EL.36.1 (APPROX. DEPTH) BURIED ELEC INV. EL.36.2 (APPROX. DEPTH) 12'' HDPE DR11 RWM 12'' HDPE DR11 RWM NORTHC-2 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL4.5'(3' MIN.)1,006 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 15+00 TO 20+00 603 20+00 21+00 22+00 23+00 24+00 25+00 EXISTING WATER MAIN EXISTING 4" RECLAIMED WATER MAIN 9'9'21'20'12'' DI 11.25° BEND, RMJ STA. 20+81 N:1587838.35 E:570600.72 12'' DI 11.25° BEND, RMJ STA. 20+49 N:1587862.95 E:570580.71 3.1'2" DI ARV ASSEMBLY STA:20+71 12'' DI GV, RMJ STA. 20+64 N: 1587851.30 E: 570590.18 MATCH LINE STA 20+00SEE SHEET C-2 FOR CONTINUATIONMATCH LINE STA 25+00SEE SHEET C-4 FOR CONTINUATION16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 20+00 21+00 22+00 23+00 24+00 25+00 18" RCP INV. EL.36.715' MIN.EXISTING GRADE BURIED FOC INV. EL.36.8 (APPROX. DEPTH) BURIED FOC INV. EL.36.8 (APPROX. DEPTH) BURIED ELEC INV. EL.37.2 EX. 4" RWM INV. EL.37.4 EX. 4" RWM INV. EL.36.1 1 2 ''H D P E D R 11R W M 12'' HDPE DR11 RWM 12'' HDPE DR11 RWM ARV STA:20+71 ELEV:43.11 12'' DI 11.25° BEND, RMJ STA. 20+81 12'' DI GV, MJ STA. 20+64 12'' DI 11.25° BEND, RMJ STA. 20+49 NORTHC-3 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL7.4'(3' MIN.)1,016 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN DRAINAGE STRUCTURE EDGE OF PAVEMENT PLAN AND PROFILE STA. 20+00 TO 25+00 CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) LIMITS OF CONSTRUCTION BORE PIT 604 25+00 26+00 27+00 28+00 29+00 30+00 EXISTING 4" RECLAIMED WATER MAIN 9'9'8'21'12'' DI 11.25° BEND, RMJ 12+00 MATCH LINE STA 25+00SEE SHEET C-3 FOR CONTINUATIONMATCH LINE STA 30+00SEE SHEET C-5 FOR CONTINUATION16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 25+00 26+00 27+00 28+00 29+00 30+00 15" RCP INV. EL.37.4 15' MIN.EXISTING GRADE EX. 4" RWM INV. EL.42.4 BURIED TV INV. EL.42.3 (APPROX. DEPTH) BURIED ELEC INV. EL.42.2 15' MIN.12 ''HD P E D R 11 R W M NORTHC-4 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 8.0'(3' MIN.)EDGE OF PAVEMENT 1,016 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN BEAR SPRINGS DRIVE PLAN AND PROFILE STA. 25+00 TO 30+00 SEE SHEET C-4a FOR CONTINUATION 605 28+00 29+00 30+00 31+00 32+00 EXISTING 4" RECLAIMED WATER MAIN EXISTING 4" RWM8'9'22'21'BORE PIT 2" DI ARV ASSEMBLY STA:30+93 12'' DI 11.25° BEND, RMJ STA. 30+87 N:1587063.06 E:571242.37 12''X4'' DI TEE, RMJ STA. 31+11 N:1587044.81 E:571257.48 12'' DI 11.25° BEND, RMJ STA. 31+19 N:1587038.43 E:571262.75 12'' DI GV, RMJ STA. 31+02 N: 1587051.52 E: 571251.92 4'' DI 90° BEND, RMJ STA. 31+11 N:1587081.42 E:571301.74 10+0011+0012+0013+0014+0015+0015+844'' DI GV, RMJ STA. 10+02 N: 1587046.19 E: 571259.15 4'' DI 90° BEND, RMJ STA. 12+28 N:1587212.97 E:571192.89 4'' DI GV, RMJ STA. 29+16 N: 1587456.27 E: 571445.93 BORE PIT BORE PIT NORTHC-4A DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FLBEAR SPRINGS DRIVEBEAR SPRINGS CONNECTION DETAIL 170 LF OF 4" HDPE DR 11 RWM (OPEN CUT) 56 LF OF 4" HDPE DR 11 RWM W/ 10" STEEL CASING (JACK AND BORE) 287 LF OF 4" PROPOSED HDPE DR 11 RWM (DIRECTIONAL DRILL) HDD PIT HDD PIT 68 LF OF 4" PROPOSED HDPE DR 11 RWM (OPEN CUT) 606 30+00 31+00 32+00 33+00 34+00 35+00 EXISTING 4" RWM8'9'22'21'BORE PIT 2" DI ARV ASSEMBLY STA:30+93 12'' DI 11.25° BEND, RMJ STA. 30+87 N:1587063.06 E:571242.37 12''X4'' DI TEE, RMJ STA. 31+11 N:1587044.81 E:571257.48 12'' DI 11.25° BEND, RMJ STA. 31+19 N:1587038.43 E:571262.75 12'' DI GV, RMJ STA. 31+02 N: 1587051.52 E: 571251.92 10+0011+0012+00 4'' DI GV, RMJ STA. 10+02 N: 1587046.19 E: 571259.15 BORE PITMATCH LINE STA 30+00SEE SHEET C-4 FOR CONTINUATIONMATCH LINE STA 35+00SEE SHEET C-6 FOR CONTINUATION14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 30+00 31+00 32+00 33+00 34+00 35+00 15" RCP INV. EL.37.7 EXISTING GRADE EX. 4" RWM INV. EL.38.6 EX. 4" RWM INV. EL.39.0 12'' DI 11.25° BEND, RMJ STA. 31+19 12'' DI GV, MJ STA. 10+66 12'' DI 11.25° BEND, RMJ STA. 10+81 ARV STA:30+93 ELEV:43.20 12''X4'' DI TEE, RMJ STA. 31+11 NORTHC-5 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 5.7'(3' MIN.)835 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 30+00 TO 35+00 LIMITS OF CONSTRUCTION FOR CONTRACTORS EQUIPMENT CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) 56 LF OF PROPOSED 4" HDPE DR 11 RWM W/ 10" STEEL CASING (SEE C-25 FOR PROFILE) 607 35+00 36+00 37+00 38+00 39+00 40+00 EXISTING 4" RECLAIMED WATER MAIN 9'17'24'9'BORE PIT 12'' DI 11.25° BEND, RMJ STA. 39+34 N:1586406.83 E:571777.52 12'' DI 11.25° BEND, RMJ STA. 39+66 N:1586382.57 E:571797.81 2" DI ARV ASSEMBLY STA:39+56 12'' DI GV, RMJ STA. 39+46 N: 1586397.69 E: 571785.16MATCH LINE STA 35+00SEE SHEET C-5 FOR CONTINUATIONMATCH LINE STA 40+00SEE SHEET C-7 FOR CONTINUATION16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 35+00 36+00 37+00 38+00 39+00 40+00 15" RCP INV. EL.37.7 18" RCP INV. EL.38.0 15' MIN.EXISTING GRADE BURIED ELEC INV. EL.40.0 (APPROX. DEPTH) BURIED FOC INV. EL.40.0 (APPROX. DEPTH) BURIED FOC INV. EL.40.0 (APPROX. DEPTH) BURIED FOC INV. EL.40.0 (APPROX. DEPTH) RECLAIMED WATER INV. EL.41.5 (APPROX. DEPTH)15' MIN.1 2 ''H D P E D R 11R W M 12 ''HDP E DR 11 R W M ARV STA:39+56 ELEV:44.57 12'' DI 11.25° BEND, RMJ STA. 39+34 12'' DI GV, RMJ STA. 39+46 12'' DI 11.25° BEND, RMJ STA. 39+66 NORTHC-6 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL2.4'(3' MIN.)4.1'(3' MIN.)EDGE OF PAVEMENT CLIFF ROSE DRIVE 835 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 35+00 TO 40+00 LIMITS OF CONSTRUCTION CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) 608 40+00 41+00 42+00 43+00 44+00 45+00 EXISTING 4" RECLAIMED WATER MAIN 16'20'9'18'EX. 12" WATER MAIN 12'' DI 11.25° BEND, RMJ STA. 39+66 N:1586382.57 E:571797.81 2" DI ARV ASSEMBLY STA:39+56 MATCH LINE STA 40+00SEE SHEET C-6 FOR CONTINUATIONMATCH LINE STA 45+00SEE SHEET C-8 FOR CONTINUATION16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 50 52 40+00 41+00 42+00 43+00 44+00 45+00 18" RCP INV. EL.38.0 18" RCP INV. EL.38.0 15' MIN.EXISTING GRADE BURIED FOC INV. EL.40.0 (APPROX. DEPTH) EX. 12" WATER MAIN INV. EL.40.0 (APPROX. DEPTH) BURIED ELEC INV. EL.40.0 (APPROX. DEPTH) BURIED ELEC INV. EL.40.0 (APPROX. DEPTH) BURIED ELEC INV. EL.40.0 (APPROX. DEPTH) EXISTING 12" PVC CASING FOR RECLAIMED WATER MAIN INV. EL.38.6 (APPROX. DEPTH) BURIED FOC INV. EL.40.0 12 ''HDPE DR11 R W M 12''HDPE DR11 R WM NORTHC-7 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL4.1'(3' MIN.)EDGE OF PAVEMENT 7.5'(3' MIN.)TUSKAWILLA ROAD 714 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 40+00 TO 45+00 EXISTING 12" PVC CASING FOR RECLAIMED WATER MAIN 609 45+00 46+00 47+00 48+00 49+00 50+0020'EXISTING 4" RECLAIMED WATER MAIN 10'BORE PIT 18'19'19'9'12'12'' DI 11.25° BEND, RMJ STA. 46+56 N:1585851.76 E:572239.32 12'' DI TEE, RMJ STA. 46+72 N:1585840.04 E:572249.43 12'' DI PLUG, RMJ STA. 46+72 N:1585837.65 E:572246.66 9'11'16'12'' DI 11.25° BEND, RMJ STA. 46+80 N:1585833.78 E:572254.83 12'' DI GV, RMJ STA. 46+66 N: 1585844.49 E: 572245.60 12'' DI GV, RMJ STA. 46+72 N: 1585837.98 E: 572247.04 2" DI ARV ASSEMBLY STA:46+61 MATCH LINE STA 45+00SEE SHEET C-7 FOR CONTINUATIONMATCH LINE STA 50+00SEE SHEET C-9 FOR CONTINUATION12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 46 48 45+00 46+00 47+00 48+00 49+00 50+00 18" RCP INV. EL.38.0 15" RCP INV. EL.36.9 EXISTING GRADE BURIED FOC INV. EL.37.0 (APPROX. DEPTH) BURIED ELEC INV. EL.37.0 (APPROX. DEPTH) BURIED ELEC INV. EL.37.0 (APPROX. DEPTH) BURIED ELEC INV. EL.37.0 (APPROX. DEPTH) 12'' DI 11.25° BEND, RMJ STA. 46+80 12'' DI GV, RMJ STA. 46+66 12'' DI 11.25° BEND, RMJ STA. 46+56 12'' DI TEE, RMJ STA. 46+72 ARV STA:46+61 ELEV:40.36 12''HDPE DR11 RWM 1 2 ''H D P E D R 1 1 R W M NORTHC-8 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL7.5'(3' MIN.)3.3'(3' MIN.)LIMITS OF CONSTRUCTION CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) 714 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 725 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 12" STUBOUT WITH 12" GATE VALVE AND PLUG FOR FUTURE CONNECTION PLAN AND PROFILE STA. 45+00 TO 50+00 610 50+00 51+00 52+00 53+00 54+00 55+00 12'' DI 11.25° BEND, RMJ STA. 54+13 N:1585274.68 E:572728.68 12'' DI TEE, RMJ STA. 54+03 N:1585281.96 E:572722.64 12'' DI 11.25° BEND, RMJ STA. 53+77 N:1585302.46 E:572705.59 EXISTING 4" RWM 9'10'10'9'10'21'21'12'' DI CAP, RMJ STA. 54+03 N:1585320.03 E:572768.40 12''X8'' DI TEE, RMJ STA. 53+88 N:1585293.89 E:572712.72 21'0+001+00 2+001+001+608'' DI 90° BEND, RMJ STA. 52+61 N:1585347.51 E:572578.23 8'' DI 90° BEND, RMJ STA. 0+69 N:1585249.68 E:572659.49 8'' DI GV, RMJ STA. 53+88 N: 1585292.37 E: 572710.89 12'' DI GV, RMJ STA. 54+03 N: 1585283.59 E: 572724.602" DI ARV ASSEMBLY STA:53+97 12'' DI GV, RMJ STA. 54+08 N: 1585278.39 E: 572725.60 MATCH LINE STA 50+00SEE SHEET C-8 FOR CONTINUATIONMATCH LINE STA 55+00SEE SHEET C-10 FOR CONTINUATION10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 42 44 50+00 51+00 52+00 53+00 54+00 55+00 15" RCP INV. EL.33.7 15" RCP INV. EL.35.3 EXISTING GRADE BURIED ELEC INV. EL.36.0 (APPROX. DEPTH) BURIED ELEC INV. EL.36.0 (APPROX. DEPTH) EX. 4" RWM INV. EL.36.0 BURIED FOC INV. EL.36.0 (APPROX. DEPTH) BURIED FOC INV. EL.36.0 (APPROX. DEPTH) EX. 4" RWM INV. EL.36.0 EX. 4" RWM INV. EL.34.0 EX. 14" WM INV. EL.20.0 ARV STA:53+97 ELEV:38.92 12 ''HD P E D R 11 R W M 12'' DI 11.25° BEND, RMJ STA. 53+77 12''X8'' DI TEE, RMJ STA. 53+88 12'' DI TEE, RMJ STA. 54+03 12'' DI 11.25° BEND, RMJ STA. 54+13 12'' DI GV, MJ STA. 54+08 NORTHC-9 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL9.2'(3' MIN.)3.0'(3' MIN.)15' MIN.15' MIN.EDGE OF PAVEMENT MICHAEL BLAKE BLVD SEE SHEET C-21 FOR CONTINUATION 60 LF OF 12" HDPE DR 11 RECLAIMED WATER MAIN WITH 18" STEEL CASING (JACK & BORE) SEE PROFILE 2 ON C-23 75 LF OF PROPOSED 8" HDPE DR 11 RECLAIMED WATER MAIN WITH 10" STEEL CASING (JACK & BORE) SEE PROFILE 1 ON C-22 745 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 50+00 TO 55+00 LIMITS OF CONSTRUCTION 470 LF OF PROPOSED 8" HDPE DR 11 RWM SEE PROFILE 1 ON C-22 BORE PIT BORE PIT BORE PIT 611 55+00 56+00 57+00 58+00 59+00 60+0010'20'EXISTING 4" RECLAIMED WATER MAIN 21'22'MATCH LINE STA 55+00SEE SHEET C-9 FOR CONTINUATIONMATCH LINE STA 60+00SEE SHEET C-11 FOR CONTINUATION4 6 8 10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 4 6 8 10 12 14 16 18 20 22 24 26 28 30 32 34 36 38 40 55+00 56+00 57+00 58+00 59+00 60+00 15" RCP INV. EL.31.2 EXISTING GRADE EX. 4" RWM INV. EL.31.7 12''HDPE DR11 R WM 12'' HDPE DR11 RWM NORTHC-10 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL7.6'(3' MIN.)7.1'(3' MIN.)745 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 55+00 TO 60+00 612 60+00 61+00 62+00 63+00 64+00 65+00 20'EXISTING 4" RECLAIMED WATER MAIN 21'20'22'22'22'20'22'BORE PIT 12'' DI 11.25° BEND, RMJ STA. 61+66 N:1584695.45 E:573209.45 2" DI ARV ASSEMBLY STA:61+55 12'' DI GV, RMJ STA. 61+46 N: 1584710.67 E: 573196.71 MATCH LINE STA 60+00SEE SHEET C-10 FOR CONTINUATIONMATCH LINE STA 65+00SEE SHEET C-12 FOR CONTINUATION-6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 26 28 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 26 28 60+00 61+00 62+00 63+00 64+00 65+00 15" RCP INV. EL.12.4 15" RCP INV. EL.23.3 EXISTING GRADE 12'' HDPE DR11 RWM 12''HDPE DR11 R WM ARV STA:61+55 ELEV:22.23 12'' DI GV, RMJ STA. 61+46 12'' DI 11.25° BEND, RMJ STA. 61+66 NORTHC-11 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 860 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 3.6'(3' MIN.)5.1'(3' MIN.)PEDESTRIAN WALKING BRIDGE PLAN AND PROFILE STA. 60+00 TO 65+00 CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) LIMITS OF CONSTRUCTION 613 65+00 66+00 67+00 68+00 69+00 70+00 EXISTING 4" RECLAIMED WATER MAIN 21'21'22'20'22'21'MATCH LINE STA 65+00SEE SHEET C-11 FOR CONTINUATIONMATCH LINE STA 70+00SEE SHEET C-12 FOR CONTINUATIONMATCH LINE STA 70+00SEE SHEET C-13 FOR CONTINUATION-14 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 -14 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 65+00 66+00 67+00 68+00 69+00 70+00 15" RCP INV. EL.9.8 EXISTING GRADE 18" RCP INV. EL.10.0 12'' HDPE DR11 RWM 12 ''H D P E D R 11 R W M NOR T H C-12 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 860 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 6.2'(3' MIN.)6.6'(3' MIN.)PLAN AND PROFILE STA. 65+00 TO 70+00 614 70+00 71+00 72+00 73+00 74+00 75+00 21'EXISTING 4" RECLAIMED WATER MAIN 22'10'21'20'20'12'' DI 11.25° BEND, RMJ STA. 70+18 N:1584121.84 E:573836.01 2" DI ARV ASSEMBLY STA:70+32 12'' DI GV, RMJ STA. 70+37 N: 1584111.44 E: 573851.23 12'' DI 11.25° BEND, RMJ STA. 70+50 N:1584104.10 E:573862.43 MATCH LINE STA 70+00SEE SHEET C-12 FOR CONTINUATIONMATCH LINE STA 75+00SEE SHEET C-14 FOR CONTINUATION-12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 70+00 71+00 72+00 73+00 74+00 75+00 15" RCP INV. EL.10.9 18" RCP INV. EL.15.7 EXISTING GRADE ARV STA:70+32 ELEV:14.01 12'' DI 11.25° BEND, RMJ STA. 70+18 12'' DI GV, RMJ STA. 70+37 12'' DI 11.25° BEND, RMJ STA. 70+50 12'' HDPE DR11 NOR T H C-13 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 750 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 3.0'(3' MIN.)16.5'(3' MIN.)PLAN AND PROFILE STA. 70+00 TO 75+00 LIMITS OF CONSTRUCTION FOR CONTRACTORS EQUIPMENT CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) 615 75+00 76+00 77+00 78+00 79+00 80+00 21'EXISTING 4" RECLAIMED WATER MAIN 23'12'' DI 11.25° BEND, RMJ STA. 78+26 N:1583767.47 E:574559.12 12''X8'' DI TEE, RMJ STA. 78+12 N:1583771.76 E:574546.11 12'' DI GV, RMJ STA. 78+09 N: 1583772.92 E: 574542.57 12'' DI 11.25° BEND, RMJ STA. 77+98 N:1583776.33 E:574532.23 8'' DI 90° BEND, RMJ STA. 2+84 N:1583691.49 E:574519.73 8'' DI GV, RMJ STA. 78+12 N: 1583769.66 E: 574545.42 8'' DI 90° BEND, RMJ STA. 3+03 N:1583697.55 E:574501.31 8'' DI CAP, RMJ STA. 77+93 N:1583698.62 E:574501.68 9'18'2+003+00 3+068'' DI 11.25° BEND, RMJ STA. 78+12 N:1583768.14 E:574544.92 2" DI ARV ASSEMBLY STA:78+06 MATCH LINE STA 75+00SEE SHEET C-13 FOR CONTINUATIONMATCH LINE STA 80+00SEE SHEET C-15 FOR CONTINUATION-10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 75+00 76+00 77+00 78+00 79+00 80+00 18" RCP INV. EL.16.9 15' MIN.EXISTING GRADE 12'' DI 11.25° BEND, RMJ STA. 77+98 12'' DI GV, RMJ STA. 78+09 12''X8'' DI TEE, RMJ STA. 78+12 12'' DI 11.25° BEND, RMJ STA. 78+26 EX. 4" RWM INV. EL.17.7 15' MIN.15' MIN.15' MIN.ARV STA:78+06 ELEV:23.06 12'' H D PE DR11 R W M 1 2 ''H D P E D R 1 1 R W M NORTH C-14 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 750 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 13.1'(3' MIN.)EDGE OF PAVEMENT EAGLE WIND TERRACE 770 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 75+00 TO 80+00 87 LF OF 8" HDPE DR11 RWM W/14" STEEL CASING (JACK & BORE) SEE PROFILE 3 ON SHEET C-23 SEE CONNECTION VIEW 2 ON SHEET C-24 LIMITS OF CONSTRUCTION CONNECT TO EXISTING 8" RECLAIMED WATER LINE DOWNSTREAM OF BACKFLOW PREVENTER. CLOSE NPW VALVE TO REMOVE AND RETURN BACKFLOW PREVENTER TO CITY BORE PIT BORE PIT 616 80+00 81+00 82+00 83+00 84+00 85+00 23'14'EXISTING 4" RECLAIMED WATER MAIN 12'' DI 11.25° BEND, RMJ 18'15'MATCH LINE STA 80+00SEE SHEET C-14 FOR CONTINUATIONMATCH LINE STA 85+00SEE SHEET C-15 FOR CONTINUATIONMATCH LINE STA 80+00SEE SHEET C-15 FOR CONTINUATIONMATCH LINE STA 85+00SEE SHEET C-16 FOR CONTINUATION-10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 80+00 81+00 82+00 83+00 84+00 85+00 15" RCP INV. EL.17.5 18" RCP INV. EL.16.1 EXISTING GRADE 12'' HDPE DR11 RWM NORTH C-15 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 770 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 11.3'(3' MIN.)9.2'(3' MIN.)PLAN AND PROFILE STA. 80+00 TO 85+00 617 85+00 86+00 87+00 88+00 89+00 90+00 14'12'' DI 11.25° BEND, RMJ STA. 86+32 N:1583625.70 E:575349.46 12'' DI GV, RMJ STA. 86+17 N: 1583626.62 E: 575334.26 12'' DI 11.25° BEND, RMJ STA. 85+95 N:1583627.95 E:575312.15 BORE PIT 8'13'EXISTING WATER MAIN EXISTING 4" RECLAIMED WATER MAIN 8'15'17'22'21'2" DI ARV ASSEMBLY STA:86+12 MATCH LINE STA 85+00SEE SHEET C-15 FOR CONTINUATIONMATCH LINE STA 90+00SEE SHEET C-17 FOR CONTINUATION-10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 85+00 86+00 87+00 88+00 89+00 90+00 18" RCP INV. EL.13.3 18" RCP INV. EL.11.8 15' MIN.EXISTING GRADE 12'' DI 11.25° BEND, RMJ STA. 86+32 12'' DI GV, RMJ STA. 86+17 12'' DI 11.25° BEND, RMJ STA. 85+95 RECLAIMED WATER INV. EL.13.7 (APPROX. DEPTH) EX. 4" RWM INV. EL.14.0 EX. 12" WM INV. EL.13.2 15' MIN.EX. 8" HDPE FM INV. EL.13.7 12''HDPE DR11 RWM ARV STA:86+12 ELEV:18.09 NORTH C-16 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL11.9'(3' MIN.)17.0'(3' MIN.)EDGE OF PAVEMENT 1175 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN LIMITS OF CONSTRUCTION FOR CONTRACTORS EQUIPMENT PLAN AND PROFILE STA. 85+00 TO 90+00 618 90+00 91+00 92+00 93+00 94+00 95+008'8'21'22'21'21'MATCH LINE STA 90+00SEE SHEET C-16 FOR CONTINUATIONMATCH LINE STA 95+00SEE SHEET C-18 FOR CONTINUATION-12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 90+00 91+00 92+00 93+00 94+00 95+00 18" RCP INV. EL.11.2 18" RCP INV. EL.12.2 EXISTING GRADE 12'' HDPE DR11 RWM12'' HDPE DR11 RWM NORTH C-17 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 1175 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 18.0'(3' MIN.)16.9'(3' MIN.)8.0'MIN.8.0'MIN.PLAN AND PROFILE STA. 90+00 TO 95+00 EXISTING CONCRETE BOX CULVERT 619 95+00 96+00 97+00 98+00 99+00 100+0021'21'21'EXISTING 4" RECLAIMED WATER MAIN 21'21'21'BORE PIT 12'' DI 11.25° BEND, RMJ STA. 98+35 N:1583632.05 E:576551.89 12'' DI GV, RMJ STA. 98+21 N: 1583631.87 E: 576538.01 12'' DI 11.25° BEND, RMJ STA. 98+06 N:1583631.68 E:576523.06 2" DI ARV ASSEMBLY STA:98+17 MATCH LINE STA 95+00SEE SHEET C-17 FOR CONTINUATIONMATCH LINE STA 100+00SEE SHEET C-19 FOR CONTINUATION-12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 95+00 96+00 97+00 98+00 99+00 100+00 18" RCP INV. EL.10.4 18" RCP INV. EL.11.2 EXISTING GRADE 12'' HDPE DR11 RWM 12'' DI 11.25° BEND, RMJ STA. 98+35 12'' DI GV, RMJ STA. 98+21 12'' DI 11.25° BEND, RMJ STA. 98+06 ARV STA:98+17 ELEV:13.42 NORTH C-18 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL16.9'(3' MIN.)4.4'(3' MIN.)1175 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN PLAN AND PROFILE STA. 95+00 TO 100+00 LIMITS OF CONSTRUCTION 1066 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN CONTRACTOR TO COORDINATE WITH CITY TO REMOVE AND RESTORE TREES (TYP.) 620 100+00 101+00 102+00 103+00 104+00 105+0021'EXISTING 4" RECLAIMED WATER MAIN 21'10'EXISTING 4" RECLAIMED WATER MAIN EXISTING 4" RECLAIMED WATER MAIN 21'21'21'MATCH LINE STA 100+00SEE SHEET C-18 FOR CONTINUATIONMATCH LINE STA 105+00SEE SHEET C-20 FOR CONTINUATION-12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -12 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 100+00 101+00 102+00 103+00 104+00 105+00 18" RCP INV. EL.11.3 18" RCP INV. EL.9.2 18" RCP INV. EL.9.3 EXISTING GRADE 12'' HDPE DR11 RWM NORTH C-19 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 1066 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN 11.8'(3' MIN.)14.2'(3' MIN.)17.1'(3' MIN.)PLAN AND PROFILE STA. 100+00 TO 105+00 621 109+19 104+00 105+00 106+00 107+00 108+00 109+00 10'12'' DI GV, RMJ STA. 109+19 N: 1583645.48 E: 577635.71 12'' DI 11.25° BEND, RMJ STA. 108+96 N:1583645.28 E:577613.61 9'EXISTING 4" RECLAIMED WATER MAIN BORE PIT 21'21'21'8'EX. 12" WATER MAIN EX. 12" WATER MAIN EX. 12" WATER MAIN 4'' DI GV, RMJ STA. 3+03 N: 1583642.70 E: 577622.56 4'' DI 90° BEND, RMJ (ROLLED) STA. 3+64 N:1583581.52 E:577622.58 4'' DI 45° BEND, RMJ STA. 4+44 N:1583581.51 E:577542.46 4'' DI 45° BEND, RMJ STA. 4+66 N:1583565.84 E:577526.75 4''X3'' DI RED, RMJ STA. 4+75 N:1583565.73 E:577517.90 CONNECT TO EXISTING 4" RWM W/3" TAPPING SADDLE AND VALVE, RMJ STA. 4+78 N:1583565.69 E:577514.69 3+004+00 4+78 2" DI ARV ASSEMBLY STA:109+00 12'' DI GV, RMJ STA. 3+67 N: 1583645.34 E: 577619.74 MATCH LINE STA 105+00SEE SHEET C-19 FOR CONTINUATION12''x4'' DI TEE MJ, RMJ STA. 109+05 N:1583645.32 E:577622.53 12'' DI TEE MJ, RMJ STA. 109+13 N:1583645.41 E:577630.46 12'' GV MJ STA. 109+13 N: 1583651.49 E: 577630.39 4'' DI 45° BEND MJ, RMJ STA. 109+05 N:1583636.56 E:577622.56 4'' DI 45° BEND MJ, RMJ STA. 109+05 N:1583631.21 E:577622.56 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 -10 -8 -6 -4 -2 0 2 4 6 8 10 12 14 16 18 20 22 24 105+00 106+00 107+00 108+00 109+00 18" RCP INV. EL.18.718" RCP INV. EL.14.9 EXISTING GRADE 12'' DI 11.25° BEND, RMJ STA. 108+96 12'' DI GV, RMJ STA. 109+19 EX. RWM INV. EL.17.7 (APPROX. DEPTH) EX. 12" WATER MAIN INV. EL.17.2 (APPROX. DEPTH) BURIED ELEC INV. EL.17.7 (APPROX. DEPTH)15' MINIMUM15' MINIMUMBURIED FOC INV. EL.19.7 BURIED TV INV. EL.19.7 ARV STA:109+00 ELEV:23.13 12'' DI GV, RMJ STA. 109+03 1 2 ''H D P E D R 1 1 R W M 12''X4'' DI TEE, RMJ STA. 3+00 12'' DI TEE, RMJ STA. 109+13 NORTH C-20 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 1066 LF OF PROPOSED 12" HDPE DR 11 RECLAIMED WATER MAIN END OF SURVEY FOR FUTURE CONNECTION RESTORE SIDEWALK TO ORIGINAL CONDITION 20.7'(3' MIN.)20.0'(3' MIN.)EDGE OF PAVEMENT CREEKS RUN WAY 4.6'(3' MIN.)PLAN AND PROFILE STA.105+00 TO 109+00 SEE CONNECTION VIEW 3 ON SHEET C-24 LIMITS OF CONSTRUCTION 59 LF OF 4" HDPE DR 11 W/10" STELL CASING (JACK & BORE) SEE PROFILE 4 ON SHEET C-20 4" FLOW METER OFFSET CONNECTIONS, 12"X4" TAP ON SOUTH 12"X12" STUB OUT TO THE NORTH BORE PIT BORE PIT FOR FUTURE CONNECTION 622 52+0053+0054+0012'' DI 11.25° BEND, RMJ STA. 54+13 N:1585274.68 E:572728.68 12'' DI TEE, RMJ STA. 54+03 N:1585281.96 E:572722.64 12'' DI GV, RMJ STA. 54+00 N: 1585284.91 E: 572720.20 12'' DI 11.25° BEND, RMJ STA. 53+77 N:1585302.46 E:572705.59 9'10'21'21'12'' DI CAP, RMJ STA. 54+03 N:1585320.03 E:572768.40 12''X8'' DI TEE, RMJ STA. 0+00 N:1585293.89 E:572712.72 8'' DI GV, RMJ STA. 53+88 N: 1585292.37 E: 572710.89 12'' DI GV, RMJ STA. 54+03 N: 1585283.59 E: 572724.60 4+6 2 0+00 1+002+00 3+00 4+00 1+001+60 2" DI ARV ASSEMBLY STA:53+97 8'' DI 90° BEND, RMJ STA. 1+96 N:1585347.51 E:572578.23 8'' DI 22.5° BEND, RMJ STA. 4+19 N:1585204.98 E:572406.62 EXISTING 8'' GV MJ STA. 4+58 N: 1585193.61 E: 572369.92 8'' DI 90° BEND, RMJ STA. 0+69 N:1585249.68 E:572659.49 EX. 8'' DI 11.25° BEND, RMJ N:1585190.91 E:572361.20 EX. 8'' DI TEE, RMJ N:1585192.51 E:572366.39 NORTHC-21 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL EX. 8" RWM CONNECTION PLAN STA. 0+00 TO 5+48 EX. 4" PVC RECLAIMED WATER MAIN MICHAEL BLAKE BOULEVARD CONNECTION DETAIL 20' CONTRACTOR TO CONNECT PROPOSED 8" RWM TO EXISTING 8" GATE VALVE. REMOVE EXISTING 8" RESTRAINED PLUG PROPOSED 8" HDPE DR 11 RWM PROPOSED 8" HDPE DR 11 RWM RIGHT OF WAY PROPOSED 8" HDPE DR 11 RWM PROPOSED 8" HDPE DR 11 RWM 57 LF OF 12" HDPE DR 11 W/18" STEEL CASING (JACK & BORE) SEE PROFILE 2 ON SHEET C-23 PAVEMENT RESTORATION PAVEMENT RESTORATION MATCH LINE MATCH LINEBORE PIT BORE PIT 67 LF OF 8" HDPE DR 11 W/14" STEEL CASING (JACK & BORE) SEE PROFILE 1/1A ON SHEET C-22 MILL & RESURFACE ASPHALT 623 28 30 32 34 36 38 40 28 30 32 34 36 38 40 -0+18 0+0039.01+00 2+00 2+50 4" PVC INV. EL.36.012''X8'' DI TEE, RMJ STA. 0+00 8'' DI GV, RMJ STA. 0+02 8'' DI 90° BEND, RMJ STA. 0+69 8'' DI 90° BEND, RMJ STA. 1+96 8" HDPE DR 11 RWM 8" HDPE DR 11 RWM8"HD P E DR 11 R W M 28 30 32 34 36 38 40 28 30 32 34 36 38 40 2+25 3+00 4+00 4+75 8'' DI 22.5° BEND, RMJ STA. 4+19 EX. 8'' DI GV, RMJ STA. 4+58 8" HDPE DR 11 RWM 8" HDPE DR 11 RWM C-22 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL PROFILES - 1 PROFILE 1 SCALE: 1" = 10'3' (MIN.)EXISTING GRADE SR 434 (SOUTH LANE) EDGE OF PAVEMENT TUSKAWILLA CROSSINGS CONNECTION AT MICHAEL BLAKE BLVD (SEE SHEET C-9)3.7'(3' MIN.)4.1'(3' MIN.)4.0'(3' MIN.)PROFILE 1A SCALE: 1" = 10' TUSKAWILLA CROSSINGS CONNECTION AT MICHAEL BLAKE BLVD (SEE SHEET C-9) CONTRACTOR TO CONNECT PROPOSED 8" RWM TO EXISTING 8" GATE VALVE, RMJ 3.9'(3' MIN.)EXISTING GRADE 47' 5'5' 14" STL CASING TUSKAWILLA CROSSINGS CONNECTION PROFILE 624 14 16 18 20 22 24 14 16 18 20 22 24 2+0023.13+00 4" PVC INV. EL.20.0 12''X8'' DI TEE, RMJ STA. 2+00 8'' DI GV, RMJ STA. 2+02 8'' DI 11.25° BEND, RMJ STA. 2+04 8'' DI 90° BEND, RMJ STA. 2+84 8'' DI 90° BEND, RMJ STA. 3+03 8'' DI 11.25° BEND, RMJ STA. 2+08 8" HDPE DR 11 RWM 30 32 34 36 38 40 30 32 34 36 38 40 1+0038.912'' DI TEE, RMJ STA. 1+00 12'' DI GV, RMJ STA. 1+03 12'' DI CAP, RMJ STA. 1+60 12" HDPE DR 11 RWM C-23 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL PROFILES - 2 PROFILE 3 SCALE: 1" = 10'3' MIN.EDGE OF PAVEMENT SR 434 (SOUTH LANE) CONNECT TO EXISTING 8" RECLAIMED WATER EAGLE WIND TERRACE CONNECTION PROFILE (SEE SHEET C-14) PROFILE 2 SCALE: 1" = 10' MICHAEL BLAKE BLVD (NORTH STUB OUT) CONNECTION PROFILE (SEE SHEET C-9)3' MIN.EXISTING GRADE SR 434 (NORTH LANE) EDGE OF PAVEMENT 18" STL CASING 54' 5'5' 40' 5'5' 14" STL CASING 625 14 16 18 20 22 24 14 16 18 20 22 24 3+0023.04+0023.44'' DI 90° BEND, RMJ (ROLLED) STA. 3+64 4'' DI 45° BEND, RMJ STA. 4+44 4'' DI 45° BEND, RMJ STA. 4+66 18" RCP INV. EL.18.5 4" HDPE DR 11 RWM 4'' DI 45° BEND, RMJ STA. 3+61 4''X3'' DI RED, RMJ STA. 4+75 3'' DI GV, RMJ STA. 4+77 4"X3" DI TAPPING SADDLE, RMJ STA. 4+78 4'' HDPE DR 11 RWM 4'' DI 45° BEND, RMJ STA. 3+14 4'' DI 45° BEND, RMJ STA. 3+09 4'' DI GV, MJ STA. 3+03 12''X4'' DI TEE, RMJ STA. 3+00 C-24 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL PROFILES - 3 PROFILE 4 SCALE: 1" = 10'6.1'EDGE OF PAVEMENT SR 434 (SOUTH LANE) EXISITNG GRADE 10" STL CASING 2.3'CREEKS RUN WAY CONNECTION PROFILE (SEE SHEET C-20) 43' 5'5' 4" FLOW METER 626 34 36 38 40 42 44 46 48 34 36 38 40 42 44 46 48 11+00 12+00 13+00 14+00 15+00 16+00 12''X4'' DI TEE, RMJ STA. 10+00 4'' DI GV, MJ STA. 10+02 4'' DI 90° BEND, RMJ STA. 10+57 4'' DI 90° BEND, RMJ STA. 12+28 4'' DI 22.5° BEND, RMJ STA. 15+15 4'' DI GV, MJ STA. 15+83 C-25 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL PROFILES - 4 PROFILE 5 SCALE: 1" = 30'3.0'EXISITNG GRADE BEAR SPRINGS ROAD CONNECTION PROFILE (SEE SHEET C-4a) 10" STL CASING 56 LF OF 4" HDPE DR 11 RWM W/ 10" STEEL CASING 287 LF OF 4" PROPOSED HDPE DR 11 RWM (DIRECTIONAL DRILL) 170 LF OF 4" HDPE DR 11 RWM (OPEN CUT) 68 LF OF 4" PROPOSED HDPE DR 11 RWM (OPEN CUT) 627 C-26CONNECTION DETAILS DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL CONNECTION DETAIL 1 SCALE: 1" = 1' CONNECTION DETAIL 2 SCALE: 1" = 1' CONNECTION DETAIL 3 SCALE: 1" = 1' CONNECT TO EXISTING 12" RWM WITH PROPOSED 12" DI TEE, RMJ (ROLL UP 11.25° TO ALIGN WITH BEND) PROPOSED 12" GATE VALVE, RMJ PROPOSED 12" LINE STOP, RMJ PROPOSED 12" GATE VALVE, RMJ PROPOSED 12" 45° BEND, RMJ EXISTING 12" DI RECLAIMED WATER EXISTING 12" DI RECLAIMED WATER PROPOSED 3" TAPPING VALVE, RMJ PROPOSED 4"X3" TAPPING SADDLE, RMJ CONNECT TO EXISTING 4" PVC RWM WITH PROPOSED TAPPING SADDLE AND VALVE EXISTING 4" PVC RECLAIMED WATER EXISTING 4" PVC RECLAIMED WATER EXISTING 8" RECLAIMED WATER CAP EXISTING 8" RECLAIMED WATER PROPOSED 8" 90° BEND TO EXISTING BACKFLOW PREVENTER (TO BE REMOVED AND RETURNED TO THE CITY) EXISTING 8" RECLAIMED WATER PROPOSED 8" RECLAIMED WATER PROPOSED 12" 11.25° BEND, RMJ EXISTING 12" DI POTABLE WATER (STATION 10+00 ON C-1) (STATION 4+61 ON C-21) (STATION 3+00 ON C-14) PROPOSED 3" x 4" REDUCER, RMJ REMOVE 12 LF OF EXISTING 12" RECLAIMED WATER MAIN FOR THIS CONNECTION REMOVE 8 LF OF EXISTING 8" RECLAIMED WATER MAIN 628 (SEE NOTE 2)TRENCH BACKFILL12" LIFTS MAXIMUMW/ SIZE OF PIPE VARIES SEE NOTE 4 PIPE O.D.COMMON FILL BEDDING MATERIAL 12" (TYP) UNDISTURBED EARTH FINISHED GRADE NOTES: 1. INITIAL BACKFILL: SELECT COMMON FILL COMPACTED TO 95% (98% UNDER PAVEMENT) OF THE MAXIMUM DENSITY AS PER AASHTO T-180. 2. TRENCH BACKFILL: COMMON FILL COMPACTED TO 95% (98% UNDER PAVEMENT) OF THE MAXIMUM DENSITY AS PER AASHTO T-180. 3. TYPE A BEDDING MATERIAL SHALL CONFORM TO FDOT NO. 57 AGGREGATE. 4. 15" MAX. (12" MIN.) FOR PIPE DIAMETER LESS THAN 24" AND 24" MAX (12" MIN) FOR PIPE DIAMETER 24" AND LARGER. 5. WATER SHALL NOT BE PERMITTED IN THE TRENCH DURING CONSTRUCTION. 6. ALL PIPE TO BE INSTALLED WITH BELL FACING UPSTREAM TO THE DIRECTION OF THE FLOW. 7. BEDDING DEPTH SHALL BE 4" MINIMUM FOR PIPE DIAMETER UP TO 12" AND 6" MINIMUM FOR PIPE DIAMETER 16" AND LARGER. 8. DEPTH FOR REMOVAL OF UNSUITABLE MATERIAL SHALL GOVERN DEPTH OF BEDDING ROCK BELOW THE PIPE. UTILITIES SHALL DETERMINE IN THE FIELD REQUIRED REMOVAL OF UNSUITABLE MATERIAL TO REACH SUITABLE FOUNDATION. 9. FINAL RESTORATION IN IMPROVED AREAS SHALL BE IN COMPLIANCE WITH ALL APPLICABLE REGULATIONS OF GOVERNING AGENCIES. SURFACE RESTORATION WITHIN CITY OF WINTER SPRINGS RIGHT-OF-WAY SHALL COMPLY WITH REQUIREMENTS OF R/W UTILIZATION REGULATIONS AND ROAD CONSTRUCTION SPECIFICATIONS. TRENCH WIDTH SELECT COMMON FILL INITIAL BACKFILL (SEENOTE 1)(SEENOTE 3)HAUNCHING BEDDING (SEE NOTES 7 & 8) BEDDING AND TRENCHING - TYPE A (SEE NOTE 2)TRENCH BACKFILLW/ SIZE OF PIPE VARIES SEE NOTE 4 PIPE O.D.COMMON FILL 12" (TYP) FINISHED GRADE NOTES: 1. INITIAL BACKFILL AND HAUNCHING: SELECT COMMON FILL COMPACTED TO 95% (98% UNDER PAVEMENT) OF THE MAXIMUM DENSITY AS PER AASHTO T-180. 2.TRENCH BACKFILL: COMMON FILL COMPACTED TO 95% (98% UNDER PAVEMENT) OF THE MAXIMUM DENSITY AS PER AASHTO T-180. 3. PIPE BEDDING UTILIZING SELECT COMMON FILL OR BEDDING ROCK IN ACCORDANCE WITH TYPE A BEDDING AND TRENCHING DETAIL MAY BE REQUIRED AS DIRECTED BY UTILITIES. 4. 15" MAX. (12" MIN.) FOR PIPE DIAMETER LESS THAN 24" AND 24" MAX (12" MIN) FOR PIPE DIAMETER 24" AND LARGER. 5. WATER SHALL NOT BE PERMITTED IN THE TRENCH DURING CONSTRUCTION. 6. ALL PIPE TO BE INSTALLED WITH BELL FACING UPSTREAM TO THE DIRECTION OF THE FLOW. 7. FINAL RESTORATION IN IMPROVED AREAS SHALL BE IN COMPLIANCE WITH ALL APPLICABLE REGULATIONS OF GOVERNING AGENCIES. SURFACE RESTORATION WITHIN CITY OF WINTER SPRINGS RIGHT-OF-WAY SHALL COMPLY WITH REQUIREMENTS OF RIGHT-OF-WAY UTILIZATION REGULATIONS AND ROAD CONSTRUCTION SPECIFICATIONS. TRENCH WIDTH SELECT COMMON FILL INITIAL BACKFILL (SEE NOTE 1)HAUNCHING 12" LIFTS MAXIMUMUNDISTURBED EARTH (SEE NOTE 3) BEDDING AND TRENCHING - TYPE B VALVE, VALVE BOX AND COVER AA SECTION A - A PLAN MJ TAPPING SLEEVE NEW PIPE RESTRAINED MECHANICAL JOINT EXISTING PIPE RESILIENT SEAT TAPPING GATE VALVE W/ VALVE BOXRESTRAINED MECHANICAL JOINT MJ TAPPING SLEEVE AND GATE VALVE ASSEMBLY FOR WATER AND RECLAIMED WATER SPLIT GLAND TAPPING SLEEVE VERTVERTHORIZVERTHORIZVERTHORIZHORIZ HORIZONTAL & VERTICAL SEPARATION REQUIREMENTS SEPARATION REQUIREMENTS FOR WATER, WASTEWATER AND RECLAIMED WATER MAINS NOTES: 1.THIS SEPARATION REQUIREMENT IS TO PROVIDE ACCESSIBILITY FOR CONSTRUCTION AND MAINTENANCE. THREE FEET OF HORIZONTAL SEPARATION IS THE MINIMUM FOR PIPES WITH THREE FEET OF COVER. FOR PIPES INSTALLED AT GREATER DEPTHS, PROVIDE AN ADDITIONAL FOOT OF SEPARATION FOR EACH ADDITIONAL FOOT OF DEPTH. 2.THE 18-INCH SEPARATION REQUIREMENT APPLIES WHEN THE STORM PIPE CROSSES ABOVE THE OCU MAIN, AND WHEN THE STORM PIPE HAS A DIAMETER EQUAL TO OR GREATER THAN 24 INCHES. OTHERWISE, THE REQUIRED SEPARATION IS 12 INCHES. 3.THIS SEPARATION REQUIREMENT COMPLIES WITH MINIMUM FDEP SEPARATION REQUIREMENTS OUTLINED IN 62-555.314, FAC. VARIANCES FROM THE FDEP REQUIREMENTS MUST COMPLY WITH 62-555.314(5), FAC AND MUST BE APPROVED INDIVIDUALLY BY BOTH FDEP AND OCU. 4.DISTANCES GIVEN ARE FROM OUTSIDE OF PIPE TO OUTSIDE OF PIPE. 5.NO WATER PIPE SHALL PASS THROUGH OR COME IN CONTACT WITH ANY PART OF SANITARY OR STORM WATER MANHOLE OR STRUCTURE. PROPOSED UTILITY POTABLE WATER RECLAIMED WATER WASTEWATER (GRAVITY AND FM) POTABLE WATER RECLAIMED WATER WASTEWATER (GRAVITY & FM)STORM SEWER 3' NOTE 1 6' NOTE 3 12" 12" NOTE 3 3' NOTE 1 3' NOTE 1 3' NOTE 1 3' NOTE 1 3' NOTE 1 3' NOTE 1 12" NOTE 3 12" NOTE 3 12" 6' NOTE 3 12" NOTE 3 12" 12"12" 12"/18" NOTE 2 & 3 12"/18" NOTE 2 12"/18" NOTE 2 RIGHT OF WAY 3' NOTE 1 3' NOTE 1 3' NOTE 1N/A N/A N/A N/A N/A 3' NOTE 1 & 3 3' NOTE 1 & 3 3' NOTE 1 & 3 SEE NOTE 2 FINISHED GRADE NOTES: 1.PVC PIPE OR DUCTILE IRON PIPE EXTENSIONS SHALL NOT BE USED ON VALVE BOX INSTALLATION. 2.THE VALVE ACTUATING NUT SHALL BE EXTENDED TO BE WITHIN 3' OF FINISHED GRADE. 3. PROVIDE A PLASTIC DEBRIS SHIELD / ALIGNMENT RING WHICH INSTALLS BELOW THE VALVE ACTUATING NUT. THIS SHIELD SHALL CENTER THE RISER PIPE BOX OVER THE ACTUATING NUT AND MINIMIZE INFILTRATION. 4. LOCATING WIRE SHALL BE CONTINUOUS WITH NO SPLICES AND SHALL EXTEND 12" ABOVE TOP OF COLLAR. WIRE SHALL BE COLOR CODED TO MATCH THE UTILITY INSTALLED. 5.FOR NEW CONSTRUCTION, THE VALVE BOX SHALL BE ADJUSTED TO MIDRANGE TO ALLOW FOR FUTURE BOX ADJUSTMENTS. 6.REFER TO FIGURE A111 FOR INSTALLATIONS AT A DEPTH OF 6' OR GREATER. SET TOP OF VALVE BOX TO FINISHED GRADE RESILIENT SEAT M. J. GATE VALVE WATER MAIN OR RECLAIMED WATER MAIN ADJUSTABLE SCREW TYPE DUCTILE IRON VALVE BOX VALVE BOX SHALL REST ON BEDDING ROCK NOT ON VALVE OR PIPE AND SHALL BE CENTERED ON OPERATING NUT ALIGNMENT RING VALVE BOX PAD (SEE FIGURE A112) 6" FDOT #57 STONE COMPACTED SELECT COMMON FILL GATE OR PLUG VALVE AND BOX WATER AND RECLAIMED WATER MAINS LOCATING WIRE LOOP WIRE (SEE NOTE 4) DRILL HOLE IN BOX 3"± 1 4" FROM TOP TYPICAL VALVE AND VALVE BOX DETAIL TYPICAL VALVE BOX COVER DETAILS D-1STANDARD DETAILS - 1 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 629 MINIMUM LENGTH (FT) TO BE RESTRAINED ON EACH SIDE OF FITTING(S) TYPE DUCTILE IRON PIPE SIZE (IN) (SEE NOTE 8)DIP W/ POLYETHYLENE ENCASEMENT 4 6 8 12 16 20 24 30 36 42 48 54 60 64 HORIZONTAL90° BEND 21 29 37 52 65 78 104 122 143 154 167 180 188 195 45° BEND 9 12 16 22 27 33 43 51 60 64 70 75 78 81 22-1/2° BEND 5 6 8 11 13 16 21 25 29 31 34 36 38 39 11-1/4° BEND 2 3 4 6 7 8 11 12 15 16 17 18 19 20 5 5/8° BEND OR MJ SLEEVE 1 2 2 3 4 4 6 6 8 8 9 9 10 10 PLUG OR TEE OR DEAD END 43 59 78 109 139 167 277 330 415 424 465 506 529 551 VALVE OR LINE STOP 22 30 39 55 70 84 139 165 208 212 233 253 265 276 HDPE CONNECTION 19 26 34 49 62 75 125 151 174 203 223 FINISHED GRADE WIRE STRAP (TYP) RESTRAINED MECHANICAL JOINT EXISTING LOCATING WIRE SPLIT GLAND TAPPING SLEEVE MJ TAPPING SLEEVE SPLICE NEW WIRE W/ WATERPROOF WIRE NUT NEW PIPE RISER STEM VALVE BOX SPLICE NEW WIRE W/ WATERPROOF WIRE NUT RESTRAINED MECHANICAL JOINT PLAN PROFILE NOTES: 1.TAPPING SLEEVE SHALL BE EXECUTED IN ACCORDANCE WITH SECTION 3117-SYSTEM CONNECTIONS. 2.BEDDING ROCK SHALL BE FULLY AND UNIFORMALLY SUPPORTING THE TAPPING SLEEVE & VALVE AT A MIN OF 8-IN IN ALL DIRECTIONS. RESILIENT SEAT TAPPING GATE VALVE W/ VALVE BOX KNOT IN WIRE V-CUT IN BOX FOR WIRE MIN 8" FDOT #57 STONE (SEE NOTE 2) MIN 8" FDOT #57 STONE (SEE NOTE 2) NOTES: 1.INSTALL MANUFACTURED BLOW OFF BOXES AS APPROVED IN APPENDIX D. 2.FOR USE AT PERMANENT WATER AND RECLAIMED WATER DEAD-ENDS, SUCH AS CUL-DE-SACS. 3.LOCATING WIRE SHALL BE CONTINUOUS INSIDE THE VALVE BOX AND SHALL EXTEND 12-IN ABOVE TOP OF COLLAR. WIRE SHALL BE COLOR CODED TO MATCH THE UTILITY INSTALLED. 4.DRILL HOLE IN ID TAG AND INSTALL ON TRACING WIRE.1'-0"2" BRASS PIPE (AS REQUIRED) ALIGNMENT RING OR STABILIZER BOX SHALL REST ON BEDDING ROCK (NOT ON VALVE OR PIPE) AND SHALL BE CENTERED ON OPERATING NUT 8" OF FDOT #57 STONE IN ALL DIRECTIONS RESTRAINED JOINT WATER OR RECLAIMED WATER MAIN 2" IRON BODY GATE VALVE W/ SQUARE OPERATING NUT LOCATING WIRE ID TAG (SEE FIG A112) LOOP WIRE (SEE NOTE 4) KNOT IN WIRE SET TOP OF BLOW OFF VALVE BOX TO 4" - 6" BELOW FINISHED GRADE 15" X 27" X 12" METER BOX ASSEMBLY PER APPENDIX D TO FINISHED GRADE 2" BRASS OR SS NIPPLE 2" 90° BRASS BEND CAP W/ 2" TAP VALVE BOX (SEE FIG A111) ROUTE WIRE LOOPS THROUGH V-CUT OPENING IN BOX AND RISER APPROVED BLOWOFF VALVE SET 4" - 6" BELOW FINISHED GRADE NOTES: 1.FITTINGS SHALL HAVE RESTRAINED JOINTS UNLESS OTHERWISE INDICATED. 2.INSTALL FULL LENGTH JOINTS WITH TOTAL LENGTH EQUAL TO OR GREATER THAN LENGTH SHOWN IN THE TABLE. 3.WHERE TWO OR MORE FITTINGS ARE IN SERIES, SELECT FITTING RESTRAINT LENGTH THAT YIELDS THE LONGEST RESTRAINT DISTANCE. 4.ALL INLINE VALVES SHALL BE RESTRAINED. 5.WHERE INTERNAL RESTRAINED JOINTS ARE USED, THE ENTIRE BELL SHALL BE PAINTED RED. 6.LENGTHS SHOWN IN THE TABLE WERE CALCULATED IN ACCORDANCE WITH PROCEDURES OUTLINED IN "THRUST RESTRAINT DESIGN FOR DUCTILE IRON PIPE" GUIDELINES PUBLISHED BY DIPRA, USING THE ASSUMPTIONS SHOWN BELOW: WORKING PRESSURE:150 PSI (WATER & RECLAIMED) SOIL DESIGNATION:SM (SAND SILT) LAYING CONDITIONS:3 DEPTH OF COVER:3-FT SAFETY FACTOR:1.5 THE DESIGN ENGINEER SHALL INCREASE THE VALUES IN THE TABLE AS WARRANTED BY SITE-SPECIFIC PARAMETERS, SUCH AS SOIL DESIGNATIONS AND LAYING CONDITIONS. 7.90° BENDS ON VERTICAL PIPE ARE SUBJECT TO REVIEW AND APPROVAL OF UTILITIES. 8.IF 4-IN THRU 20-IN PIPE IS POLYETHYLENE ENCASED, USE 1.25 MULTIPLIER ON RESTRAINT LENGTH. ANGLE OF DIRECTION CHANGE PER HORIZONTAL TABLE (MIN)PER HORIZONTAL TABLE(MIN)PLAN VIEW NOTES: 1.SHALL BE DESIGNED PER ASTM F1962-11. 2.POINTS A, B, C & D PULL FORCE ON PIPE. 3.L1 - ADDITIONAL LENGTH OF PIPE REQUIRED FOR HANDLING AND THERMAL CONTRACTION. 4.L2 - HORIZONTAL DISTANCE TO ACHIEVE DESIRED DESIGN DEPTH. 5.L3 - ADDITIONAL DISTANCE TO TRAVERSE AT DESIRED DESIGN DEPTH. 6.L4 - HORIZONTAL DISTANCE TO RISE TO SURFACE. 7.H - DEPTH OFF BORE HOLE FROM GROUND ELEVATION. 8.a1 - PIPE ENTRY ANGLE SHALL NOT EXCEED 15 DEGREES AND THE MANUFACTURERS RECOMMENDATIONS ON DEFLECTION. 9.a2 - PIPE EXIT ANGLE SHALL NOT EXCEED 12 DEGREES AND THE MANUFACTURERS RECOMMENDATIONS ON DEFLECTION. PATH OF BORE AND PIPE L3L2 L2"L2' L1H H1H2HL4 L4"L4' HDD EXIT POINT (PIPE ENTRY) HDD ENTRY POINT (PIPE EXIT) LOCATION OF DRILL RIG DEPTH OF COVER BENEATH CROSSING BOTTOM CB A D ARROWS INDICATE DIRECTION OF PIPE PULLBACK a2a1 PROFILE VIEW SCALE: NTS #57 STONE 5' MIN FROM BACK OF BELL AND SPIGOT INSERTION LINE HDPE MJ ADAPTER & RESTRAINT AFTER INSTALL (TYP) ALIGNMENT RING OR STABILIZER MJ TAPPING SLEEVE AND GATE VALVE ASSEMBLY FOR WATER AND RECLAIMED WATER PERMANENT BLOW OFF VALVE, MANUALLY OPERATED, WATER DIRECTIONAL DRILL RESTRAINED HORIZONTAL PIPE - WATER & RECLAIMED WATER MAINS (150 PSI) IPS/DIPS NOMINAL D1 PIPE SIZE DIPS D2 D3 8"8.625"10.75"9.15" D1 D2 D3HDPE DUCTILE IRON SSTL STIFFENER PRIMARY GASKET SEALGLAND RING 12"12.75"15.3"13.33" MECHANICAL JOINT HDPE ADAPTER - DETAIL D-2STANDARD DETAILS - 2 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 630 NOTES: 1.ABOVE DETAIL APPLIES TO A 2" ARV. FOR LARGER ARVS, PIPE DIAMETER SHALL BE EQUAL TO THE SIZE OF THE ARV. 2.THE MINIMUM DIMENSION FROM TOP OF PIPE TO FINISHED GRADE SHALL BE 4.0 FEET. 3.ALL VAULT INTERNAL PIPING, VALVES, AND APPURTENANCES TO BE BRASS OR 316SS EXCEPT WHERE SPECIFIED OTHERWISE. 4.OFFSET DISTANCE TO BE FIELD DETERMINED AND AS CLOSE TO THE RIGHT OF WAY AS POSSIBLE AND CLEAR OF PEDESTRIAN WALKWAYS. IF PIPE AT RIGHT-OF-WAY LINE, NO OFFSET REQUIRED. 5.PRESSURE GAUGE SHALL BE ASHCROFT TYPE 1009SW STAINLESS CASE WITH STAINLESS STEEL SYSTEM (GAUGE MODEL #25-1009-SWL-02B-100 AND DIAPHRAM MODEL #25-310SS-02T-CG). 6.ALL AIR RELEASE VALVE VAULTS SHALL BE TRAFFIC RATED (H20 LOADING). 7.AIR RELEASE VALVE VAULTS SHALL BE LINED ON THE INSIDE AND LINER SHALL EXTEND UP TO MID FRAME AND COVER. 6" FDOT #57 STONE 2" 90° BEND FIPxFIP 316SS 2" CLOSE NIPPLE 316SS 2" TEE FIPxFIPxFIP 316SS REINFORCED CONCRETE FOOTER 2" SERVICE SADDLE 316SS 2" SCH 80 PVC PIPE MAIN DIAMETER ARV (AIR RELEASE VALVE) 12" AND SMALLER 16" 20", 24" 30", 36" CORP STOP 2" TEE 316SS SEE NOTE 3 MIN. 7% S L O P E 2" 3" 4" 6" 5'X5' PRECAST CONCRETE VAULT 36" SQ 17 1/4" 1/2" MAX. FINISHED GRADE CAST IRON FRAME AND COVER WITH ACCESS LID GROUT 8" MIN. 2" NIPPLE 5" WALL MIN. 8" 12" MIN. 2" VALVE (TYP) 2"x2" 3/16" ANGLE 316SS WITH 4"X4" END FLANGES WITH EMBEDDED ANCHOR ROTATE TO PROVIDE CLEAR ACCESS TO MANHOLE PREMOLDED PLASTIC JOINT FILLER 36" 2" SCH 80 PVC MIP ADAPTER 2" MIP x 1" FIP REDUCE BUSHING 316SS 1"x4" MIP NIPPLE 316SS 1" TEE FIPxFIPxFIP 316SS 1" CLOSE NIPPLE MIP 316SS 1" BALL VALVE 1 4 TURN 316SS 1" MIP x 1 4" FIP BUSHING 316SS 2" BACK ENTRY PRESSURE (0-100 PSI) GAUGE 316SS (SEE NOTE 5) OUTLET 1 4" BALL VALVE 1 4 TURN 316SS 2" CLOSE NIPPLE 316SS 2" PVC FIP CAP FINISHED GRADE NOTES: 1.ALL PIPE SHALL REQUIRE INSULATED LOCATING WIRE (10 GAUGE SOLID COPPER) CAPABLE OF DETECTION BY A CABLE LOCATOR AND SHALL BE WRAPPED WITH NYLON STRAPS, LOOPED AND SECURED TO TOP CENTERLINE OF THE PIPE. 2.LOCATING WIRE SHALL BE CONTINUOUS INSIDE VALVE BOXES AND SHALL EXTEND 12-IN ABOVE TOP OF COLLAR. 3.WIRE INSULATION SHALL BE COLOR CODED FOR THE TYPE OF PIPE BEING INSTALLED. 4.WIRE SHALL BE CONTINUOUS AND CONNECTED FOR LOCATING IN ALL DIRECTIONS. 5.PERMANENT SPLICES MUST BE MADE IN THE LENGTH OF THE WIRE USING WIRE CONNECTORS SPECIFICALLY DESIGNED FOR DIRECT BURIAL, DIELECTRIC SILICONE GEL OR MOISTURE-RESISTANT GREASE FILLED. 6.AT ALL TRACING WIRE SPLICES, TEES, AND VALVE COLLARS, A KNOT IN THE WIRE SHALL BE MADE TO PREVENT THE WIRE FROM COMING APART. 7.REFER TO VALVE DETAILS FOR LOCATE WIRE UP AND IN VALVE BOX. LOCATING WIRE WATER, WASTEWATER, OR RECLAIMED MAIN NYLON STRAPS - 3 PER JOINT (SEE NOTE 1) LOCATING WIRE LOCATING WIRE LOCATING WIRE VALVE (TYP) WIRE CONNECTOR (SEE NOTE 5) (TYP) FIRE HYDRANT (TYP) PERMANENT SPLICE (SEE NOTES 5 & 6) (TYP) KNOT (TYP) WIRE CONNECTOR (SEE NOTE 5) LOCATE WIRE & ID TAG (SEE NOTE 7) (TYP)KNOT (TYP) NYLON STRAP TO BE LOOPED AROUND LOCATE WIRE NOTES: 1.MILL AND RESURFACING REQUIREMENTS PER SEMINOLE COUNTY PUBLIC WORKS REQUIREMENTS OR WHICH EVER GOVERNING MUNICIPALITY. 2.BACKFILL SHALL BE PLACED IN 6" LAYERS FROM BENEATH THE HAUNCHES OF THE PIPE TO THE BASE AND COMPACTED TO 98% DENSITY PER AASHTO T-180 MODIFIED PROCTER. 3.BASE MATERIALS SHALL BE PLACED IN TWO OR THREE LAYERS ROLLED AND TAMPED TO ABOVE SPECIFIED DENSITY. 4.PARTIAL LANE REPLACEMENT SHALL HAVE FULL LANE WIDTH MILLED AND RESURFACED. 5.REF. DETAIL 104 FOR PIPE RESTRAINT REQUIREMENTS. 12"VARIES 12" TRENCH WIDTH (W)1.5'1.5' TRENCH WIDTH (W) + 4' SURFACE REPLACEMENT 2T12" MIN3' MINMILL AND RESURFACE (SEE NOTE 1) REPLACEMENT BASE MATERIAL SHALL BE LIMEROCK OR PUG MIX TRENCH WALL UTILITY PIPE SURFACE REPLACEMENT SHALL BE CONSISTENT WITH EXISTING MATERIAL AND OF EQUAL THICKNESS BUT IN NO CASE LESS THAN 2" TOTAL THICKNESS. ALL JOINTS SHALL BE MECHANICALLY SAW-CUT EXISTING ASPHALTIC CONCRETE SURFACETHICKNESS OF EXISTINGASPHALT AND BASE (T)REF. DETAIL 101 FOR APPROPRIATE BEDDING TYPE COMPACTED BACKFILL (SEE NOTE 2) S.C.E.S.D. 12" RWGV WATER L-38 VALVE BOX COVER, LETTERING & COLOR DEPENDING ON SERVICE (WATER, SEWER, RECLAIM) 6" THICK, 24" SQUARE OR 24" DIAMETER CONC. COLLAR #4 BARS AROUND BOX VALVE SIZE & TYPE UTILITY SERVICE DIR. / TURNS OPEN LETTERING: MACHINE ENGRAVED 1/4" TO 3/8" CAP. LETTERS 1/4" HOLE, DISC MOUNTED TO WIRE PLAN ID TAG SECTION (NO STEM EXTENSION) WATER SECTION (W/ STEM EXTENSION) NOTES: 1.VALVE COVER SHALL BE ROUND AND MARKED AND COATED FOR RESPECTIVE UTILITY SERVICE 2.VALVE COVERS SHALL BE LOCKABLE TYPE WHEN IN PAVED AREAS. 3.VALVE BOXES SHALL NOT BE LOCATED IN STREET CURBS. 4.VALVE BOX AND COLLAR TOP SHALL BE SET TO FINISHED GRADE. 5.ANY VALVE OPERATING NUT DEEPER THAN 3' FROM FINAL GRADE WILL REQUIRE A VALVE NUT EXTENSION, MECHANICALLY FASTENED TO THE VALVE OPERATING NUT, WITH TOP OF EXTENSION SET WITHIN 3' OF FINAL GRADE. 6.VALVE BOX DEBRIS SHIELD SHALL BE LOCKABLE, COLOR CODED TO SERVICE AND INCLUDE ATTACHED LOCATING COIL. 7.VALVE BOXES SHALL BE ADJUSTED TO MIDRANGE TO ALLOW FUTURE VALVE ADJUSTMENTS. PVC OR DUCTILE IRON PIPE SHALL NOT BE USED AS VALVE BOX EXTENSION. 8.VALVE BOX ALIGNMENT DEVICE SHALL BE INSTALLED BELOW OPERATING NUT. 9.LOCATE WIRES SHALL BE CONTINUOUS WITH NO SPLICES, EXTEND A MINIMUM OF 12" ABOVE TOP OF COLLAR, AND BE COLOR CODED TO MATCH THE RESPECTIVE UTILITY SERVICE. VALVE BOX COVER LOCATE WIRE, EXTEND 12" ABOVE TOP OF COLLAR ID TAG, SEE DETAIL ABOVE CONC. COLLAR #4 BAR EACH SIDE SCREW TYPE ADJUSTABLE CAST IRON VALVE BOX (MIN 5" INSIDE DIAMETER) VALVE EXTENSION STEM, SECURED TO OPERATING NUT BEFORE VALVE BOX INSTALLATION ALIGNMENT DEVICE VALVE DRILL HOLE IN BOX, 3" ±1/4" FROM TOP GRADE COLOR CODED MARKER BALL DRILL HOLE IN BOX, 3" ±1/4" FROM TOP GRADE COLOR CODED MARKER BALL LOCKABLE DEBRIS SHIELD AIR RELEASE VALVE VAULT PIPE LOCATING WIRE EXISTING ROADWAY OPEN CUT VALVE BOX AND COLLAR SECTION SECTION CASING SPACERS 60° TYP SECTION MIN 4' TO TOP OF ROADWAY OR 5'-6" TO BOTTOM OF RAILROAD TRACK CARRIER PIPE JOINTS SHALL BE MECHANICALLY RESTRAINED. LENGTH OF UNSUPPORTED CARRIER PIPE SHALL NOT EXCEED MFR. RECOMMENDATIONS STEEL CASING, DIAMETER PER DRAWINGS. WALL THICKNESS PER PERMITTING AUTHORITY PLUG ENDS OF CASING WITH BRICK AND MORTAR (TYP)CARRIER PIPE SHALL BE MATERIAL AND SIZE AS SHOWN ON DRAWINGS JACK AND BORE DETAIL D-3STANDARD DETAILS - 3 DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 631 D-4FDOT MOT INDEXES DATE AS SHOWN SHEET NUMBER CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT SHEET NUMBER DATE AS SHOWN CHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT LICENSED PROFESSIONAL FL LICENSE NUMBER SR 434 RECLAIMED WATER MAIN EXTENSION PREPARED FOR CITY OF WINTER SPRINGS JCF LDA LRL FEBRUARY 2022 049553006 LANCE R. LITTRELL, P.E. 65645 © SEMINOLE COUNTY FL 632 City of Winter Springs SR 434 Reclaimed Water Main Extension RFP 02-22-JN Proposal Due Date: April 14, 2022 @ 2 PM Addendum No. 3 – April 1, 2022 To Prospective Bidders and Other Concerned: QUESTIONS AND RESPONSES Question: The water & sewer infrastructure industry is under a “Force Majeure” situation due to the continuous and significant price increases along with extremely long lead times for all the piping materials, fittings, valves, etc. All these products are experiencing rapid price increases and material shortages with extended lead times mainly caused by the worldwide disruption of the supply chains caused by the COVID 19 pandemic and the war in Ukraine. The material suppliers are not committing to holding prices/quotations and have implemented a policy of “pricing to be determined at the time of shipment and subject to availability”. These are unprecedented times that appear to be here well into 2022. How this Force Majeure situation will be addressed by the City? The Contractor should be compensated for both time and cost since we cannot secure pricing and lead time for the piping materials, fittings, valves, etc. needed to construct this project. Please advise. Response: The RFP for the SR 434 Reclaimed Water Main Extension included a Construction Agreement Form in Section 000500. Submittal of a bid/proposal means that the bidder/proposer is offering to furnish the requested services specified in this RFP subject to, at a minimum, all terms and conditions included in the Construction Agreement Form. Alterations and modifications to the Construction Agreement Form shall only be valid and binding if made in writing and signed by the City Commission in this case. Section 10 of the Construction Agreement Form includes the applicable contract provisions regarding force majeure events, which are narrowly defined and do not include 633 Page | 2 price increases related to materials and supplies. A proposer may request, and the City Commission may consider, very limited modifications to the Construction Agreement to allow for equitable adjustment of the contract price if, during the performance of the Agreement, the cost of materials or supplies significantly increases through no fault of the contractor. However, “significant increases” will require further definition after negotiation with the City. Any requested change to the Construction Agreement Form shall require City Commission approval. Further, any failure to honor and adhere to the price submitted in response to the RFP on the Mandatory Bid Form for the required 90 days following bid opening may result in the City taking action against the submitted bid bond or forfeiture of bid security. Question: Please clarify if the Performance and Payment bond shall be 110%. Generally, the requirements are 100%. Response: Yes, the Performance and Payment bond shall be 110%. Question: Please advise if builders risk insurance is required for this project. Generally, builder risk insurance is not required for this scope of work. Response: Yes, builders risk insurance shall be required for the Project. Question: Please clarify if the Contractor is to add 1% of the Bid Total to the bid price for indemnification or please provide a dollar amount for indemnification to be consistent for all Contractors. Response: No, the Contractor is not expected to add an additional 1% to the bid price for indemnification. This contract provision is merely intended to document that consideration is being given by the City, through payment of the bid price, in exchange for the indemnification obligations of the contractor contained therein. Question: Please advise if the City would consider extending the contract time being that the lead time for pipe is more than 3 months. Response: It is unlikely the City will consider extending the contract time for purposes of procuring pipe during contract negotiations, as this project is partially funded by a St. John’s River Water Management grant with performance requirements. However, the City may consider using other tools to afford greater lead time to procure the pipe, such as a limited notice to proceed, which will not be included in the contract time. Question: Please advise if the City will provide an electronic submission option. Response: The City is not accepting electronic submissions for this project. All submissions must be made in accordance with Section 00100 INSTRUCTIONS TO PROPOSERS as presented in the RFP. 634 City of Winter Springs SR 434 Reclaimed Water Main Extension RFP 02-22-JN Proposal Due Date: April 14, 2022 @ 2 PM Addendum No. 4 – April 6, 2022 To Prospective Bidders and Other Concerned: FDOT UTILITY PERMIT INFORMATION The Contractor is required to prepare and submit temporary traffic control plans and dewatering plans to FDOT for approval to obtain the FDOT Utility Permit prior to beginning work within the FDOT right of way. The FDOT Utility Permit number is 2022-H-593-00034 for reference. ADDITIONAL DRAWINGS Included in this addendum are the additional pavement details for Creeks Run and Michael Blake Boulevard. ADDITIONAL SPECIFICATIONS Included in this addendum are the additional and revised specifications for the following: 33 15 00 - Public Reclaimed Water Distribution Piping R1 33 05 08 – Boring and Jacking 635 Page | 2 QUESTIONS AND RESPONSES Question: Please advise if PVC pipe can be used as an option for the open-cut installations which will save the City additional cost associated with fusion equipment and operator. Response: The pipe material shall remain as identified on the design documents. No alternatives will be considered. Question: Please clarify that Profile 3 on sheet C-23 shall read 8” HDPE in lieu of 12” HDPE. Response: The design includes an 8” HDPE pipe and connection at Eagle Wind Terrace, see C-14 for the plan view. The design also includes a 12-inch HDPE pipe and sub out to the north along Michael Blake Blvd, see C-9 for the plan view. The updated drawings are attached for clarification. Question: Please advise if a tree permit is required for this project. If yes, please provide the tree permit fee. Response: The successful contractor shall prepare and submit a construction plan detailing the construction extents and landscape impacts prior to mobilizing equipment to the construction site. Any landscape and vegetation to be disturbed shall be coordinated with the City prior to mobilization of equipment and initiating any construction in the affected area. Trees will be removed and replanted offsite by the City for replanting by the City after construction. All other landscape shall be cleared and replaced in-kind by the Contractor during restoration of the site. Any disturbance of the trees shall be coordinated with the City prior to mobilization to the site. A tree permit is not required for this project. Question: The plans state the Contractor to Coordinate with the City to Remove and Restore Trees (TYP), please provide tree inventory to be replaced. Response: Please see below. Sheet C-1: 1-10”-12” DBH Crape Myrtle “Muskogee” Sheet C-3: 3-10”-12” DBH Crape Myrtle “Muskogee” Sheet C-5: 3-10”-12” DBH Crape Myrtle “Muskogee” Sheet C-6: 3-12’x12’ Ligustrum Sheet C-8: 1-6”-8” DBH Crape Myrtle “Muskogee” Sheet C-11: 1-12’x12’ Ligustrum, 1-4”-6”DBH Crape Myrtle “Natchez” 636 Page | 3 Question: The plans state the Contractor to Coordinate with the City to Remove and Restore Trees (TYP), please advise if the City wants the trees to be relocated and replanted, if yes, please provide the location for the trees to be relocated for the arborist. Response: Please coordinate with the City for appropriate and prepared times for relocation. The address will be: 310 Wagner Point, Winter Springs, FL 32708. Question: The existing landscape is very specific in design and vegetation. Please provide existing landscaping plans and inventory. Response: Landscape plans will not be provided. All disturbed landscaping not removed by the City prior to mobilization shall be replaced in kind by the Contractor during restoration. Question: The existing landscaping is very specific in design and vegetation, please provide the landscaping contractor that the City used for this project or a City approved landscape contractor for this design. Response: The City maintains all the landscaping in the median. All disturbed landscaping not removed by the City prior to mobilization shall be replaced in kind by the Contractor during restoration. Question: Please advise if the City has a surplus of sidewalk Brick Pavers that will compromise on Sheet C-4A. If yes, please provide location of brick pavers from City. Response: No surplus of sidewalk brick pavers is available. Contractor restoration shall match existing pavers and paver installation. Question: Please advise if the City has a surplus of sidewalk Brick Pavers that will compromise on Sheet C-4A. If no, please provide Brick Paver manufacture used by the City for this location. Response: No surplus of sidewalk brick pavers is available. The manufacturer of the brick pavers is not known. Question: Please note that where a Jack and Bore can be used for installation, a permanent lane closure may be required for the equipment and the hundreds of tons of dirt that will be excavated for the push and pull pits. Response: Lane closures are not anticipated for this project. Question: Please provide the type of sod required for the medians. Response: St. Augustine “Floratam.” 637 Page | 4 Question: Please advise if there is an irrigation system in the medians. Response: Irrigation system for the medians is installed and connected to the 4-inch reclaimed main shown on the design plans. All irrigation disturbed during the construction activities shall be noted during construction, repaired by the Contractor prior to restoration, and operated to verify restored irrigation coverage of the disturbed areas. Question: Please clarify if the 12”x4” tapping saddle should be a reducer on sheet C- 24. Response: The drawings have been updated on both C-20 and C-24 to reflect a 12”x4” reducing tee for the branch crossing. Question: Please provide Jack and Bore Specifications. Response: Specification 33 05 08 – Boring and Jacking is included in this addendum. Question: Please provide a flow meter detail and the electrical plans for the flow meter. Response: Electrical service is not needed for the flow meter selected for this application. Specification 33 15 00 – Public Reclaimed Water Distribution Piping has been updated with stricken language for the previously specified flow meter and revised specification added in bold describing the approved flow meter for this application. Question: Please advise if signed and sealed bore calcs are required for the HDD scope. Response: Signed and sealed bore calcs are not required for HDD installation. The contractor shall provide a boring plan using a suitable software for submission to the Engineer for review prior to mobilizing to the site for the respective bore. Question: Please advise if the City will accept 12” Casing in lieu of 10” Casing and 16” Casing in lieu of 14” Casing being that 10” and 14” casings are nearly impossible to obtain. Response: Yes. Increased casing sizes are acceptable. Contractor shall provide appropriate pipe-casing spacers for the casing and carrier pipe. All casings shall conform to the minimum cover provided under FDOT standards or as defined on the drawings, whichever is greater. Question: The Jack and Bore at STA 31+11 on sheet C-5 will not be possible being that the push pit will exceed the 22’ allowable if the pit is to be constructed on the south end of the bore which will extend the pit into SR 434 and will require a permanent lane closure throughout the duration of the bore. If the push or receiving pit is to be constructed on the north end of the bore, the pit will encroach in the parking lot of Pinch-A-Penny. Please advise if this can be installed via open-cut method. 638 Page | 5 Response: Open cut of the FDOT road crossings will not be allowed. Lane closures are also not anticipated for this work. Question: The Jack and Bore at STA 53+88 on sheet C-9 will not be possible being that the push pit will exceed the 9’ allowable if the pit is to be constructed on the north end of the bore which will extend the pit into SR 434 and will require a permanent lane closure throughout the duration of the bore. If the push or receiving pit is to be constructed on the south end of the bore, the pit will encroach into the Savoy Retirement Apartment community. Please advise if this bore can be installed via open-cut method. Response: Open cut of the FDOT road crossings will not be allowed. Lane closures are also not anticipated for this work. Question: The Jack and Bore at STA 54+03 on sheet C-9 will not be possible being that the push pit will exceed 21’ allowable if the pit is to be constructed on the south end of the bore which will extend the pit into SR 434 and will require a permanent lane closure throughout the duration of the bore. If the push or receiving pit is to be constructed on the north end of the gore, the pit will encroach onto private property and will require the removal of huge trees. Please advise if this bore can be installed via open-cut method. Response: Open cut of the FDOT road crossings will not be allowed. Lane closures are also not anticipated for this work. Question: The Jack and Bore at STA 109+05 on sheet C-20 will not be possible being that the push pit will exceed the allowable median if the pit is to be constructed on the north end of the bore which will extend the pit into SR 434 and will require a permanent lane closure throughout the duration of the bore. If the push or receiving pit is to be constructed on the south end of the bore, the pit will encroach onto private property and will require the removal of the wall at Creeks Run community. Please advise if this bore can be installed via open-cut method. Response: Open cut of the FDOT road crossings will not be allowed. Lane closures are also not anticipated for this work. Question: The various medians have existing landscape (Trees, Shrubs, Bushes, Mulch, Etc.), other than grass, alongside the 12” HDPE pathway. Are we expected to clear out all this landscape? Response: The successful contractor shall prepare and submit a construction plan detailing the construction extents and landscape impacts prior to mobilizing equipment to the construction site. Any landscape and vegetation to be disturbed shall be coordinated with the City prior to mobilization of equipment and initiating any construction in the affected area. Trees will be removed and replanted offsite by the City for replanting after construction. All other landscape shall be cleared and replaced in-kind by the Contractor during restoration of the site. 639 Page | 6 Question: The various medians have existing landscape (Trees, Shrubs, Bushes, Mulch, Etc.) other than grass, alongside the 12” HDPE pathway. Are we expected to restore the landscape to what it once was before construction took place? Response: All disturbed landscaping not removed by the City prior to mobilization shall be replaced in kind by the Contractor during restoration. Question: At the intersection of SR-434 & Bear Springs Dr., a bore pit for 4” HDPE is to be located at a pedestrian ramp/walkway that is surrounded by brick paver surfacing. There appear to also be two (2) pedestrian light switch poles at the pit location. Are we expected to remove-&-restore the concrete ramp (Sidewalk, curb, paver warning surface)? Response: Yes, the successful contractor shall prepare and submit a construction plan detailing the construction extents, ramps, sidewalk, curb, pavers, paver warning surface, light switches, etc., and other items listed above, prior to mobilizing equipment to the construction site. Any damage to the existing site and/or the existing structures shall be identified and coordinated with the City. All items disturbed during the course of construction by the Contractor shall be restored to original condition prior to the construction activities during restoration of the site. Question: At the intersection of SR-434 & Bear Springs Dr., a bore pit for 4” HDPE is to be located at a pedestrian ramp/walkway that is surrounded by brick paver surfacing. There appear to be two (2) pedestrian light switch poles at the pit location. Are we expected to remove-&-restore the surrounded brick paver surfacing &, if so, do you have the details (paver types, any base layers & materials underneath it, etc.) for pavers? Response: Yes, the Contractor’s restoration shall match existing paver installation. All items disturbed during the course of construction by the Contractor shall be restored to the original condition prior to the construction activities during restoration of the site. Please see the response to the above question. Question: At the intersection of SR-434 & Bear Springs Dr., a bore pit for 4” HDPE is to be located at a pedestrian ramp/walkway that is surrounded by brick paver surfacing. There appear to also be two (2) pedestrian light switch poles at the pit location. Are we expected to remove-&-restore the pedestrian light switch poles? Response: All items disturbed during the course of construction by the Contractor shall be restored to the original condition prior to the construction activities during restoration of the site. Please see the response to the above question. Question: At the intersection of SR-434 & Bear Springs Dr., a bore pit for 4” HDPE is to be located at a pedestrian ramp/walkway that is surrounded by brick paver surfacing. There appear to also be two (2) pedestrian light switch poles at the pit location. Are we expected to remove-&-restore the square 2’H – 3’H column/structure that appears to be in the way of the open-cut path? 640 Page | 7 Response: All items disturbed during the course of construction by the Contractor shall be restored to the original condition prior to the construction activities during restoration of the site. Please see the response to the above question. Question: At the intersection of SR-434 & Bear Springs Dr., a bore pit for 4” HDPE is to be located at a pedestrian ramp/walkway that is surrounded by brick paver surfacing. There appear to also be two (2) pedestrian light switch poles at the pit location. Are we expected to remove-&-restore the landscape (Trees, Shrubs, Bushes, Mulch, Etc.)? Response: All disturbed landscaping not removed by the City prior to mobilization shall be replaced in kind by the Contractor during restoration. Question: At the intersection of Bear Springs Dr. & Blumberg Blvd., a bore pit for 4” HDPE is to be located at a median where an existing archway is located. The median also appears to be made up of various brick paver designs, ribbon curb, & landscaping. Are we expected to remove-&-restore the various brick paver surfacing &, if so, do you have the details (paver types, any base layers & materials underneath it, etc.). Response: Contractor’s restoration shall match existing pavers and paver installation. All items disturbed during the course of construction by the Contractor shall be restored to the original condition prior to the construction activities during restoration of the site. Please see the response to the above question. Question: At the intersection of Bear Springs Dr. & Blumberg Blvd., a bore pit for 4” HDPE is to be located at a median where an existing archway is located. The median also appears to be made up of various brick paver designs, ribbon curb, & landscaping. Are we expected to remove-&-restore the landscape (Trees, Shrubs, Bushes, Mulch, Etc.)? Response: All disturbed landscaping not removed by the City prior to mobilization shall be replaced in kind by the Contractor during restoration. Question: At the intersection of Bear Springs Dr. & Blumberg Blvd., a bore pit for 4” HDPE is to be located at a median where an existing archway is located. The median also appears to be made up of various brick paver designs, ribbon curb, & landscaping. Are we expected to remove-&-restore the arch at the end of the median? Response: Contractor to take all precautions necessary to prevent damage to the arch. All items disturbed during the course of construction by the Contractor shall be restored to the original condition prior to the construction activities during restoration of the site. Please see the response to the above question. Question: Are there any asphalt, base, & sub-base details for Creeks Run Way AND Michael Blake Blvd. since we will need to open them up & then repair them? There is a 641 Page | 8 detail on the plans showing width of trench, base cut, & asphalt cut, but they do not provide any thickness nor sub-base, base, & asphalt. Response: Each road repair for the open cut road crossings shall be per FDOT standards for sub-base, base, and asphalt courses. 642 Pavement Detail: Creeks Run 643 644 Pavement Detail: Michael Blake Boulevard 645 C-61(TYP.)S.R. 434R2-1R2-1MICHAEL BLAKE BLVDENGINEERFL. LIC. # 32299ROBERT J. LOCHRANE, P.E.WINTER SPRINGS TOWN CENTERMICHAEL BLAKE BOULEVARDATDATE:REVISIONSDATENO.DESIGNER:PRJ. MGR:JOB #:CHECKED:12345678910 11 121312345678910111213K:\CIVIL\03067\03067.27 MICHAEL BLAKE BLVD\RECORD\C-06-03067-MICHAELBLAKEBLVD-SP.DWG - Jul 23, 2013 - 7:09amHGFEDCBAINFORMATION PROVIDED BY CONTRACTOR.AND SPECIFICATIONS, BASED ON AS-BUILT ACCORDANCE WITH THE APPROVED PLANSHAS BEEN SUBSTANTIALLY COMPLETED INTHIS IS TO CERTIFY THAT THE PROJECTRECORD DRAWINGDATE:R.J.L.R.I.D.J.P.M.03067.27SCALE: 1" =40'040 802.0%2.0%60' ROW10'TYPICAL ROADWAY SECTION NTSC-6HEAVY DUTYASPHALT10'CONSTRUCTIONCL6'SHOULDER9' 3'TYP.2'6'SHOULDER6.0%6.0%6:1VARIESPROFILEGRADEPOINTEXISTINGGROUND3'TYP.6:1VARIESSITE NOTES:1. ALL PAVEMENT STIRPING TO BE THERMOPLASTIC2'9'NOTE:1. SEE DETAIL 3 ON SHEET C-22 FOR PAVEMENT SECTION DETAILS2. SEE SHEET C-11 FOR ROADWAY CROSS-SECTIONS AT STATION INTERVALSSEE NOTE 3SEE NOTE 33. ALL ROADSIDE SWALES WILL BE PLANTED WITH STABILIZED VEGETATION SUITABLEFOR SOIL STABILIZATION, STORMWATER TREATMENT, AND NUTRIENT UPTAKE.RECORD DRAWINGS646 33 15 00 - 1 Addendum 4 SECTION 33 15 00 RECLAIMED WATER DISTRIBUTION PIPING PART 1 - GENERAL 1.1 SUMMARY A.General: This section includes the minimum requirements for installing reclaimed water systems, which includes the furnishing, installing, laying, jointing, and testing of all reclaimed water lines, fittings, valves and appurtenances, including necessary service connections required for a complete system as shown on the Drawings and specified herein. The Work shall also include such connections, reconnections, relocations, temporary services, abandonments, and all other provisions in regard to existing reclaimed water service operations and modifications required to perform the new work. Improvements not in accordance with these requirements must be approved by the Engineer or a representative thereof before the Work is accepted. B.Section Includes: 1.Pipe and fittings for reclaimed water lines. 2.Tapping sleeves and valves. 3.Positive-displacement meters. 4.Pipe support systems. 5.Bedding and cover materials. C.Related Requirements: 1.Section 33 05 07 – Utility Directional Drilling 2.Section 33 05 08 – Boring and Jacking 3.Section 33 05 97 - Identification and Signage for Utilities. 1.2 REFERENCE STANDARDS 1.AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop. 2.ASTM A36/A36M - Standard Specification for Carbon Structural Steel. 3.ASTM A123. 4.ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 5.ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3). 6.ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3). 7.ASTM D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 8.ASTM D2241 - Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure- Rated Pipe (SDR Series). 9.ASTM D3035 - Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter. 647 33 15 00 - 2 Addendum 4 10.ASTM D3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 11.ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 12.ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 13.ASTM F 714-05 Standard Specification for Polyethylene (PE) Pipe (SDR-PR) Based on Outside Diameter. 14.AWWA C110 - Ductile-Iron and Gray-Iron Fittings. 15.AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 16.AWWA C605 - Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings. 17.AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. Through 12 In. (100 mm Through 300 mm), for Water Transmission and Distribution. 18.AWWA C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,600 mm), for Water Distribution and Transmission. 1.3 COORDINATION A.Section 01 30 00 - Administrative Requirements: Requirements for coordination. B.Coordinate Work of this Section with termination of reclaimed water main connection at Site boundary, connection to existing reclaimed water system, and trenching. 1.4 PREINSTALLATION MEETINGS A.Section 01 30 00 - Administrative Requirements: Requirements for preinstallation meeting. B.Convene minimum one (1) week prior to commencing Work of this Section. 1.5 SUBMITTALS A.Section 01 33 00 - Submittal Procedures: Requirements for submittals. B.Product Data: Submit manufacturer information regarding pipe materials, pipe fittings, and valves, as required for completion of the Work. C.The Contractor shall submit certificates of inspection in triplicate from the manufacturer that the pipe, valves, and fittings to be supplied have been inspected at the plant and meet the requirements of the Contract Documents. These certificates shall be submitted prior to beginning Work. D.Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. 648 33 15 00 - 3 Addendum 4 E.Preconstruction Photographs: Submit digital files of color photographs of Work areas and material storage areas, as specified in Section 01 70 00 - Closeout Requirements. F.Qualifications Statements: 1.Submit qualifications for manufacturer and installer. 1.6 CLOSEOUT SUBMITTALS A.Section 01 70 00 - Closeout Requirements: Requirements for submittals. B.Project Record Documents: Record actual locations of piping mains, valves, connections, thrust restraints, and invert elevations. All installed infrastructure shall be referenced to state plane coordinates. C.Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.7 QUALITY ASSURANCE A.All pipe, valves, and fittings shall be clearly marked with the name or trademark of the manufacturer, the batch number, the location of the plant, date of manufacture, strength designation and pressure rating. B.All materials shall be free from defects impairing strength and durability, and be of the best commercial quality for the purpose specified. Materials shall be new, less than one year old from manufacture date. It shall have structural properties sufficient to safely sustain or withstand strains and stress to which it is normally subjected and be true to detail. C.Manufacturer shall supply a certificate of application that PE pressure pipe meets all requirements of AWWA C906. D.Manufacturer shall supply a certificate of application that PVC pressure pipe meets all requirements of AWWA C900/C905. E.Flow Meters: 1.A copy of the affidavit of compliance from the manufacturer shall be submitted and shall certify that flow meters will be furnished in full compliance with the requirements of this specification and those of applicable AWWA standards. 2.Contractor shall submit actual test results for each reclaimed water meter by serial number and certify the accuracy of the meter. 1.8 QUALIFICATIONS A.Manufacturer: Company specializing in manufacturing products specified in this Section with a minimum five (5) years of documented experience. 649 33 15 00 - 4 Addendum 4 B.Installer: Company specializing in performing Work of this Section with a minimum five (5) years of documented experience in installation of liner materials. 1.9 DELIVERY, STORAGE, AND HANDLING A.Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B.Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C.Storage: 1.Store materials according to manufacturer instructions. 2.Block individual and stockpiled pipe lengths to prevent moving. 3.Do not place pipe or pipe materials on private property or in areas obstructing pedestrian or vehicle traffic. 4.Store HDPE and PVC materials out of sunlight. D.Protection: 1.Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2.Provide additional protection according to manufacturer instructions. 1.10 EXISTING CONDITIONS A.Field Measurements: 1.Verify field measurements prior to fabrication. 2.Indicate field measurements on Shop Drawings. 1.11 WARRANTY A.Section 01 70 00 - Closeout Requirements: Requirements for warranties. PART 2 - PRODUCTS 2.1 RECLAIMED WATER PIPING A.High Density Polyethylene Pipe (HDPE): 1.Comply with AWWA C906, PE 4710. 2.HDPE pipe shall be DR-11. 3.HDPE pipe shall have a pressure rating of not less than 150 psi. 4.Pipe Outside Diameter: Ductile Iron Pipe Sizes (DIPS). 5.Fittings: a.Comply with AWWA C901 and C906. b.Type: Molded or fabricated. 6.Joints: Butt fusion. 7.Pipe shall be color coded with purple (pantone) striping. 650 33 15 00 - 5 Addendum 4 8.Suppliers: a.ISCO Industries or approved equal. B.Fittings: 1.Material: Ductile iron; comply with AWWA C110. 2.Compact Fittings: Comply with AWWA C153. 3.Coating and Lining: a.Bituminous Coating: Comply with AWWA C110. b.Cement-Mortar Lining: Comply with AWWA C104. 4.Manufacturers: a.American b.Sigma c.Tyler Union d.or approved equal. C.Joints: 1.Joints shall be in accordance with ANSI/AWWA C111/A21.11 and be furnished complete with all necessary accessories. 2.Restrained Fitting, Mega-Lug, DIP: a.Restrained Fittings shall be ductile iron conforming to ANSI/AWWA C151/A21.51 specifications. b.All restrained mega-lugs shall be furnished with accessories and have a minimum pressure resistance of 200 psi. 3.Manufacturers: a.EBAA Iron Works, Series 1100 b.Star, Allgrip c.Sigma, One Lok Series SLD d.Tyler Union Tuflock e.or approved equal. 2.2 ADAPTOR COUPLINGS A.Coupling, Ductile Iron Pipe: 1.Ductile Iron Pipe Couplings shall conform to applicable AWWA standards. 2.Ductile Iron Pipe Couplings shall be ductile iron and shall have a minimum pressure rating of 200 psi. B.Coupling, Ductile Iron Pipe, Restrained 1.Restrained Ductile Iron Pipe Couplings shall conform to applicable AWWA standards. 2.Restrained Ductile Iron Pipe Couplings shall be ductile iron and shall have a minimum pressure rating of 200 psi. 3.Manufacturers: a.EBAA Iron Works, Mega Coupling Series 3800 Restrained Coupling, b.American c.Sigma d.or approved equal. 651 33 15 00 - 6 Addendum 4 2.3 VALVES A.Resilient Seat Gate Valves: 1.Resilient Seat Gate Valves shall conform to AWWA C509 or C515 and shall be provided for 2-inch diameter through 10-inch diameter reclaimed water mains. 2.Valve shall be pressure rated for 175 psi. 3.Valve Body: Cast Iron or Ductile Iron. 4.Valve Wedge: Cast Iron or Ductile Iron and completely encapsulated in EPDM. 5.Valve stems shall be o-ring sealed and non-rising stem design. 6.Valve Stems shall be Type 304 or 431 stainless steel. 7.Operating nut shall be 2” square and turn counterclockwise to open the valve. 8.Joints: a.Mechanical Joint end connections shall fully conform with ANSI/AWWA C111/A21.11 for 4” diameter and larger. b.Flanged end connections shall fully conform with ANSI B16.1 for 4” diameter and larger. c.Threaded Joint: 2” diameter only. 9.Manufacturers: a.American Flow Control, Series 2500 (2” diameter and larger), b.Mueller, A2360-20-F (4” diameter and larger), A2360-8-F (2” diameter), c.Clow, F6100 (4” diameter and larger), F6103 (2” diameter), d.or approved equal. B.Air Release Valves (Plastic Body): 1.Plastic Body Air Release Valves shall be of the type designed for use in reclaimed water distribution systems to exhaust entrapped air from reclaimed water mains and shall conform to all applicable AWWA standards. 2.Valve shall be simple lever type and be constructed and tested to 175 psi working pressure. 3.Materials: a.Body and Cover: PVC b.Interior Working Parts: PVC 4.Air release valve inlets and outlets shall be threaded to NPT standards. 5.Manufacturers: a.A.R.I. Flow Control Accessories, Ltd., S-021, b.Crispin, X Series c.or approved equal. 2.4 TAPPING SLEEVES AND VALVES A.Sleeve, Tapping, Steel: 1.Body: Carbon Steel 2.Flanges: AWWA C207 Class D, ANSI 150 lb. drilling. 3.Steel Tapping Sleeve shall have test plug with ¾” NPT and recessed cavity for mating tapping valves 4.Gasket: Grade 60 gasket compounded for use with reclaimed water, oil, salt solutions, mild acids, bases, and natural gas. 652 33 15 00 - 7 Addendum 4 5.Bolts, washers, and nuts: 18-8 stainless steel type 304. 6.Finish: Fusion bonded epoxy coated to an average of 12 mil thickness inside and out, per AWWA C213. 7.Sleeves shall have a minimum pressure rating of 200 psi. 8.Manufacturers: a.Smith-Blair, b.JCM c.Romac d.or approved equal. B.Tapping Valves: 1.Tapping Valves shall be resilient seat gate valves that conform to AWWA C509 or C515. 2.Valve shall be pressure rated for 175 psi. 3.Valve Body: Cast Iron or Ductile Iron. 4.Valve Wedge: Cast Iron or Ductile Iron and completely encapsulated in EPDM. 5.Valve stems shall be o-ring sealed and non-rising stem design. 6.Valve Stems shall be Type 304 or 431 stainless steel. 7.Operating nut shall be 2” square and turn counter clockwise to open the valve. 8.Joints: a.Tapping Valves shall be flanged joint by mechanical joint. b.Mechanical Joint end connections shall fully conform with ANSI/AWWA C111/A21.11 for 4” diameter and larger. c.Flanged end connections shall fully conform with ANSI B16.1 for 4” diameter and larger. d.Threaded Joint: 2” diameter only. 9.Manufacturers: a.American Flow Control, Series 2500, b.Mueller, T2360-16-F, c.Clow, F6114, d.or approved equal. 2.5 VALVE BOXES AND LIDS A.Valve Box: 1.Valve boxes shall not be deeper than five (5) feet without Owner approval. 2.Bottom Section: a.Cast iron, ASTM A48, heavy duty screw type. b.Cast iron screw valve box will be only type allowed in asphalt pavement. c.Cast iron screw or sliding type valve box may be used in right of way as specified per project. 3.Valve Box Extension: a.Cast iron, ASTM A48, heavy duty screw type extension. b.For deep valves use six (6) inch ductile or cast iron pipe cut to proper length so only one valve box extension is used. 4.Valve Box Tops shall be cast iron, screw type and conform to ASTM A48. 653 33 15 00 - 8 Addendum 4 5.Valve Box Tops shall be rated for H-20 traffic in conformance with AASHTO M- 306. 6.Manufacturers: a.Tyler, #6850-5625-24B (Bottom), #6050-5625-585C (Extension), #6850- 5625-16T (Top), b.Opelika Foundry, #4908-5562-S-625 (Bottom), #4906X-64E (Extension), #4905-5562-S-55S (Top), c.Sigma, VB 2622 (Bottom), VB302-18 (Extension), VB2621X (Top), d.Star Pipe Products, VBB24SHD (Bottom), VBEX14S (Extension), VBT16SHD (Top), e.or approved equal. B.Valve Box Lid: 1.Provide cast iron, ASTM A48, heavy duty, screw type, valve box, 5 ¼” shaft for non-pavement installations. 2.Valve Box Lids shall be rated for H-20 traffic in conformance with AASHTO M- 306. 3.Cover shall be marked "RECLAIM”. 4.Manufacturers: a.Sigma, VB2600X, b.Tyler, 5 1/4” Drop Lid, c.Opelika Foundry, #4908-562 Lid, d.Star Pipe Products, VBLIOHD, e.or approved equal. 2.6 FLOW METERS A.Electromagnetic Flow Meters: 1.Electromagnetic Flow Meters shall meet or exceed requirements of AWWA C751 standards. 2.Materials: a.Body: Bronze, Cast Iron, or Stainless Steel. b.Liner: Fusion-bonded epoxy coated. c.Electrodes: Type 316 Stainless Steel. d.Display Housing: Aluminum Alloy with glass display window. 3.Electromagnetic Flow Meters shall be rated for 200 psi working pressure. 4.Provide inline strainer to remove large debris from the line that may result in downstream damage to the service. Strainer shall be supplied upon request from the Owner. 5.Connection: Flanged. a.Flanged connections shall include companion flanges, gaskets, bolts, and nuts. 6.Register: a.The register shall be permanently hermetically sealed. b.No fogging, large numerals, tempered glass lens. c.Unit of Measure: Cubic foot. d.Magnetic drive, low torque registration. 654 33 15 00 - 9 Addendum 4 e.Straight and AMI reading, and low flow indicator. f.The register shall connect to a radio read AMI transmitter via factory potted wiring or included as part of the register. The AMI transmitter shall be capable of communicating to an Elster Energy Axis system and supplied as part of this scope. 7.Manufacturers: a.McCrometer, Ultra Mag, b.or approved equal. B.Ultrasonic Flow Meter: 4” Neptune Mach 10 1.Ultrasonic Flow Meters shall meet or exceed requirements of AWWA C751 standards. 2.Materials: a.Body: Lead free, high-copper alloy b.Liner: N/A c.Flow Range: 0.75 gpm to 1,200 gpm 3.Ultrasonic Flow Meters shall be rated for 175 psi working pressure. 4.Connection: Flanged. a.Flanged connections shall include companion flanges, gaskets, bolts, and nuts. 5.Register: a.The register shall be permanently hermetically sealed. b.No fogging, large numerals, tempered glass lens. c.Unit of Measure: Gallons. 6.Installation: Meter to be buried and protected with meter box. 7.Manufacturers: a.Neptune Technology Group 2.7 SERVICE TAPPING SADDLES A.Service Tapping Saddle for Cast Iron, Ductile Iron, and PVC Reclaimed Water Mains: 1.Tapping saddles for cast iron, ductile iron, and PVC reclaimed water mains shall conform to applicable AWWA standards. 2.Outlet shall be for connection to PVC or polyethylene pipe. 3.Tapping saddles shall be nylon coated or painted ductile iron with double stainless steel strap and neoprene gasket. 4.Tapping saddles shall have a pressure rating of 200 psi. 5.Manufacturers: a.Ford, F202, b.Baker, 181, c.Mueller, DR-25 Series, d.Romac Industries, 202-N or S Series, e.Smith-Blair, 313 Series, f.or approved equal. 655 33 15 00 - 10 Addendum 4 2.8 MATERIALS A.Backfill: 1.Bedding, cover, and soil backfill materials shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.9 FINISHES A.Protective Coating: Coal-tar epoxy for below grade piping and epoxy paint for exposed piping. 2.10 ACCESSORIES A.Pipe Markers: As specified in Section 33 05 97 - Identification and Signage for Utilities. B.Steel Rods, Bolt, Lugs, and Brackets: 1.Comply with ASTM A36/A36M or A307, Grade A carbon steel unless otherwise shown or specified. PART 3 - EXECUTION 3.1 EXAMINATION A.Section 01 70 00 - Closeout Requirements: Requirements for installation examination. B.Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1-800- 432-4770 a minimum of 48 hours prior beginning Work. C.The Contractor shall field verify vertical and horizontal locations of all underground facilities in advance of construction to verify that no conflicts exist with the proposed pipe alignment and depth. 1.Should a conflict be discovered, the Contractor shall contact the Engineer immediately and provide all pertinent information for preparation of a remedial design. D.Verify that existing reclaimed water main size, location, and invert are as indicated on Drawings. 3.2 PREPARATION A.Section 01 70 00 - Closeout Requirements: Requirements for installation preparation. B.Preconstruction Site Photos: 1.As specified in Section 01 70 00 - Closeout Requirements. 2.Take photographs along centerline of proposed pipe trench; minimum one photograph for each 50 feet of pipe trench. 656 33 15 00 - 11 Addendum 4 3.Show mailboxes, curbing, lawns, driveways, signs, culverts, and other existing Site features. 4.Include Project description, date taken, and sequential number on back of each photograph. C.Pipe Cutting and Lining Repair: 1.Cut pipe ends square, ream pipe and tube ends to full pipe diameter, and remove burrs. 2.Use only equipment specifically designed for pipe cutting; use of chisels or hand saws is not permitted. 3.Grind edges smooth with beveled end for push-on connections. 4.Remove all traces of oil, grease, asphalt, dust, dirt, etc. 5.Remove damaged lining and clean any exposed metal by sanding or scraping. Sandblasting and power tool cleaning is also acceptable. a.Remove any loose lining by chiseling, cutting, or scraping to well adhered lined area before patching. b.Lining patch shall overlap remaining lining at least one (1) inch. 6.With the area to be sealed or repaired absolutely cleaned and thoroughly roughened, apply a coat of repair compound specified in the applicator’s “Certificate of Application” as furnished and approved with the pipe submittal. The Contractor shall apply the repair compound in strict accordance with the manufacturer’s written instructions. 7.The Contractor shall repair damaged coating and lining immediately, using the repair compound recommended by the manufacturer. 8.The cost of repair to cut pipe ends or damaged linings shall be incidental to construction and the Contractor shall absorb the cost thereof in the unit price specified for related items. D.Remove scale and dirt on inside and outside before assembly. E.Prepare pipe connections to equipment with flanges or unions. 3.3 INSTALLATION A.Bedding and installation shall be Class B as shown on the Drawings unless otherwise specified or directed by the Engineer. B.Horizontal Directional Drill shall be in accordance with Specification Section 33 05 07 – Utility Directional Drilling. C.Handling and Cutting Pipe: 1.The Contractor shall exercise extreme care in handling and laying pipe and fittings to avoid damaging, scratching or marring machined surfaces, and abrasion of the pipe or fitting coating. 2.Any fitting showing a crack and any fitting or pipe that has received a severe blow that may have resulted in an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and immediately removed from the Work. 657 33 15 00 - 12 Addendum 4 3.Any pipe showing a distinct crack and in which it is believed there is no incipient fracture beyond the limits of the visible crack, the cracked portion, if so approved by the Engineer, may be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe used may be perfectly sound. The cut shall be made in the sound barrel at a point at least twelve (12) inches from the visible limits of the crack. 4.Except as otherwise approved, all cuttings shall be done with a machine having rolling wheel cutters, or pipe saw adapted for that purpose. All cut ends shall be examined for possible cracks caused by cutting. D.Pipe Installation: 1.Comply with AWWA C600 and C605 as applicable. 2.Handle and assemble pipe according to pipe and gasket manufacturer instructions and as indicated on Drawings. 3.Steel Rods, Bolts, Lugs, and Brackets: Coat buried steel before backfilling. 4.Reclaimed Water Main Location: a.Reclaimed water mains shall be constructed two (2) feet off the north or east right of way lines unless otherwise shown on the plans. b.Reclaimed water lines to be constructed in easements shall be centered within the boundaries of the easement. c.If trees or other structures should interfere with the alignment of the reclaimed water main, the reclaimed water main shall be adjusted towards the right of way line. d.Minimum depths shall be 48” in all road rights of way and easements. e.Minimum depths for reclaimed water mains shall be 36” in residential and conflict areas. The depth of cover shall be measured from the top of the reclaimed water main to the finished grade or centerline of roadway directly above the pipe. f.Minimum horizontal clearance between parallel reclaimed water mains and potable water mains shall be three (3) feet. g.Minimum horizontal clearance between parallel reclaimed water mains and sanitary sewer gravity mains shall be three (3) feet. h.Minimum horizontal clearance between parallel reclaimed water mains and storm sewer mains shall be three (3) feet. i.Minimum horizontal clearance between parallel reclaimed water mains and sanitary sewer force mains shall be three (3) feet. j.Minimum vertical clearance between reclaimed water mains and gravity sanitary sewer mains crossing each other shall be six (6) inches, twelve (12) feet preferred. k.Minimum vertical clearance between reclaimed water mains and storm sewer mains crossing each other shall be six (6) inches, twelve (12) inches preferred. l.Minimum vertical clearance between reclaimed water mains and sanitary sewer force mains crossing each other shall be six (6) inches, twelve (12) inches. m.Minimum vertical clearance between reclaimed water mains and potable water mains crossing each other shall be twelve (12) inches. 658 33 15 00 - 13 Addendum 4 5.Route pipe in straight line, and re-lay pipe that is out of alignment or grade. 6.PVC Pipe Piping and Fittings: Comply with AWWA C605. 7.Field Welding Materials: Comply with AWWA C206. 8.To ensure correct fitting of pipe and couplings, all sleeve-type couplings and accessories shall be furnished by the supplier of the pipe. 9.High Points: a.Install pipe with no high points other than shown on the Drawings. b.If approved by the Engineer, minor changes in alignment may be permitted to avoid underground facilities. c.If unforeseen field conditions arise that necessitate high points, install air- release valves as specified or as directed by the Engineer. 10.Bearing: a.The pipe shall be laid on an unyielding foundation with uniform bearing under the full length of the barrel of the pipe. b.Excavate bell holes to permit proper joint installation. c.The spigot end of the pipe shall abut the base of the socket of the adjacent pipe in such a manner that there will be no gaps along the perimeter of the mating halves. 11.Do not lay pipe in wet or frozen trench. 12.The Contractor shall take all necessary precautions to prevent flotation of the pipe from flooding of the trench. 13.The pipe shall not be driven down to grade by striking it with a shovel handle, timber, rammer, or other unyielding object. 14.Immediately before jointing the pipe, the mating ends shall be thoroughly cleaned of all dirt, debris, and foreign material. 15.Prevent mud, sand, or other foreign material from entering pipe during placement. 16.At all times when pipe laying is not actually in progress, the open ends of the pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. 17.Allow for expansion and contraction without stressing pipe or joints. 18.Close pipe openings with watertight plugs during Work stoppages. 19.Pipe Markers: As specified in Section 33 05 97 - Identification and Signage for Utilities. 20.Any defective pipe that may have been installed shall be removed and replaced with sound pipe at no additional cost to the Owner. E.Pipe Joint Assembly: 1.Assemble all joints in accordance with recommendations of the manufacturer. 2.If a lubricant is required to facilitate assembly, it shall have no detrimental effect on the gasket or on the pipe when subjected to prolonged exposure. 3.Proper jointing may be verified by rotation of the spigot by hand or with a strap wrench. 4.If unusual jointing resistance is encountered or if the insertion mark does not reach the flush position, disassemble the joint, inspect for damage, re-clean the joint components, and repeat the assembly steps. 5.Note that fitting bells may permit less insertion depth than pipe bells. 659 33 15 00 - 14 Addendum 4 6.When mechanical equipment is used to assemble joints, care should be taken to prevent over-insertion. F.Valves 1.Valves shall be installed as indicated on Drawings and according to manufacturer instructions. 2.Valves shall be set vertically so that stems form a vertical line. Care shall be taken to keep out dirt and sand, and no valve shall be operated until it has been cleaned of sand, grit, or other foreign material. 3.No valve operating nut shall be deeper than five (5) feet without Owner approval. 4.Valve Boxes: a.All valves shall be fitted with heavy duty traffic rated valve box and cover.. b.Valve boxes shall be long enough to reach from the valve to finished ground level and shall be installed as recommended by the manufacturer. c.Valve boxes shall have suitable barrel and shaft extension sections to cover and protect the valve bonnet section. d.Extension sections fabricated by one piece of ductile iron are allowed. No more than one (1) shaft extension shall be used in any one (1) valve installation. e.Valve box extensions shall be by same manufacturer as valve box or ductile iron pipe. f.Valve boxes shall be installed in vertical alignment and positioned to facilitate the operation of the valve with a standard valve wrench. The box shall be installed as shown on the drawings and shall be set on firmly packed soil or bricks to prevent settlement and to prevent bearing on the valve or the main at any point. g.Adjustment of valve boxes shall be subject to the approval of the Engineer. The Contractor shall maintain vertical alignment and position to permit operation of the valve with a standard valve wrench. h.All valve boxes located in heavy traffic pavement areas shall include non- pop covers as specified. i.Terminate locating wire for all sizes of PVC and HDPE reclaimed water mains in the valve boxes in accordance with the Drawings. j.Valve Box Adjustment: 1)All valve boxes within the area of finished construction shall be adjusted to finish grade as shown and specified. 2)Valve boxes damaged during construction shall be replaced by the Contractor at no additional cost to the Owner. Removal and replacement of valve boxes during construction may be authorized, provided the Contractor insures that sufficient valve ties are available and on site in order to quickly locate the valve. 3)Adjustment of valve boxes shall be subject to approval of the Engineer. G.Double continuous tracing wires shall be installed on all non-metallic pipes per Specification Section 33 05 97 – Identification and Signage for Utilities. 660 33 15 00 - 15 Addendum 4 H.Early warning tape, as specified in Section 33 05 97 – Identification and Signage for Utilities, shall be installed 12-inches to 18-inches above all sanitary sewer force mains. I.Tapping Sleeves and Valves: As indicated on Drawings and according to manufacturer instructions. J.Bedding and Backfilling: 1.Excavation, trenching, and backfilling shall be in accordance with Section 125 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 2.Backfill around sides and to top of pipe with cover fill in minimum lifts of six (6) inches and compacted to the following requirements: a.Backfill under roadways: 98% Standard Proctor Density. b.Backfill not under roadways: 95% Standard Proctor Density. 3.Immediately after the pipe has been jointed and inspected, sufficient backfill shall be performed to protect the pipe adequately from injury and movement. 4.Maintain optimum moisture content of bedding material to attain required compaction density. 5.Where so indicated on the drawings or where directed by the Engineer, the pipe shall be supported by compacted granular fill or concrete cradle or encasement according to the applicable detail shown on the Drawings. a.Pipe bedded in compacted granular backfill shall not be supported on blocking, wedges, bricks, or anything except the bedding material. b.Where concrete cradle or encasement is required, the pipe shall be supported on solid concrete blocks or pre-cast concrete saddles which shall become part of the completed cradle or encasement. c.Where no other bedding is indicated, pipe shall be placed on a shaped bed of undisturbed material. K.Cleaning and Flushing: 1.As the Work progresses, the interior of the reclaimed water piping shall be cleaned of all dirt, jointing material, and superfluous materials of every description. 2.Prior to the pressure and leakage tests, all piping shall be thoroughly cleaned of all dirt, dust, oil, grease, and other foreign matter. This work shall be done with care to avoid damage to any inside coating. 3.All lines shall be thoroughly flushed with clean water to clear the lines of all foreign matter. 3.4 PIPE SUPPORT AND THRUST RESTRAINT A.The Contractor shall furnish and install all supports necessary to hold the piping and appurtenances in a firm, substantial manner at the lines and grades indicated on the Drawings or specified. B.Where buried piping contains fittings, which raise or lower the centerline of the pipe, suitable socket clamps, tie rods, or other approved restraining devices shall be used to 661 33 15 00 - 16 Addendum 4 prevent movement of the fittings. The restraining devices shall be coated thoroughly and heavily with an approved bituminous paint. C.All bends, tees, and other fittings in pipelines, and sleeve-coupled pipelines buried in the ground shall be backed with Class 1 concrete placed against undisturbed earth where firm support can be obtained or by the use of restrained joints. If the soil does not provide firm support, then suitable clamps, and accessories or restrained joints shall be provided to brace the fitting properly. Such items shall be coated thoroughly and heavily with an approved bituminous paint after assembly or, if necessary, before assembly. D.Thrust blocks and joint restraints shall be provided as shown. 3.5 MAINTENANCE OF SERVICE A.Maintenance of service is of the utmost importance and no service shall be discontinued without the consent of the Engineer for each interruption of said service. B.In no case will any service be discontinued without at least 24 hours notice given to the Engineer by the Contractor. C.To achieve minimum inconvenience to the public and users of the reclaimed water system, portions of the Work may have to be performed outside of normal working hours at no additional cost to the Owner. 3.6 CONNECTION TO EXISTING RECLAIMED WATER LINES A.Connections to existing reclaimed water lines shall be as shown on the Drawings or as directed by the Engineer. Connection shall not occur until approval has been obtained from the Florida Department of Environmental Protection. B.Connection of new to existing mains shall be performed in the normal accepted method for connecting mains and shall be done without unduly disrupting service. All connections are subject to the approval of the Engineer as to method, time, and location. C.Construct locate wire(s) point of connection on ferrous pipe at non-ferrous pipe joints. D.Where new lines are connected to existing lines, the Contractor shall take appropriate action to prevent existing lines from interfering with pressure testing of the Work. Failure to do so will not relieve the Contractor of the responsibility to properly pressure testing the entire system installed. The Contractor shall bear full responsibility for his action or inaction in this matter and shall not claim damages, injuries or additional compensation for his action or inaction. E.At least 48 hours prior to beginning the actual connection operation, the Contractor shall excavate and expose the main to be tapped at the proposed location and shall so advise the Engineer to allow for inspection of the exposed facilities. 662 33 15 00 - 17 Addendum 4 F.Reclaimed water from existing lines cut either by accident or during connection to proposed lines shall not be disposed of in a manner that would be injurious to residents, property, or structures. 3.7 PAVEMENT CROSSINGS A.Bases, Sidewalk, Curb, and Driveway Repairs – The Contractor shall replace any and all bases, sidewalks, curbs and gutter, and driveways with materials and workmanship sufficient to give an equal and similar surface to the disturbed areas as existed before construction. B.Pavement removal and replacement shall be in accordance with FDOT Standard Specifications for Road and Bridge Construction and as shown on the Drawings. 3.8 TOLERANCES A.Section 01 40 00 - Quality Requirements: Requirements for tolerances. B.Install pipe to indicated elevation within tolerance of 5/8 inch. 3.9 FIELD QUALITY CONTROL A.Section 01 70 00 - Closeout Requirements: Requirements for testing, adjusting, and balancing. B.Testing: 1.All parts of the Work including, but not being limited to, pipe, fittings, joints, valves, hydrants, and any other appurtenances shall be subjected to testing as described herein. To achieve this, all methods of testing shall be approved by the Engineer and FDEP 2.Except as otherwise directed, all pipelines shall be tested. Pipelines installed in excavation or bedded in concrete shall be tested prior to the backfilling of the excavation or placing of the concrete and exposed piping shall be tested prior to field painting. 3.All piping to operate under liquid pressure shall be tested in sections of approved length. The section of pipe being tested shall be limited to a maximum length of 2000 feet. For these tests the Contractor shall furnish clean water, suitable temporary testing plugs or caps, and other necessary equipment and all labor required, without additional compensation. The Contractor shall furnish suitable pressure gauges, pumps, and measuring tank. 4.The Contractor shall be responsible for the cost of all water used for testing and flushing. The Contractor shall make suitable arrangements with the Owner for the monitoring of water consumption and locations to which water may be made available. Water charges shall be in accordance with City of Winter Springs Ordinance Chapter 19 Division 4. 5.Pressure test piping system as specified in Section 33 05 05 – Hydrostatic Testing. 6.Compaction Testing: a.Comply with FDOT requirements for compaction testing. 663 33 15 00 - 18 Addendum 4 If tests indicate Work does not meet specified requirements, remove Work, replace, and retest. END OF SECTION THIS PAGE INTENTIONALLY LEFT BLANK 664 33 05 08 - 1 Addendum 4 SECTION 33 05 08 BORING AND JACKING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Casing and jacking pipe. 2.Carrier pipe. 3.Excavation for approach trenches and pits. B.Related Requirements: 1.Section 33 15 00 – Reclaimed Water Distribution Piping 1.2 REFERENCE STANDARDS A.American Association of State Highway and Transportation Officials: 1.AASHTO HB-17 - Standard Specifications for Highway Bridges. 2.AASHTO M133 - Standard Specification for Preservatives and Pressure Treatment Processes for Timber. 3.AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop. B.American Railway Engineering and Maintenance-of-Way Association: 1.AREMA - Manual for Railway Engineering. C.American Welding Society: 1.AWS D1.1/. D.ASTM International: 1.ASTM A36/A. 2.ASTM A53/. 3.ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 4.ASTM A449 - Standard Specification for Hex Cap Screws, Bolts and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use. 5.ASTM A1011/. 6.ASTM C33/. 7.ASTM C150/. 8.ASTM C404 - Standard Specification for Aggregates for Masonry Grout. 9.ASTM C443 - Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. 10.ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3). 11.ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3). 665 33 05 08 - 2 Addendum 4 12.ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). E.National Utility Contractors Association: 1.NUCA - Guide to Pipe Jacking and Microtunneling Design. 1.3 COORDINATION A.Section 01 30 00 - Administrative Requirements B.Coordinate Work of this Section with authorities having jurisdiction and utilities within construction area. 1.4 SUBMITTALS A.Section 01 33 00 - Submittal Procedures: Requirements for submittals. B.Product Data: Submit manufacturer information regarding casing pipe or tunnel liner plate, showing sizes, shapes, methods of attachment, connection details, and details of grout holes. C.Shop Drawings: 1.Indicate details of casing, jacking head, sheeting, and other falsework for trenches and pits, and associated support, field sketches, and other details to complete Work. 2.Indicate relationship of proposed installation to natural features over installation, angle of installation, right-of-way lines, and general layout of built facilities. 3.Indicate cross-section(s) from field survey, showing installation in relation to actual profile of ground. 4.Submit description of proposed construction plan, dewatering plan, and plan to establish and maintain vertical and horizontal alignments. 5.If requested by the Engineer for reasons of casing misalignment, the Contractor shall resubmit to the Engineer for approval, shop drawings of the installation, showing measures that will be taken to maintain the carrier pipe on line and grade. Carrier pipe shall not be installed until this submittal is approved. D.Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E.Welder Certificates: Certify welders and welding procedures employed on Work, verifying American Welding Society qualification within previous 12 months. F.Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for tunnel liner. G.Submit occupancy permit for agency having jurisdiction for installations along and under public throughways and lands. 666 33 05 08 - 3 Addendum 4 H.Submit emergency response procedures to handle situations when conduit is compromised and jeopardizes safety or integrity of installation. I.Field Quality-Control Submittals: Indicate results of Contractor-furnished tests and inspections. J.Qualifications Statements: 1.Submit qualifications for installer and licensed professional. 2.Welders: Qualify procedures and personnel according to AWS D1.1/D1.1M. 1.5 CLOSEOUT SUBMITTALS A.Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. B.Project Record Documents: Record actual locations of casing or tunnel liner, carrier pipe, and invert elevations. C.Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 QUALITY ASSURANCE A.Obtain occupancy permit when boring, jacking, or tunneling under or within rights-of- way of highways and railroads. B.Perform Work according to State of Florida Department of Transportation, City of Winter Springs, and Seminole County, as applicable. 1.7 QUALIFICATIONS A.Installer: Company specializing in performing Work of this Section with minimum five (5) years of documented experience. B.Welders: American Welding Society certified within previous twelve (12) months for employed weld types. C.Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Florida. 1.8 DELIVERY, STORAGE, AND HANDLING A.Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B.Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C.Handling: Support casing and carrier pipes with nylon slings during handling. 667 33 05 08 - 4 Addendum 4 D.Storage: 1.Store products according to manufacturer instructions. 2.Use wooden shipping braces between layers of stacked pipe. 3.Stack piping lengths no more than three layers high. 4.Store field joint materials in original shipping containers. E.Protection: 1.Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2.Provide temporary end caps and closures on piping and fittings and maintain in place until installation. 3.Protect piping from entry of foreign materials and water by installing temporary covers, completing sections of Work, and isolating parts of completed system. 4.Provide additional protection according to manufacturer instructions. 1.9 AMBIENT CONDITIONS A.Section 01 50 00 - Temporary Facilities and Controls: Requirements for ambient condition control facilities for product storage and installation. B.Storage Temperature: Maintain 60 to 85 degrees F. 1.10 EXISTING CONDITIONS A.Field Measurements: 1.Verify field measurements prior to fabrication. 2.Indicate field measurements on Shop Drawings. PART 2 - PRODUCTS 2.1 CASING AND JACKING PIPE A.Steel Casing Pipe: 1.Comply with ASTM A53/A53M or AWWA C202 for mill pipe and ASTM A139 or AWWA C201 for fabricated pipe. 2.Minimum Yield Strength: 35,000 psi. 3.Diameter: As shown on the Drawings. 4.Thickness: FDOT requirements 5.Welded Joints: a.Comply with AWS D1.1/D1.1M. b.Full circumference. 6.Where required, casing vent pipe shall be 2-inch Schedule 80 galvanized steel pipe conforming to ASTM Specification A120-73, with galvanized malleable iron screwed fittings conforming to ANSI B16.3. B.Performance and Design Criteria: 1.Casing Pipe: leakproof. 668 33 05 08 - 5 Addendum 4 2.Loading: a.Highways: 1)Earth cover. 2)H-20 live loading, according to AASHTO HB-17. 3)Impact loading according to AASHTO HB-17 plus 50 percent. b.Railways: 1)Earth cover. 2)Comply with AREMA - Manual for Railway Engineering. 3)Impact loading according to AREMA guidelines plus 50 percent. 3.Bracing, Backstops, and Jacks: of sufficient rating for continuous jacking without stopping except to add pipe sections, and to minimize tendency of ground material to freeze around casing pipe. 2.2 CARRIER PIPE A.Water System Piping: As specified in Section 33 14 13 – Public Water Utility Distribution Piping. 2.3 MATERIALS A.Soil Backfill for trench approaches and pits to finish grade shall be in accordance with Section 125 of FDOT Standard Specifications for Road and Bridge Construction. B.After installation of the carrier pipe, the ends of the casing pipe shall be sealed with a minimum of six inches (6") thickness of concrete and concrete pre- cast bricks. Concrete can be mixed on site using Portland cement and sand mixture or grout mixture. C.Pressure-Grout Mix: One part Portland cement and six parts mortar sand, mixed with water to consistency applicable for pressure grouting. 1.Mortar Sand: Comply with ASTM C33. 2.Portland Cement: a.Comply with ASTM C150. b.Type: I. 2.4 ACCESSORIES A.Casing Spacers: 1.Casing spacers shall be bolt on style with a two (2) piece shell made of polymer or glass reinforced plastic or Type 304 stainless steel of a minimum 14-gauge thickness. 2.Each shell section shall have bolt flanges and/or a hinged side, bolt flange shall be formed with ribs for added strength. Connecting side shall have a minimum of three (3) 5/16” 304 stainless steel bolts. 3.The shell shall be lined with ribbed PVC with a retaining section that overlaps the edge of the shell and prevents slippage. Bearing surfaces (runners) shall be made from UHMW Polymer or glass reinforced plastic and attached to support 669 33 05 08 - 6 Addendum 4 structures (risers) at appropriate position to properly support the carrier within the casing and to ease installation. 4.Runners shall be attached mechanically by 304 stainless steel threaded fasteners that are inserted through the riser section and TIG welded for strength. 5.Risers shall be made of 304 stainless steel of a minimum 10-gauge. Risers shall be TIG welded to the shell. 6.All metal surfaces shall be fully chemically passivated. 7.Manufacturers: a.The BWM Company, SS-8, b.Cascade Waterworks Manufacturing, CCS, c.Pipeline Seal & Insulator, CC8G-2, d.or Engineer-approved equal. B.Where carrier pipe other than ductile iron is to be connected to the installation, proper adaptors shall be installed as shown and specified. C.Where required, casings for crossing shall be provided with a 2-inch diameter vent pipe at one end extending no less than two feet above ground surface and above maximum elevation of high water. Place vent pipe in valve box when feasible, in lieu of aboveground. Top of vent pipe shall be turned down 180° with elbow fittings and properly screened. D.Steel Strapping: comply with ASTM A36/A36M. E.Casing Pipe Coating: bituminous. PART 3 - EXECUTION 3.1 EXAMINATION A.Section 01 70 00 - Closeout Requirements: Requirements for installation examination. B.Verify that connection sizes, locations, and invert elevations are as indicated on Drawings. 3.2 PREPARATION A.Section 01 70 00 - Closeout Requirements: Requirements for installation preparation. B.Identify required lines, levels, contours, and datum locations. C.Existing Utilities: 1.Contractor shall contact Sunshine 811 for location of existing utilities at 811 or 1- 800-432-4770 a minimum of 48 hours prior beginning Work. 2.Coordinate with utility companies to support or relocate existing utilities in conflict with the Work. 670 33 05 08 - 7 Addendum 4 D.Establish elevations of casing as shown on the Drawings. E.Maintain access to existing facilities and other active installations requiring access. 3.3 INSTALLATION A.Dewatering: 1.As specified in Section 125 of FDOT Standard Specifications for Road and Bridge Construction. 2.Intercept and divert surface drainage precipitation and ground water away from excavation through use of dikes, curb walls, ditches, pipes, sumps, or other methods. 3.Develop substantially dry subgrade for subsequent operations. 4.Comply with requirements of local and state authorities for dewatering to any watercourse, prevention of stream degradation, and erosion and sediment control. B.Pits or Approach Trenches: 1.Excavate approach trenches or pits as Site conditions require. 2.Ensure that casing entrance faces as near perpendicular in alignment as conditions permit. 3.Establish vertical entrance face at least 1 foot above top of casing. C.Casing Pipe: 1.Boring: a.Push pipe into ground with boring auger rotating within pipe to remove soil. b.Do not advance cutting head ahead of casing pipe, except for distance necessary to permit cutting teeth to maintain clearance for pipe. c.Arrange machine bore and cutting head to be removable from within pipe. d.Arrange face of cutting head to provide barrier to free flow of soft material. e.If unstable soil is encountered during boring, retract cutting head into casing to permit balance between pushing pressure and ratio of pipe advancement to quantity of soil. f.Grout to fill voids if voids develop greater than OD of pipe by approximately 1 inch. g.If boring is obstructed, relocate jack or tunnel as directed by Engineer. 2.Jacking: a.Construct adequate thrust wall normal to proposed line of thrust. b.Impart thrust load to pipe through suitable thrust ring sufficiently rigid to ensure uniform distribution of thrust load on full pipe circumference. 3.Drilling and Jacking: a.Use oil-field-type rock roller bit or plate bit made up of individual roller cutter units solidly welded to pipe. b.Turned and push pipe for its entire length by drilling machine to give bit necessary cutting action. c.Inject high-density slurry (oil field drilling mud) to head as cutter lubricant. d.Inject slurry at rear of cutter units to prevent jetting action ahead of pipe. 671 33 05 08 - 8 Addendum 4 4.Mining and Jacking: Use manual hand-mining excavation from within casing pipe as casing is advanced with jacks, allowing minimum ground standup time ahead of casing pipe. D.Pressure Grouting: Pressure-grout annular space between casing pipe and surrounding earth. E.Carrier Pipe: 1.Clean, inspect, and handle pipe as specified. 2.Placement: a.Place carrier pipe as specified. b.Prevent damage to pipe joints as carrier pipe is placed in casing. 3.Supports: a.Support pipeline within casing such that no external loads are transmitted to carrier pipe. b.Attach supports to barrel of carrier pipe; do not rest carrier pipe on bells. 4.Grout ends of casing to seal. 3.4 TOLERANCES A.If casing is not bored within 5% of the elevation or grade shown, the casing shall be abandoned by filling with concrete. The bore and jack shall then be relocated and re- bored at a new location determined by the Engineer, whose decision shall be final. All abandonment of failed bores and re-bores shall be performed at the expense of the Contractor. B.Excavation: Do not overcut excavation by more than 1-inch greater than OD of casing pipe. C.Pipe Bells: Minimum 1/2-inch clearance to casing. 3.5 FIELD QUALITY CONTROL A.Section 01 70 00 - Execution and Closeout Requirements: Requirements for testing, adjusting, and balancing. B.Compaction Testing: 1.Shall be in accordance with Section 125 of FDOT Standard Specifications for Road and Bridge Construction Comply with AASHTO T 180. 2.If tests indicate Work does not meet specified requirements, remove Work, replace, and retest. 3.6 CLEANING A.Section 01 70 00 - Closeout Requirements: Requirements for cleaning. 672 33 05 08 - 9 Addendum 4 3.7 PROTECTION A.Section 01 70 00 - Closeout Requirements: Requirements for protecting finished Work. B.Protect plant life, lawns, and other features of final landscaping. C.Protect benchmarks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. END OF SECTION 673