Loading...
Backup Documents 02/28/2017 Item #11E ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 fi. TO ACCOMPANY ALL ORIGINAL DOCUMENTS S Ag '•p F `/E J THE BOARD OF COUNTY COMMISSIONERS OFFICE FO !`' `' ' ' Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwar dajiAthe County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the 11MOthtiioitiiiPffice no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the documeiN4a graNglitatwith the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk Risk Managementq... 7 2. County Attorney Office County Attorney Office 318 le-3-12 17 3. BCC Office Board of County Commissioners / 8 / (? 3h\n 4. Minutes and Records Clerk of Court's Office c---re/g Ji 4 (kb 5. Return to Procurement Services Division Procurement Services J Contact: Barbara Lance PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Barbara Lance 3/07/17 Phone Number 239-252-8998 Procurement Staff Contact and Date Agenda Date Item was 02/28/17 V Agenda Item Number 11.g Approved by the BCC Type of Document Contract Number of Original 7-0.— Attached Documents Attached PO number or account N/A Solicitation/Contract 16-7020 107th Ave N number if document is Number/Company Pub Utilities Renew/ to be recorded Name Douglas N Higgins INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) applicable) 1. Does the document require the chairman's original signature? S'.}�. c=3,)_______ —Bic �� 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip BL .should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the !1 e! Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 1 1 E MEMORANDUM Date: March 9, 2017 To: Barbara Lance, Procurement Services From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #16-7020 "107th Avenue North — Public Utilities Renewal" Contractor: Douglas N. Higgins, Inc. Attached for your records is an original of the referenced contract above, (Item #11E) adopted by the Board of County Commissioners on Tuesday, February 28, 2017. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 1 1 E Cod ier County Administrative Services Department Procurement Services 0ivoc n 107th Avenue North - Public Utilities Renewal COLLIER COUNTY BID NO. 16-7020 COLLIER COUNTY, FLORIDA Swainson Hall, Procurement Strategist Email: swainsonhall( colliergov.net Telephone: (239) 252 - 8935 FAX: (239) 252 - 6334 Design Professional: Q. Grady Minor&Associates a.j1 r'roxrerren:en.'CE:s iX:'crxi•e,27 r-anrnm . it rant•Axp:es.Plorda 341112401.234-252-€4137•rar.wt4e,7,v.urpuocuremn,seracm 1 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 12 BID SCHEDULE 13 MATERIAL MANUFACTURERS 14 LIST OF MAJOR SUBCONTRACTORS 15 STATEMENT OF EXPERIENCE OF BIDDER 15 TRENCH SAFETY ACT 17 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 18 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 19 BID BOND 23 BIDDERS CHECK LIST 25 CONSTRUCTION AGREEMENT 26 EXHIBIT A: PUBLIC PAYMENT BOND 33 EXHIBIT A: PUBLIC PERFORMANCE BOND 36 EXHIBIT B: INSURANCE REQUIREMENTS 39 INSURANCE AND BONDING REQUIREMENTS 41 EXHIBIT C:RELEASE AND AFFIDAVIT FORM 43 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 45 EXHIBIT E: CHANGE ORDER 46 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 47 EXHIBIT G: FINAL PAYMENT CHECKLIST 49 EXHIBIT H: GENERAL TERMS AND CONDITIONS 51 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 80 EXHIBIT J: TECHNICAL SPECIFICATIONS 81 EXHIBIT K: PERMITS 82 EXHIBIT L: STANDARD DETAILS 83 EXHIBIT M: PLANS AND SPECIFICATIONS 84 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 85 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E [; .1nty Admt stratve Services Department i'r curerr ent.Sera PUBLIC NOTICE INVITATION TO BID COLLIER COUNTY, FLORIDA 107th Avenue North - Public Utilities Renewal COUNTY BID NO. 16-7020 Separate sealed bids for the construction of 107th Avenue North - Public Utilities Renewal, addressed to Mr. Ted Coyman, Director, Procurement Services Division, will be received at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, until 3:00 P.M. LOCAL TIME, on the 22nd day of November 2016, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 10 a.m. LOCAL TIME on the 4th day of November 2016, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. All Bidders shall submit all questions via the OnLine Bidding System located at colliergov.net\bid. All questions will be answered in the OnLine Bidding System. The Engineer's Estimate for this project is $4,168,570.00 Dollars. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, 107th Avenue North - Public Utilities Renewal Bid No. 16-7020 and Bid Date of November 22, 2016". No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either be executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. 3 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within Two Hundred and Ninety (290) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 20th day of October 2016 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Ted Covman Director, Procurement Services Division 4 Construction Services Agreement for Public Utilities:Revised 08312016 PART B-INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 12 - 25 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. 5 Construction Services Agreement for Public Utilities:Revised 08312016 11E Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred and twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred and twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 6 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Procurement Services Division, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. In instances where the Owner has deemed the pre-bid to be mandatory, the Bidder's failure to attend the pre-bid conference shall result in the rejection of his bid. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; 7 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 8 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner's then current Procurement Ordinance. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a procurement professional of the Owner's Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Procurement Services Division generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Procurement Ordinance. A copy of the Procurement Ordinance is available at http://www.colliergov.net/Index.aspx?paqe=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.5 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 9 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 2013-69, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as 10 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts 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 County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. 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 County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "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 from the date of being placed on the convicted vendor list." 11 Construction Services Agreement for Public Utilities:Revised 08312016 1 E CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUN1Y, FLORIDA 107th Avenue North - Public Utilities Renewal BID NO. 16-7020 Full Name of Bidder Douglas N. Higgins, Inc. Main Business Address 3390 Travis Pointe. Rd., Ste. A, Ann Ad or MI 48108 Place of Business 4485 li.nterprise Ave., Naples, 171,34104 Telephone No, 239-774-3130 Fax No. 239-771-1266 State Contractors License# GCC060189 State of Florida Certificate of Authority Document Number 830666 Federal Tax Identification Number 38-1807765 DUNS# 01-722-2183 CCR# Cage Code Ov:)82 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work,the proposed form of Agreement and aA other Contract Documents and Bonds. and the Contract Drawings and Specifications, including Addenda issued thereto arid acknowledges receipt below: Bidder proposes, and agrees if this Bid is accepted. Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other mear s of construction, including utility and transportation services necessary to do all the Wcric, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 12 Consirkictiort Sen./Ices A reernoll or Pubtia 1;tillios Revised 083120 In 1 1 E BID SCHEDULE 107th Avenue North -Public Utilities Renewal Bid No. 16-7020 Supporting documents found at: http://bid.collieroov.netibidl and titled: 16-7020 Bid Schedule 13 Comtuicl'en Servicag Agro.enonl for Public UllIWuh,Revised G8312016 1 1 E C...9:ri ler Cosi ri ty BID SHEET COLLIER COUNTY 107th AVENUE NORTH PUBLIC UTILITY RENEWAL Z4,,,' . 2 ',Or SECTION 1'GENERAL • . 1.1 Mobilization/Demobilization 1 LS $371,688.00 $371,688.00 1.2 Maintenance of Traffic 1 I $14351.00 $14,151.00 1.3 Project Sign 2 EA $1,096,00 $2392.00 ... 1.4 Survey Layout&Record Drawings 1 LS $34,151.00 $34,151.00 1.5 Erosion and Sedimentation Control 1 15 $6,439.00 $6,439.00 1.6 Pre-Construction Video& Photographs 1 S $1,571.00 $1,571.00 III General Restoration ----- 1 LS $186,947.00 $186,947.00 Remove,Dispose,and Re•lace Driveway , a, Concrete £1,090 Sy $65.00 $265,850.00 b, Decorative Concrete 105 SY $92.00 $9,660.00 c. Asphalt 935 SY $50.00 $46,750.00 rt. Brick Pavers 735 SY $69.00 $50,715.00 1.9 Remove,Dispose,and Replace Sidewalk Ili Asphalt 70 SY $90.00 $6,300.00 Concrete 50 SY $65.00 $3,250.00 _____........ 1.10 Detectable Warnings 70MillA $33.00 $2,310.00 1,11 Remove and Replace Mailbox 1118E1 EA $209.00 $25 498.00 Allowance at the direction and approval by Collier County Utilities 1.12 1 T&M $116,000 $116,000.00 Project Manager on 107th Avenue SECTION 1 SUBTOTAL, $1 143 472 00 , . , , . 4', 1-..---4-,e4: ‘,Z. :,.V%41%-)-' ''•4',3'e /'4.: .7sii,iiiiiiitzlir5„,„,„,,.:64114117 ::::,2:2;:kii 2.1 Water iVlain Pipelines 1: _ . 8-inch C900 0E118 PVC 3,840 LF $33.00 $126,720.00 b, 8-inch C900 0R14 PVC 350 LF $51.00 $17,850.00 c. 6-inch C900 0 R14 PVC 60 IF $28.00 $1,680.00 2.2 Gate Valves and Boxes a. 6-inch Gate Valve 2 EA $1,153.00 $2,306.00 b. 8-Inch Gate Valve 13 EA $1,508.00 $19,604.00 c. 12-inch Gate Valve 2 EA $2,453.00 $4,906.00 2.3 Fire Hydrant Assemblies 7 EA $8,019.00 $56,133.00 2.4 Water Services :.-„.".' '-- -, ,;-`;.);,L.,"•,'„ •<,-;:,:':::::,:', ',`1,A4-',. a. Short Single Service 24 EA $795.00 $19,080.00 b. Short Double Service 19 EA $908.00 $17,252.00 II=1 Long Single ServiCe 'Earn EA $1,190.00 $29,750.00 d. Long Double Service EA $1,310.00 $24,890.00 2.5 Connection to Existing Water Main a. Vandernilt Drive 8-inch PVC WW1(C1nton No,1 1 LA $2,969.00 $2,969.00 h, Vandernilt Drive 8-inch PVC WM(Option No.2} 1 EA $17,493.00 $17,493.00 c. 6th Street North 12-inch PVC WM 1 EA $4,908.00 $4,908.00 d. 7th Street North 8-Inch AC WM 2 EA $5,817.00 $11,634.00 e. 9th Avenue North 8-inch PVC WM 1 EA $3,118.00 $3,118.00 1. 8th Avenue North 6-inch AC WM(Option No.3) 1 EA $4,828.00 $4,828.00 1111th Avenue North Public Utility Renewal Section Il-1 1 1 E Calir-eir County MO SHEET COLLIER COUNTY 107th AVENUE NORTH PUBLIC UTILITY RENEWAL '',"1/:‘:.;-3 „1,,,,i; '1.,. 4.>. '4 !eo, !14 critiloti()*, .,,,,,;., j1, ,..4)q,,t,,,,.c1,,,,,;4,ii.:;, *gAter01151"'f,;.7, ' " '"t', ' .',!, °,lf,,=a• , ----,•• 2.6 Bacteriological Sample Points a. Temporary Sample Point 5 EA $197.00 $985.00 b. Permanent Sample Point 2 EA $1,726.00 $3,452.00 2.7 'Meter and Meter Box a. Occuplec Property 123 EA $203.00 $24,969.00 b. Vacant Property 2 FA $180.00 $36000 2.8 Back Flow Device 123 EA $225.00 $27,675.00 2.9 Air Release Valves 3 EA $1,782.00 $5,346.00 2.10 Conflict Avoidance(Deflection) 3 EA $3,404.00 $10,212.00 2.11 Temporary Connection to Existing Water Main 4 EA ' $1,907.00 $7,62&00 2.12 Remove and Dispose Asbestos Concrete Water Main , ., 4 065 IF $11.00 $44,715.00_ Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions. (No additional 2.13 payment shall be made for rock excavation, replacement of fill 1 T&M $61,000.00 $61,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. ,:-.'"-'' ''-',-,''-4 11 6 t7.,`:.,,;`'(1' iAr.. $551,463.00 .'`.`,..r.477 .'' i:•';' ,,,,,,'.",, '1,1"tt„. ' .,, ,, --- -,- , , statos 3:WASTEWATER$Y3TEM 3.1 8-inch PVC Gravity Sewer a. (0-6 Feet) 1,020 LF $75.00 $76,500.00 b (6-10 Feet) 3,170 IF $83.00 $279,710.00 3.2 Sanitary Sewer Service Lateral(Replace,Dispose,and Reconnect) a. Single Sanitary Sewer Service Lateral 130 EA $1,247.00 $162,110.00 b. Double Sanitary Sewer Service Lateral 4 EA $1,197.00 $4,788,00 3.3 Remove and Dispose Existing Gravity Sewer Pipe 4,350_ LF $6.00 $26,100.00 3.4 Polymer Concrete Manholes a. (0-6 Feet) 3 FA $3,952.00 $11,856.00, b, (6-10 Feet) 7 EA $5,763,00 $40,341.00 c. (10-14 Feet) 1 $9,196.00 $9,196.00 3.5 Remove and Dispose Existing Concrete Manholes 11 EA $531.00 $5,841.00 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole 1 FA $1,931.00 $1,931.00 3,7 Connect New Gravity Sewer to Existing Manhole 1 EA $1,931.00 $1,931.00 3.8 Conflict Crossing ThroughExistIng_Box 1 EA $4,932.00. $4,932.00 3.9 Road Restoration-Stabilized ubg 16,000 SY $5.00 $80,000.00 3.10 Road Restoration-Limerock Base(6-inch Limerock Base) 12,280 SY $11.00 $135,080.00 3.11 Road Restoration-2-1/2"Asphalt(Two Lifts) 9,500 SY $21.00 $199,500.00 3.12 Milling&Resurfacing 410 SY $27.00 $11,070.00 Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions. (No additional 3.13 payment shall be made for rock excavation, replacement of fill 1 T&N1 $110,000.00 $110,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. Section II-2 107th Avenue North Public Utility Renewal 1 1 E (7. itier CoxtiitY RID SHEET COLLIER COUNTY 107"'AVENUE NORTH PUBLIC UTILITY RENEWAL tyrivi , ,1A.4",„• * tr,./ 4, (4,,P, SECTION 3 SUBTOTAL 2 $1,160,886.00 1-0,1 lttm 4.1 6 E-xistting Storm- Culvert Removal and Disposal 2,500 U $6.00 $15,000.00 4.2 Existin Storm Structure Removal and Dis,osal 14 FA $531.00 $7,434.00 4.3 24"'ADS Perforated Pl.e in Water Quail Trench 0-6 Feet 1,790 EMI $92.00 $164 680.00 4.4 18"ADS Perforated Pipe(0-6 Feet 740 LF $65.00 $48,100.00 4.5 24"ADS Perforated Pipe(0-6 Feet 2,580 $88.00 $227,040.00 4.6 24"ADS Pipe a. (0-6 Feet) 510 LF $71.00 $36,210.00 b. (640 Feet) 650 LF $94.00 $61,100.00 4.7 18"ADS Pipe(6.10 Feet) 1,840 LF $78.00 $143,520.00 4.8 18"RCP , (0-6 Feet) 170 LF $68.00 $11,560.00 a b. (6-10 Feet) 60 IF $119.00 $7,140.00 4.10 Concrete Mitered End Sections 4 EA $1,264.00 $5,056.00 4.11 Type C Catch Basin 13 EA $2,065.00 $26,845.00, 4.12 Type C Water Sedimentation Catch Basin 13 EA $2,177.00 $28,301.00 4.13 Type C Water Sedimentation Catch Basin w/Weir Plate 1 EA__. $2,293.00 $2,293.00 4.14 ADS inline Yard Drain 87 EA $1,031.00 $89 697.00 4.15 ADS Drainage Basin 4 EA $1,568.00 $6,272.00 4.16 Connection to Exist'ngStorm Structure 2 EA $1,803.00 $3,606.00 Allowance to cover unanticipated cost including but not limited to, un-located utilities anti unforeseen site conditions. (No additional 4.17 payment shall be made for rock excavation, replacement of fill 1 T&M $98,000.00 $98,000.00 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. $981 854 00 Arn „ .•;• „ MITAARy, , , Seetion Generat $1,143,472.03 •44 ""'")‘7:214:0;.;fftlna ° $551,46100 • -frifrIk7-7:-kk, , . Section,*Wastewerterystem $1,160,886 00 4-4. • A 1)1-48 cr--- 1'el? "1")I $981,854.00 TOTAL $3,837,675.00 Section -3 107th Avenue North Public Utility Renewal 1 1 E MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is rot approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications, Company: Dough's N.Higgins, Inc. Signature: ge4 tuilirtet Date: 11/22/16 Section B(Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL XCEPTION MANUFACTURER 2. 3, 4. 5, Please insert additional pages as necessary. Company: Signature: Date. 14 Canslruction Services Agreement km Pi Agit:t ltilkms:Revised 08312D16 1 1 E LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requ rements of the Bid specifications, The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2013-69 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, Out not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project, The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. ,..... , ... _ Major Category of Subcontractor and Address Wo rk ,-,r- , 1. Electere* , , ,t - Pm' - Fir, 111.-4e,..s TEL- 2 . litiaoneriieel .ati ..41- - Ze lir (1 IL. '.. .,in.,,L.s • i 3 2 ... ••••-:, .-i an. K. - ti..,__e4. i..TA R 4, Site Work ,E.L.t.r-ft\,- Tr ' C: ",-. 1 '‹ t 5. Identify other subcontractors that represem more than 10% of price or that affect the critical path of the schedule Company: Douglas N.Higg.ins,Inc. Signature: VreA, 1 UattW" Date: 11/22/16 STATEMENT OF EXPERIENCE OF BIDDER 15 Construction Seraloos Agreamcnt fa Public Utilities Revised 083 t2C 16 1 E The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference 1 See Attached 2. 3. 4. 5. 6. Dated 11/22/16 Douglas N. Higgins, Inc. Bidder BY: • 16 Constitiched Sarvices/19143E1mq tot R.iblic Uldlles+Revised 0811W1( 1 1 E EXPERIENCE STATEMENT' SOUDIWESIT DIVISION 1;3322,p Ronan n88-31roft 2,188838: kla Oar aulop Srallar£02 Rollo biLlEdion Jcb Jrfen2,38 .14881.11114arrak OvIri,"1 ON-4,1(1W4„ 1171,*0 )1J#€ 1t. IU1a.UlmAity PtCbi•I ia4ral PI<Iflfl4 ooly l'innIO1/114los Ftirtairlfl Pr4ron3'21811a3er11orit e nicinidaro rot 330 Lank Tafohtn,1381 3301',All 1 eadorol hap,Ed.EL 34112 8i48413,el_34112 (73111 2E2-4218 (MI)252-4210 411711100 414,111,'.E31!3BIL 1.111,121251,j101111113„:'r.5141E: 111A 1.1343cy Woof 4 Annolykkon„PA 128011 Rol no41 31103 Via Del gm (lariat sloop',rt.34134 Jute 3I 301.81 III1311.1171133X411i havonVor 10,2005 ,F81110;...818,111n1A788831 $47,400-40 TI107/1K11,74.2.11511.881.5811L $2E111,347 E7 00111,14ryer2440,-, nrs:Amt8r 3 2%0 CrE311.181711881,3818 441130,3814 f.'45.48z.10ftatkiat IIi8181731113880 Porrtp Mat on 303 oars/0a Tear cot al evintma pornrn Ivid 1)018, In/InoNti d raw 100 HP pllIfOZ 4tr:1 itweio,d 34F pip nElyonnnocl 44'831187y d3fro ulion with a 33.041))GPM byp.oas svnlem 81 endromoll0h1 condi non. PM2aft.rInj2 Ungant a Pa14 Enlvd.killufolvarn8 1.81nov3friuran Prolont 148y, 111181 4 Sower:7.16lions Wastavookar UI Stamm Phase Ono and Too 3.7vionr r503r,-112,thas414888tial 923%.4,7 7.58.1ms.5 P7818.51.1.43353wr JUIN: COU,Courtly Skarrowahri Dokat. Moron/Inlaid UllIna 28116 3 Hor%enlme tad we 513 1.4am raniti Drive Naples,III.34134 Marco lIlIOrfll 1134184 vnl rilr.413 James Mflnr,Pak:WO&a 1230)252.587E1 (11.311)304.3850 Ean17348r, M.430.8-7.f.tem k.:344a, 1 A-4741810-0)1810. 13 (42a4 Minor& sai4n UCryIe ENIlloor108 Corp. Sam vt..3 Del Rey 4415 P.14ro Pkwy,SIM EA F01143 Spit tgs,FL 134134 r1 840,3,SI 33810 Davnl ORlanill.PR. 12.991 278-70411 (231$4142-1184 cri4cl Pifl.. iurra 33,31)134 C399kftrt,. may 20,208 1rr! 2311.11184; 2/16,77.E.13) 1710731.C.111,114c.1111111114111 41.717,1115 34 mpitirria Data: Clutabel 2.211112 C.91118114.11141 P414, A01123 2010 27311KI.C105M,Mykil glf 'rani .,1I,tar lit In 22 WIT tiggpa gxlem I9wider-Wii omA gMbot*Img.<1#. Irn1410 4344,1114gl.ILmtNale a,lath COVItri 5,I'`10,girriliry WOW Roar trelgr!,MM:,t1Fxs7.ot Ifni.lit 41414,14M rd Irlimi, Ma4.1qt P 41ip Station 101,0,ptcw.srerol ETitsumfy,,r Poet of die halsynin LInehanicral& Work M MN'Wel 113 3 if,Ivene Arldrnnv-P1141,timalmocx2ter..2.: hotvoJ,Jsiesintiom,,P114«.#6 cab,. PoblIc 1111,104 Pnri 41 The.,fanst C1)M.MMAitl,1y 0110#0 remarlt 3301 E.I ardinrollmil 100.1 74111Clal Ildplon,H.31112 17:10)203 4285 Vrelitalar Amtress Iejkpoe,, Etrint.53,/141.8y/33:,Ph.9574:,.. Arrol,rnarhar 8,Wood Age,Jaz. Ho*Mortion, 7400 188kiatri Trail 14.,Sto. Euonea13123, Nadtan,FL 34138 1,43013,FL 34113 (230)501-3111 1339)2114 2t 8,.11)1 PAO, Novoubon 30,21:00 1lo11111118 13h311: 08cort10134 21,2003 EinriCrala311l43j2lu1 3147,534.82 '.:.i1141„C9r11.0.;JALrigAU1' 31015,490119 rropirli on Ilatg• .42,vaat a 21143 Joao 2.2011) l'18111CLP11111:12012.11 171131014 0,17,411,11115,1011 18.11 al Of"..:11,AWn goletator 91MP.14 1131 Me,Itiritcoi a r 15111112)1544315 as nor:Inked vkIlh-A11/44 water*tall No.3,triLludrvj law wHt ouv=p,43.44ia1l,040.44,flaw 8880 and 1d011112114 tierrucev.,RI trill No,3,,wHorr \Sturtui 4toirl$1404r:_mU4Ga1aetsi II 115 xlit 1 E EKPERIENCE STAltIvIE NT SOUTHWEST onaSION .r."folarthaaa^, Liao Park Plaaa 2 fro!wow/et-noir; 840, CI P6:44,4 I'..4,446 I prOteeM,1,11-11 P8884„1. Cly or fthtno Island C.:111141f CnOrity Put*c 110%4'46 !..4:1 Iltil 566.p1 0446 3301 larniani 1 Easi W4 IL34145 r'iJrIJL 241 12 01.111,4 014416 ZiO 26S 4.2!8 5ontrAW A1410,43141 Cluim:444641u Corotorterthe 0.1,-sr.A11401,4.1.h . vki Starttoltl.P,F 573 Nita RIO Ave r3.riltiV Map)! 1.41441.1 0:0.4t141..IL 34145 3603 3/4 Col Rey (23P)284,1ciai analpii4 ,i 34134 230•9474144 Ctilt1;I„P...018., 4nniiciry 19,21110 c7.11fSf1c.f.114g.; Apo 29,.7010 I.E1A3LQP13.0..SLACOrtra, $3.40,100 PO 1E170.1.09.9tTA0t61119.SLIL 38`0,3,0V9,33 I c.ritAir1g90..D.110,,, Iterti 3U,2011) IL;110711,311311..i1W8”. .1nottory 2,2011 PLUE....,81DEASP88.88. I LIP. 1064.Uaill1W01011:1 144 410045 NOW 414111111 4v01kWay W04.101 UM,1114a 145114114410g1 nI naw vorfor SistritOrtilm pipe,4111 that ocrietmts to likt tint 11111 no Nina.now Lilco 111,000110,new poltoan-4110.11Of uilIl1U 1211=115%38r lranstrrlistan main 1831 goes into Irtri4Ittt ]af Cnpil gtcrn[WI or iTht.1 km41410nl tir0'ciiefpparl 41106 LF or 1 r otc 4roao F 01.6'PVC. 1/26,',00,aEo invades Inv talaitno taf ntrw.'scortitur Mort a 110 truss trunrwttort !tlot8tte3 al orlon st,ttivice.lotairan.Mato with 3.4ru4zill fit4t/ItO flyttf 44- rind Mad tv-V1ratio6 111.01,1!Apt% V.Infen!erry Love Srci0t1i .coi1Lon p1480 E•uimir MPS 1114 Rod-rimed Writor Win Stills Wolof Win Imoraw3nonts °Vern ...r:41.9.t.M,t,„ErO1OSIM8909q..t....E.1.1.9.W. Q°3.°1 - (Ply tttl P.4,567.41 I Afir d Ceitiet Cuunly PAU Uiilhso IMIrr Smola Utive 12011 Iornionti irort mama olood.II 14149 11403114,11.34112 Timothy E.Ptutct,P LI.P .$.(::Wo64.4 1IOV14.4f Shao1:1 StkP.it 2;ift 600C 239-262-5345 L01110,191. Wit1 EI94, Lratforof Aralrera 1PEC0,11 104konic4i t3wvicea i .. (4.4160161 and,at14.4141 4415 McIM Parkway.Suite 404 1501'tioylay Lone.SAP)201 Fort Ltforrt,Li 3191S Lott Myers,IL saw, 88Te8,! MIll,P 1 Kevin H aaingon,P E. 230-279,794. 209.2264050 t.111.M1.28111t. •March4,20111 Ittonn ant Oro, rtorti 27.2010 LIErt.cOttirritiAtrirNft, 31.331'81 37 IELILLSAILf8113 PrfiPtt111! 11245,018 c9.11.1P19.09.8Dir .: Ltdobor 29,2010 [P.99St?..§051.P0,if, J3Ouory 21,2011 P.1.49.49..rractiANOt i11.9101,PSKflaktni 18` i•Itn-trxteriml to eAtlUrq 35*cuoto von wateirn*n 1Contlt6-jfi of Aftororr 240 LI.of 18 tott.lt and 18 inch ffid4tr1414.1.1.041111r(011414011Ifilf1R1VOtilet113 to a wtoaravni aarnaim tiation tducrp1 coo notirontol clitter3lrr484311 roatiwoy cito:50.1.,4 awl of vim li4pIyn,aorrt..41enorictort,%rotors. connettlran lo trxisting otolttlantrd Antler cook tor it-043e olives, 108 nor 0l4(131i405.tooling,DM!WON now r3c1nimert Lt main&al 3u tpoirn3 ataLna lotto tomato-Ms p1141Mr:R„ $.V47o1410 6,4AS16A461 Reeskoportex SotIrwt 1,1 11 1 1 E E tit ENCF.STATEMENT SOUTHWEST DIVISION .-„. ,F10M0,/%11,119; 11111440110 fI(' rIilr lmouctimt Improyomenis jewel Azov; Pottivoli(Moot e oat,r1 Imenmitent aria 1,/„rffiet (ofilf Oka.- YilliIIMilIdeffil-ilPedffi, C011 o Omit),tianod o I CLonindatialoa Imo Gotitny Ruara of ContitoCnternooltalleld Slat Tom tidal"(AR Fool PP.Boa 3(41 tinimm,I I Fort Midts, 33902Mitatt Motto Kititrur tilif4011 229-1X1--111,111 Fild.1111101 ALIIILIM..„ChotY,; ALILIA{±p, Firm, C,,,u,11y TECti TX,I.n Itilumottonoi Vidin llet o a Ann Dr. 04141 1-trot ,SO, Mt nonfat, /1 3411M I an hilonto 14 'MON P.tcric Watt:Jr.fr LI, (230)512-41140 (Mlin Ao;mot 2,2010 43..111011 tomo f mete-Mot'14 r.01014q1 $5OII.P1 iii r.DEL C-OlitILDILLAPP)L I XS„420 411 (.41(1A2,1211111141i tOrvemtim it.211W (211.110(1011P(41I; Jurin 30,2011 1,4131,(ISIM211111" er2140(2124(4111,111II. Stinotand rid eatteettittont veldt bailer IlorElt .no 4.0.1etk 01 Peposti(Mint st10t1 01 noroilamt. vxlfffnal ,tOntlit orr thPla Sidth,a llito 0417 ocru p'Wow,calatIcl tonrrrr intorno-I loorem lit Mu%man Jinn, yrnrrirq itIFF FaVakl 'tnISI4tital Peon((Linda or Pie Ininroptgr MGM,irrzrIriIInlj OS 11 ma 441 LiitiroLi excavation no port a..sskr.1, r.,ent.let,r*K411 lb top otemoltdino,tin tap inskt41110%shod plimi WM'Vtlfl iflYiallathl n wail an VINSI ffiSC•tut,11 ?mato inennots. Eroour(Ntiru I4nrrrn Coutity Water Horkortiotion Vas!ly erstisffilimi oend-koddity evonly Gtotol.notion at Flaw Motto opoommient Ph/04 2 1040110n Weft SlIffittSe notlilioo PmfiLLAIxt-1,1.-ersvu_Ninnatr, elltor County Nowt of Cowl",l'lrraa mats tan Ccionly Solid taieole fIlveinn 2201 Fttol I anirdni tool 111930 uciontrort Ron Ntsple,,N 11, lt4l2 0.1 lI04r0 IL 3243115 (donna Noottil(St Fieloct Mat loetIon I 04101 Solo taMme 239 252 OW 53I39I1 ENwilLIIIIvavA9,LAL! ALLOirm:„...PDon. Htne Km too Arrintalt;IrE 950 fle,Of n W41/ 1431 t Mani-mato Alm.,441ni.lel hitte*oft.11 Ai ill Fml yers,FL:i04112 2.39411,4,20130 rnmita ROY(tr,owns,-kw nottiM/olf 14I(1141(4-win 2341 236 43411 11321 0010: May 21.2010 IMIdla((PAW Intlaittv 25,201i 444 clidflold1A4toodal, $122, 100 Olna_a_kritald(411120/4i $1455104411139 IN,v,iort1Ler 11„2010 c9W:V011R(114.-% N0v0111b0f 16.21)11 10kc4 iot3I1unEliacigl_r21.11611,11/fti (‘Ortimh trot Inidmill EC)'lark conontictinto of a 2 Flans 1110C-141e 31014g"F Pcni,10144144000 ul f n Mood!0.x Imo ti datedt,mmnnrsolnroti HDPE fripfra IfFinar11 ii kractiate, imta,latirm On iris Iniectqn Anil mot-nordelrin wind Ms ladolItin<A 0111 arm(101 preaoure(rink 4<rm on III 0111114100,ln11lntlll01fl ea fiwat II,00 a11110.1..p$,trottfaucrr,arra mIn*lo41tor.Mtn vorw.ILI E•cof wurI19 rronrutmori,torizenttd mote or, 1rej001 a 11111100000111 Motaitolion el MI oode awed oleo-deal mot complIcaled F1lidme1ttito0,.:rsion't 13 c.....1101r 10,Itsri ode it-looter el tooctiote hoot 02o laud:Wage pOOrtli k 2 mn inn:oak:so mit Ft ii.e.tx tauslick 01110 Tao 0;10 12 0,0 1 1 E EXPERIENCE STATEMENT-SOUTHWEST DIVISION I.Pr0i9.41601.g.. 1,41c.•P-4.,1,Wale(Qualltv ,r,i.w crec Inor0 .rp,',Gs1 Now Ewa Nniples..l$alarm Cloud Pump 1,.-ri1 Faft0vamon1. .Pc.it.110.900 10 qte,9,P,„• J9'1171 g••P1-01c1Y,1101,1111L.P.AM.:: 1,:1Y11.1c1 ..414.1 .1'.4,211.4._Ys0.0Astvi„!.PW!oq Lite(7,3,0'14 i3C1114 of'•:,01.101.v CommIlvea.toqs City al Noltes-Ritz thil4ie411,Whion P 0.Box 390 3f.,9 ITwixiet Clete Frul Mya,t,11 AlillI0-)3944 NaP100.,FL 34102 M961 0019904)116 Ct.V06 Ztatf 235,03 4715 1.7.11airteor-Po,PIM KM ErgieeetThy.1)Stove,tim,We lava 1 sx:11 5X41 Lue.6IA1 2131 Ent 1'5t16 61(991.131.6 1666 L14646 Mull.V,,J74971 144-Ap1s 0.3410? I 1),,,14yha.P T. faro 4Tei Vagete11,11 E 2as,.332.4S65.1 401,839,3955 01,q4;.1.1.1t1Ift AO 26.2011 L'w16-arl PAW; tilafth,ICU) 2i1l0/111,1010g1/471911)1t 2487,195,00 f.0140etiefiel ATct.inl. $2,30(1,020 ik P13013I° Cklaber 30,2011 r,F.EuAtiW.,c)010: FONFiry,2011 Etc,,,10.c..X1 lwriC.01k% euitxtikAgripiin .. c,crixixochrig Iwo ff4tittional c011(101 Of'441,064(CS 4 and 5)Pr c Meth ce lieffnne,rtherel nf high sv40e1 pareps.frotatnion ft olecietal eu,rent low oatims mut featta elesphtfit 4:u!te a 4 flit:la:A-1h a id 1,0.11-1 l'Oniri.,i 604ocil ronelfiestier e VII)thehollathr,f.00iwe rids ta 1N,wool 2101 The two existing conirat sif uch,res I0S. I eh)P1 ohnetates Vittlanalloit as 01140 W OW retchWeal,06Cf41.460, V.,e1 V 911X;fir oil by ihvalitax,'0,11e plee 10 redwe flow,.'nFdtc3tith040. al,..NINF,,a1 and rsetanenteithh Wthhowel0001s.at two hhasliA1 *heft,'CE, ibtr P(919Cit 46n)hwehhal 000600 dril Tor.111.ti 41 four 31.illims ex htirq poll Wendt,19 91Y6i91416(61V16019Lti by 6141(bib 9366 ex,-1W.1:w-,11'I oil 661666111109 1100 09911r 6 of hall xe,aelfantl vearistisp. th2,0,4 tom)) 1,101004F Rah air E 9.,kg:qv r-,,c1„..ot pp-.1.1NyLt.f.,, 0C101.01'I F.falerinithon loll 0000010 goil...71.,-..WP:Ta.,171.M11,,029,111:111,211.1. 11.111E, Dics-. A:142045•Pr9i01i fe,11111M9L.;Phote, Collar Co:alto LI ml a co.,,,Av Coa)/4)Safrow) Calker Cax.nry Ph hile Wale% 330'Last Twrilahi Tr.,) 3301 :.Tailialfh Tteli 1,10131e,Ft 341,2 N4vEr4,1',.34112 Claude,hiext40,Sr,Prniert Mut Alum Flthotl Pf OWN:avow 239,252,8380 MO40.2-5344 allAtrIL2)4,01104*.,„;110.[S; E00001•!Wm, 10.-iirw..,13Artee Vire E.egitifehitv()up lotto fink 12 ftellteel Ave. MI Erlftit Pine Sfrm,Ste.1030 Pespoef,1131 07977,1)25? Thiplux,IL 34102 Spoon 1010100 Jormitor./Vo0d011:P.O 906.2.34 1 000 01-810-1036 ,c22034.91.,,Uffift; :Lik, 5„:201'.0 lc rouge Mite' Jurk 17,2911 ,901)W.T4"21-tA1a100,41): 5143,0(0,30 iE3Ig1P0.0110c1i111121,0; $90,001 1.0 a9111.01.1120.DtPi Navetnbe...14.2011 1.c4.0V0)1.41t2ift Nonorot,a 3,2011 1*0.D.111.1011.11,n IttittiinVIVI111111 :14:101I sketch pro...5mm at 1.2.3,5 mrd 6 ir..56,60 MO twisting eh mine lord Ines and(hstsliext i hhicale to)htust a rinlyzem Tritesjkfirne., fiCWRI Deho ihjec13a0 Web Mel Moo,rooatement prd1,54.mtm ,1,4)Er CroWlty OP-IA St gowl0t Kovocolpor4 0101N V400401:411 Di'wt Chef-ST p2111r1oo.,..P.14,11.ELIt010,75VI.„1°!!-,1f.,M. Vl.o.MF.,„!/NOITIE,J170,01.10901411f1-PraVifF Calor Ca;,nty Public::.uttilext CrAirn Daonly Put*Ottw 3039 Tatetem,1 wit F, 1iia 111.13 3301 io.rnimni Tr1,01 E.. Nesege, 11.34112 Nsives Fl 34112 <00113.,i PLIJef,1O:469i Wan@ .166901!..36fbili.11,PIDOMt Vilpi1)rrr 2:84,2F.3,25134 329.252,42813 grAmq:7gr. .1i.„-:.ft.011.0.; ,I.:AFF,111Y,:'Ar00,044-Jttaa NM rtrA 01,txt,2,jje; ,.ioluorii 10 2(111 .(091/10f3 WA-, A4t.15t 10,2011 En1,,c7,9!*:4;tAlivoilnt $24424.72 LA11,10S94.61113M; 8158,G00.00 cM;PIMPf.,,P.alt StrkurtN 11,2911 (191110747.402910. 3Iptembrr 23 2011 l'AM,DA,WAsla. elq*O„Poqlollprx, 66,96',Y41 CVO.061:61N:W491:LIO M135001111 Flow kleteu:oleclito, Feu,If Ohl TONlift 96 V*19chrti6 C10.61 tjygi'6;intypfjpri sr,,,i me,xxhitycl,cut:provided aari iriF4Ailed 24 Ini.711 tskma:, Ilarlo,4i .`0,110.plmt ilo404.re0fl*Al2g..w,FMW.5441.66'11-111310-'11. 1 1 E EXPERIENCE MATEO-ENT-50L111109251 DIV1S1ON nit Metes, Wyreile,atm footle,/C,-,0 111/0-mvaila1 tat 41 fa/ tyytstlittde: NIT:Will Clemplianca Imatteance itydrires&Valves .91e1.101,...1.\&11.0121.-,..r1P191,c1P439410011„,.,,,e,110r. f,...t11"10t.,,,Ndist04,,,1149iesi tadeasstr,ftyv,v, Cotes(114,dl SAC:att1f 0,t-92,91102, Gofer 1,1stanty Buttez UtIlitias 4310 Iv11:11(1,11,1111141 ANK 1. 3301 F 1 tyr Itati itai Newts,El 11,1111,11 1114 OW 111. 14112 Pam t 2-0,4 pcMFl 59111111,EtAilf 239-2111.0719 -1."11101,1015L/01drop,rtiona2 rt113 atm.,,N44.1.01.11.,.P1150115 rwik. Hem Monies,Inc_ 950 0nbare Way Noples,EL 31111 GItttout restc.er FY/ (22t4 2C22251- c.t.r)Itt,KI.PMP.. Seflember 5,2011 1.;001riltil.N.:le; Itattemfer It,2000 ti0101:299001X,A101311111. $148.355,C0 fatISsAtA4s1 Amount; $5,991,10',1/31 t010SPO1411,„.t.3 November 21,20 i CATPrOdimUllbY . _ _ __, Nay/saber 21,2011 'PretSt.1,1305,010,0911 Nft053-Paff4001c311; R1111101401151:1141.,13 r4i.:, --lyllfrini%&vettlee Upgrade to massing rt,ita sardad systete. MIN adation at 4 rith51 1,1111I111,15%4101111511)13 IdErme Vttivas odor eardeal ureIs COM11111116/1 Cif MO I/OPE Wel water 1011,1A 11 1 r F1W 11111 ng•,Salvofi slumps purriN. Repairs alit reshasevg of ovitEdd ponds tfpgrado to 0711511W MLb Aerdtkm batmskoadteg pge 9/01:tie ditiveatt",systen,s,canttitegte tacemm and 114t0-Tentrvadver.E. 111101111M11110111,:pfe11zimi throughtail EEl tecidaidg ponds and Avva(4 i, Upgrades'and medik abuse to CI141,1:141g Niami 391 supply systems ri.12 .9.11-4,1111/1„: %lards lb 0 Beach MSTU,Neil ttltraeUesettAtily Bypidetatptis Bells Terra--.tatidsen,Ett-sitep irrioation . Pe nanto MPS, • I9vid1a t1.15.0095.11.-,:0.0ti•ttg.1110,04,104,RAD.P.: ()vile r -ittitimss-Pt 11003 410,901,,,,Kip= /idler Courtly Pahlis Utilities liabltrat Laltss/IC 3319-remittal I net E..SM 2)2 702 NW 4214 Ave.,51e...031 Naples,ft,.1411 Miami,ft 3S126 matt sun31F1.P.F.tRtolaril M104101 2O fIXIMPS1-,./414100__Plikowi Ettyctitt-AlitIALIJNat Mak atm F1114111 attic Empleittmeg 4315 Melee INW1,1,Slit 523 10511 Ren-C,Breit P141851 1 t Myatt,II 31919 Fli,We's F.33050 233404,5490 citiotottLI2Tit Ncteettiool 29,2011I c.tiotout Mo.; ,....„ ... ItIncttp-Atts 5,no 1 t tett S2t1,1111tel N00.1.1r111 57"?78,5(1 ugicautirmitAilg,,,,ytt 3103,/12 la .G1114.111131,1Q111,1:11.AtI1 JaIII.E.Ary 17 2012 I(2.1mItlOtat..t5, Jeattery 111,3312 CE0311.04E41t03441191 Pr eiest.flosliPAPP; ,ttoottte,mrritwatatmttortowttnk Cl spettir491 pardons al evieS0 et MO Repince E aItglitg Irrigation 144111 lason etas a Ertitirll5.00.14 pipf1t,111014 laill,511 cur POW E oaf E-Ner,water Pipe, - ;est mes11/.114,15111131.VIA1V elk,letat foto/49s,'rest asset iigieci and 0mM/dulness,reamvadn3,pipe tdattingthmittilietr,rpticitx1,sod • I testelletiot,di$11I0S41111 emu glad 111911111911$44411,re 0N2dy arid 0111 ... itestotar Cl 1 , st,Nveler BlestStmed II it Abe/01mm Sol-meet Ill 15 I CAf.'“ 1 1 E EXPOIIENCE,STATEMCNT SOLITIIWEST DIVISION !Eittitik,312.29&312 41 tkiiketirikinleril P,LoAckfilarim kitakry Cour4 C,cnistriali4-13101 CI' 78 Phat.t 1.S1f1 Dtkilriap 1).*fg5 ”Artirtv, Prgrost7,4artarioLE59r„. iNiod_,Arittrotir. Ftsle.1 Moriaftrit„.,,r11969,, Cod Or Co,.atyJSlk Slifitios I erldity Oarityt Board a crorty rnurti. 13so1i Tft*1 i3 Sto.303 PCI,Ors ti0i.r lilupks.VI 34112 P Et CaWkev!My laniira(v ciLPror,..51 MU. LaPoto Pi 3:61/6 234,2:d-112;9 Slmod Porker V63)677,5222 Id1111.1001.„-...601.110,:i.110001, I V4116.04.n.i9.11.017.6 tersI ticr ion I .1a111150FEEKIMMlipo 105151 Critorrsei sVoy,Ste.Jori 251 W.idol paatio6 Aso, rate FL 33920 t al.160s H.316206 Lawry Kitson,P,L ilames.V,Loftin.J!. 233-31.41,140i 0413)0-12 0524 2.0tratlit2r1g1 Ai:Liu:a 23,201 i19310.(A.A.M.i Ottirotot 1,2011 Ipd ir...7.440tAclAtopool, 126/,222.12 kkyClAtaAtincilikkk 0235,til3 07 cr.t..40trielion Doter ASO 26.2012 qoati41t,t.Pot:Y. Jkly 10,2312 55 512.29-livitatiiktInent exionD PS 512.2F b An.101 new.ti1W tioraave 411531 milers,/C-nnuelebax culvdrla and headwall!, 06009os phi-1y,nevi'Oath 643 p15,fttvet,otw pumpsod is'I probe. Irisi36rd ii634040 goaititord bosh&ditch blort. sand Meet /1110 arm ild63 oats tau id OLI 0311i Conlrol panels tP 0114 ri for nerve piP -Motsrk icc slopot.66.4 retnrot OP at soralos ail eeinrienenta New still 11601e,0 larktinakiingnoildirs <M100m,motors Jird phut+wairtirolis and aaptiolr. PS 51.2,41- ol dthSIln5 PS 3/2.41 to,a4,101 ne.w tlIWl lirolil fitUsttliVi picket/641109,rip rap,Pratiaor Mao,sod, dads:goo pIpi tockoot p4uiOilier,.pimps,Om Pica carirol potato Isiogartit god slorrip goner airg,will A11,n ow 103mal p alaim wtt,mat liana 10punoP 014111,1. Promo),roes.6.ro akin I 1111011 in0.1,0511-r3'Ansa a ono Wig arm stone idiradtrap,fly, !Froltol Rota 1,o Owit, Got tloSdreoc jt.4ro Cr/N L1,akr IPAt4121,6160.1147f, 51tipqr StoolsAemik Owing - ri!f9.1544.7.440.110511.-I t3f1.e: row CCC load Porno,LIC Lopkielilr1111 Snr no 135 Sw 1.10101135 Ate* g WAIN Prow.,11 Rood Coal r33.11res,IL 33146 1136Szi Proirnos,FL 34135 (7311)040 r.126'2 David I iseg66 Nem,',,E119.11.6; rg.'111612,01.',1111.414170.;,,,019110.1. Priginspla rooirroorinp tato Wormy llenbwrc,Inc. 20100(Addert5per Pkwy 2221e airrnon1 Cl *lo II 24156 blow,FL 35025 Ci Stavin (210)Batt 45-05 232 262-2$00 zintiari I,2012 (,%„Pr4tCrit145U0 IS 2011 f3IPLC341.1135iltaO301. 1363,6e0,00 E)ttt 1391451191.N1I.P.W.t $17S.724 ,3,11y 13,2(112 %MOOT Itoolornber 28 25,12 P2.12.116211Q1554.143(5 Proirt DotrirwijaL an at ogistao sarrlary sower'sysaiorn from Arsgla family Fiousli tvtd Ins141160 Poiltaid Cameot COO t!4110 Oldevat4 morn trios I owsii IC ro.iktiattry Nano layroil,row saly vrator 000' 1110100511125 of Michigan 1111050111 00,414 kbach Road 110s11ic04r550'orator,diairms sytOewi Ponnorlsosio Aor. Project consh:iied 0/722011'10 sidawalk. 15, apd1150 ridgiorcria orgooritri plpo moot ori arid sociloris,yard tagina,ttmitut rit,01,04,rooT lippfeved P1111111 lIlt ranter134 and,signago,IJrtplrfl 004 various 110141111110 time SA-'44ple.,. dio.AStittli I 4.""4.,f,eri,,,Ific*SuAwnt,t 01 It II, rI 1 1 E c XFilitiNrr STA T rztAFNT-SOLITtitVEST DIVISION 17ttakts4 11.40,9 imitickt4mt st.ttrisator f,"}:t...y.,Mover I immoontertmo 0,1f&Mee elanne .(2elneftry l'f1611010 fMritttrItat Area 'tot 11 Ley Stoonoffnee System tmerrorroan14 ..„ Qtf001.2-611.410.1.7';,t-lirtttl m70,1410r.,:„010.0t 4„),Anttr 64,01gIrt_:•„.V.19,X11,101V5141-Pe-VOW_ Carta Cuf.fity El 0,3td ot Cn OM y Ceitt,rlii,55.1,$reir%. t C)ilisa-13nurey/Lewd rif CoAily-Cmtmiasicelars ItritookaIno Arms CR& IBarehato MaMetoy1113nele CH& 11tat to I Fir St 4CO2 Flayol iota 124R Immo-1:3104 FL 14142 Napier,I.:1 gi 411g II...ladle'?Purtiticti] r$$Iiitgi,....AgrigAlt) (239)307 4 17.1 2202 (23,11}f143,1113. COM Sylith,'ttc. t.7.Grady Minftr WI 2otlort P A. 71210 Wool 10s1 SI.8400 7000 Am On feey 1'oft Mytm.Pl. 33031 Narita Sptomt.,1.1,34114 Marc Eresrlori11.,P21..I'E Wont ttormitfl (230)030-110111.2 ( 0047.l14. L13;413110.C/1101 jrnooto 24,21017 „C.310),01LtAtie 6/100111 30.7312 E1001.1„10L104110F0$1Q11 $2,f90,022,.14 F.:k1.).1f,;a10141 .01.1111; 51 r't 1 Fri t20 .1L15111.111.101100.4.101.212 [fermi rat 212,20.12: 0,0tritt7iiMartit, r'etttiotttv,„2013 F0710:11.111t*PintiPIL Pftliott,t 0013,51)1ri4r11 711) 011.11114 7221111)1)13101111311 p0.1841(1 Onatotritiattey 10,53C 12'31 'Ws ptelno was 44o1gred 13 f1(irrrA5 Ir-awn lindriitY3 irr 001 TOCP oterm stmve,ion0423 19.bi.le rgirkvirrlifi 111 and 42 iortitta. Itionm.,it Malortay iteonyee, Remove,of 0412114fi 0013012,ittanrad er.irt NW t croglpIrreir III gl,Sornig,Irbiali relit Of In mnkrtittert a rti u'' irettioti arid a,'ivipagria,1'0 rtitO ti lieri,t.t4 ov0t-10,f2.' I F ct uveal pIpO, 202 L.$of 4 213 bttt.ti,„tilvott 0,7‘a4te1 to 1(1.1 n241 atl axis]00 rnztr otter 450 relimmi erao,3'3C drivawaya,relradingketliptutml at'9,1214 4111111)1111V-$4rftive111.01 gom Any ggl diratirtiorl ageggIg r91,. .!!`441r,r1,.. 11.30afrf Otaity 21.1240i 13.1t0. Prierty()foul)2 54re poictwipint, 121210010:MirlIpkg P!rijgge,t1-{..1164e..h PirigN, Kr414 14.9111 WNW,Chtannt.ef&ders Ctat1141f4, 1,1012.1.4e tAtintidt illitititZ1011,110 'iliNt11(1 .Aq112210.e..e120.11.1414221n6for 1timm. f.1)13104 ..W12,120.1112.X102121.27,100112.1101111f t P101101' Colito Coolly fhline:0111111M4 Golikt Counil Priblit LiiiitiOs :t.i.."..i!. I OrliirwIl 1 rim'2„5.v, 363 3339 Tstalarri Trial F.,514. 1113 fdaplent,FL.341'2 Klanne,21,24112 Anton r'..2,Wrifrt.PMP 0;,-09 p,ttot Ptopet matit20r (1519)26.2-6336 (2347)3)2-2!.24 ,(1)007. EANiam-.At1dr1110.-.P.bettle2 1 leer Monles,!fr. 1loin fAiVIIH5.1rtn. 920 littttwra Way t;1tr7 Ftett.attt,15P14 01191111,11 34110 flantoo 11.24110 room Fenroy,P.F. .1taty TgriClika (2391 204.2)52.1 i,224}2454-2000 tr,1).11,1titi ilt.07 JAnttors24,2012 It;Dri0N,LtAtitt, they 21,2011 0101.&.`21210/212,34110111.91' 0152174 13 r00212.41100112.14&14.1.4r& 1457,1131 30 Iktr,l..0 tielitlit4,0; reituttily'3,211)12 .Cp154Pl111'12013.; June 21 2913 .f'0.1171:11.0nL51111215 eMInQ.D.daatitafoi. lAlow hlvovea corafcl aral fluvitcfiffa of IQ Water uotolo al T2cpon1.72112, 10enentlgrg„rgyrriage,Itplatt$1.1112 9.1211 1 1/2,2'r$3.PIC .!'f3Sk1(4(fey.Votetatno Park and Vinotyattft:flettnerlaty S1.120)1 P/tmeetiey Mooch pipits and 210v1)11 III 12111421112 Preach,7216tri [ fitte,Hann of 4(1.1)11W giSWIlirkliggz comprise 4 of iffr Nif.1..•igkeVrialaamlia1.5nr.,,,Cultg,yityva.,:-figni aye 3 faxfallag 30'krife oak).valY4-1W of i- flomnate-,aea,con'r.7 move 2104 all 39411Gigled 411 '1 ,,,:tid 2111111414 1 the(fl 11124 liquor o)I11144 box and rEtVICC IMF?,3 39'pand v11luot- I1,-Kfteo1110 tilKi U111Wale. c1..: vilottAmielL,4-Renton 4 iterstirl 119 rIliktra 01111 ternace voith ...;. 4 114.2ar1il421 .131ici%lion 491114,t21g1e orliker tottaftl in the ML.12 , 1Arfali3n itasin influent channo1 1.„,„„tankttAittfija,trgotianiat -lottotan ft"&4'akxlila pokig.401142 arid tvrgirilgiw pinVershOt In cantata Hat 01-,ri:alive P0111.7 At 10,4 0211)102 tloar21110 111.21:11tof to khe 4444211)ofatot eyolom. ,,t7„.stirrtirttp.A,7 Remove food twit...me 4114a systems,102,1114 11011174.coltomns,peptone 111)918.11010M 0:10334 430 0014 rasa-.,T,aad rnetal,1P"12 and tenivent • $.;$1.012$1:Ael'11,amti r'kill y p#:,Itt,tt$1414r1rtgd 07$316.4t2 EXPERIENCE STAILNIENT•SOUllIVASI DIVISION WWTO rdiAl Rfthatf, proicelloffix NCW141.r1 1 Eker Set -fide 1332 1:1 Joe.No 3.95:12 4.0Yilleir„.,0,.fslIdi:0:004,411Ne4,44.0400.30U.31M00, CID cd Mipe e Purlic Cade,Caddy'Public 1.01114l1Iu atio i'dveru,dd TorrOMi Thei , re:300 1,44.40M2,Ft 341E1 Neter s,U 04112 Totter kern I' iodyiO4d Kuloolr,h, :00,212:4 (239)252-5271 u4raJfv:111333.3ttelkv„. ER1:10110..2 Addsnl'2.2...E14052, Ave..Aoroi4r eNte,.trif Dote 4,4131106.if IC, 950 Entare Way tempfite,Et i41ii rimer Ficeitey, (239)1942030 CF2119051,17391 Foieferary 3,2013 1333935111315„ june 2f4 2012 Et31C040c1„Ammit, $454,91010 Filiej";:telinenfligodfit 11.45.13513.91 (4mullakim August 21 29131.:339739N1.133Pailfii. jueo W 9913 Ellei951..a915113$199.; Lr :'„ ' n preifind wis conipf Dud 00 Ihe tutoplule re40.0l44eI 0144,(9) Ca411:440 ttbit!dwit at inuedund bed zutornalle udukidauti in tOP auliordifif 1ri Refs,liwiddinu remind'and rep onendent .at.r uonin stout iffilvemelente,in land bowing cancitte a?MI eiddiing media,Keno Palau.uudeing and luiddidul mangles ware,red dilidaind.al Inter ac Etter erefls,rind ktelalletinez ni Apn1,110,9.16YMI OfT.I'04 rend reeleasfrib,11 tit theteler 491O9c rale( new 02:40121344 t1042W4444 fill Or 4)44PUIC 11141M4P9 (4A14119(354 fieeieterlefi Our cen ee23 sveleire, SOMO inn(1001141 r.ancriele (reified,and rthdidediert ettupirent adidding urine pdsbe adi, eDad eit F.1Pitttiip avid performance loafing, Er.519,11131:311191, Rooffiereel Flondll in lerritilCirl el krporl MPS 919 RIfitwor3Way Takinfi idfisrld 04,20 Apron vane or A`ray:kern .103i No 919.13 job icr.99.9 12 g3i7Li9l„ i4i103.15, 1143:31 033pun...i.19.02r QircI11kt POur:04/: Len:m114'Pari AiltN:61.9 (4111,er C reedy Pattie LAMM Conntf „ir 3139 Ifiritirmi TriO F„,Fte,333 3705 t WeiervirroLlr Eiaeies,11.34112 Nmp4,01,,Ft 34!C4 Wayne K.4110400,PE., Hirer?wen,Pnyieci NW. 12323 2(02k272 2299419309 E141410041„.0,4;l43110115AL.Phu ne, golotec,-,NAM,119..nE psFoLAA I renewed Mien ,t11111W,I6rfifirleeldifie 4415 Medic PkWy,314.424 2350 Stanford Cl. Fort Mom Fi.23919 (en,it,34112 (2391 434,0133 23-216 2093 iiierreida iwi June 25,2912 .1.(7r7raii41239.13 ficeptandus4 9.2013 fill'al(ParlfaclAngunt $2.232:733.40 romt.coatmatvomt tl .1318 23 ii0.141143190 Dr& Pelliaddy 11.2314 Mr12 32011 P.116X,LP9ff!IOW CiAistri:(ion of clown edam ddrasteadide iTprofIrncra9*thin 11,e DhAVAIFI41 c10 Helalaing ord.40,Innen,and oiled alle imp, SW Fire..Ireearnaficiii Altered 4ovv3 eetparteted tfiAisedee wed terrninel*Vous. Rt.X.YStAtClixi 00 the cep/Wished iniprokierden00. Wed;00004uni 01 insiullinn eteriMmphort and imacad staini unucii red, Randb,04 pump didiiad,fauteue didUnlu nob diPe 40 HOPE, warirrxVOly 9700 e ci 1493,rantfinn u tae Cram 59'la 72'3i 1134 Itibenderree the valve A 00410411ded did metentivtadut r2200 Fr felleicit le latle dearee4ei9,and IilPtOnIRrIlli mnrmm.Ay.41,1,11f5 vietattoility Ilincpc,ppe 4 nrigalion rap3Icainetil. 10 enable conotrdelleri(-31 wok 4/(Ay unIt'A-10PcKfggi i:V141)1.,..F0,t0,5hAr0.1Fi*."{V)Iptloto4 5,44311, Cl 222:6413 1 1 E EXPERIENc€STATEMENT-SOUTHWEST ENVISION 1:14qm 0'y, Pinetsecas 4 Naples LIMP&littorus Volator Systen lf,3:91cA11sfrm. Master Plalla St.aVon 112 HottaVlitanr, i Watt Inngilt IL N, 12:13 '*Ne.. 723.14 0.141..CL,..7.M1244"..i,.?1.91.9"3,14.104..tel. 41'9047: ()TOO!..7,P21.4".91.S.7 f.r.!rilS.V14.I4,404,11ttl..7..?19117,0 Cly c4 Sissies-JIdl1 thwilment Cellor Cosily PAW thrill es 390 mvemido Or 33391 orriirsol t"rtril 31.13 r4aors,,FiL 114102 Itrroles.a 34112 0iorld Groff1FrSN7Iisit 173%713 0101: (239)252-9313 47.24LIC9.4r414vor.r.sry Frif.11,4421,1eZ110-411t440,741 fifliattel„:-U.1111r'z PL1.19,30- I40.40oer•Adltv.00.71.1Slert City o'Nsclus UtillIrrellvotoiroerti 9.91411,Wolfer 411rurchisti, 9t 3114 Mvaailde 7400 luitstniii 1 t9.119.,riltr:700 Fraptes IL 34197 Itimplots„ I 341014 591•3"11 Stow fats ils,P (fWnliriltottone.t7orrf/ lc:4199:401 pOrPi• July 9,2014 .(4,1),E1O0W.: Febet. 12,2913 !E11.9JS.0.910)StaMML 1441 0,0,30 L1rlpt+AolffkaLet9.14e- s3,/s2,146 14 ';.;_9,11PN113t1„LLift, October 31,3.014 ç ) 12*: Mc21,21114 '120.011:15,1115•19141:40i .FL21.11cka1101:012,1111 lir:tail 21'Pot taps veriVre,Wow!,approx 14011 M II C 0911 PVC, Corsclota reftstAlkal.los of Yrekwoll&eon Pi/tiding, directortal 1111&422 In IV DR 0 pipe sod 10HOPE piss,fi" P010)1211 traMihation of tilescroeter Is seders with eristirts • .trIt valves.:irnosilicn.connect 1 tr 51.31,L lc II"top mid 9'PVC.dos d odor control equipment. Work foci:idol fi r14°V.Slalaale volt) promoorr ,111,1111Ekg14,APPti41,ePair_ Io14Woo.ego,ziyo vl octrica tmntroIs AVd. „,:ternit9L3seirrisk,„ste VpIt.sititym, neintrozoo 0)110)24 Ems:133es kleit Iflltplow NameVFP 7101 101)01 Wrist IL% LiKb.924,14 Job 120-14 P4itcr...,,:.„61.&01.:.„Ltqlta,MattAttqr,.:„PAPIP. 12007 Crossly Ptitelir LI ity ef Sisplits-Pubis!01411117 3329 1 worded 1,21 E 1120 303 399 Rhos teide CU Nurses,.FL 141'2 Nocrios,FL 34102 (221)212:112 Justin reerfor Sews. Wsoo kaidevelt P.E 2371.211 4702 rervicFetIctlistLfirolirogoyrtirr ifrAdt:smgralmattaRy:2,...u; Fn peer ArkfroSs PrO11.*:- . laaan Erory.itio City el 1:/11171)4•tkillilet Doportmero 2122 Johnsen 171 170.No,I34710 390116 or Ws CIr, Myoro L 33.902-12.511 14as9014,FL 34102 1,11thlet Dir..dy-.1.PL. 71011111 FrorIceircert P:ta, aret/CtiSPOK117.7c,39.11 Ifte4S.41.1.1.4eVrOSIM71Pirell.-'?.! ic,cr.NLK.L.Pitt An.il 79 21114 C .434 2210 1,22(4 fliJ CQr1)wEL61-.7; rt 51 N.,35 0.00 jn4tCFUoot $90,124.(0 Jiliy 20"4 cr.1101.141-4.1374S173117 SuplirsEor 11121114 ad1001„1:2017‘0007Fil, :F.W411;t49111.41.11. / 01110112 2912 L17 rtill 24 iro:11 WC* Plug ,.rOiallV100 of o4irpv4eim0)ti71 4aki r 14te 1.44V4 v./yr P 141 13er044000, 'flit:farce R11140 wan in 1111)71 10401 hittrws ofFuoist Waster siallor-, 1401 tappho or oirktu wales.(ho ,41,41R$ IrKVded 0,the ptelm1wa!,•,,2 WWI clast.lagt,1061.4ala essil 0)2w City's CoLifprotrit Services rruatertscklfets nj44n off sod 42 1007 1)1191 crisisgs ul 1112011 010011114pip0)416 nvoucin plonk,$ttli-arge 0101e07030,*10110 ,g'oLrox 015 1F o4 ti'Di sloe,13417r03.16117or 4'fl, 1:12 Ire. hordyruro,rot:kindles dthtskegle„sod, — pr,A9Nu4x07jm !APS 7.09 Fuca Main Flom 1 iFt.1),g011V9LL Mit,Owns 111411 Ca11,91 lalp totem e r.4.6 22 0121, 749...14 11011,1 a Owor rdeot M-0.14not phone- E_OrLeff_M*9.14-X911%thalL0.90_-..E11K4 Co0)m Comly Put.).4D GaissAy CinctirlO Miff* ONwarl. 133cl 1 gatirarrl rtall E„Slea,:"Kra 21100 Samih IInrViaot1410 I)(Ne Ma:slim,FL 34112 l0)pluu,FL 34104 (2391 252,5372 030 262.21115 Wayqe)torlotdsh..FLE Tad Poe,Project Mgr. ors7v&Serlolkt,I42llt-70rectli 130rtiwasyllier&eY4Lsi Fru:SIMI-Maleirs•41,2100; .F.Arfitym:,01.01v.F4 021G00)Tectinia Services,lrie, CLOS&milli 0410 Ware PkWy,Ste.404 179.9 Wood Plum F1I09.151 II.Myers,Ft.33910 Fl Ntjtgtt,FL 31997 (2.39)270,7090 0391 434 1)1004 Donovan ii.121-ollIlull,PD. Jane 2'6lIlamo 10.E tl,fssreell3ate: Meir471 44,70147„7014 .1,.;9111110...PAtrt riito conte,..00A.70101 :14.12,10m(r) Fp*Cpciiroe,Ativirt Si:777214 43 cpwfolg.13911.0.49. July91,2914 1)i91.119..K141o9..1)o1C. 400t.onnksie 23,;Cm es.A.61.1husttplirt Prami.ramjaktu titiLlog 211104 rI ar141121r Pure main.WS&IWO flod Ffeeredisg:3,40111 04 Irto Davis(lard Canal, Reeslobfrshing togethor 41)74(1 011341"oksi 04001,ooffd eol 300'Qr tintits kun Eomo 0104L writol 71711 ispairttg scuslon n0001113 04.1101 langibwas 01 cufAllnl 1100D dirisr.I3.4 ol 1111 wall.30*cloy tralvv, p14.04 cni loIn jab- EXtlaadaly tiara I0/Cl':was 0111.0101110102 I ina to 74111 1013 Icsce 91934 throirpotil reosi cJ the plea, 21110pldoe control weir MI5 OOP,tvy Parcel 01 txotnlheloe wI11111epcirty,+the..svvvmL) - 0.4',,51am.i1r061.4rocsoc.1141treit1(0 17 LOA. 1 1 E FY FERIEN CE STATEME74T.SOMME 51 13I V19092 prpor,3 sa,aart, Somer.Maw Ctsliet9 F3O.sdassn laispotel I et.3-.4ost flaiket, ARV lec ammo a nt-amtrarn,Hetet,5 ,100 N,t, 500 ill Job,fea P1:,13 Q..),Xn33„•„1104S,,.No/40.P.4.4f14.R4l-FT,a,...,,,, if.Yettr.......-...&1.1a11,Az..11,30.4110qqaPLAIVAL C..exity.Pallk(Italics i Callin=County Robe's Lill‘itas ....131;11-an*IfIli Iraq l,' SIo 303 7330 I a mkorr roill F.Sla 353 Napes.Fl,34112 rloptes.II?i411? (235;252,5144 (239)252 A 23:4 Atirla AM:tali.PlA Coal,*Irian,Pralect Mansgar Alaa.495333313lzlitripoLPto ilS3904.Lestreileolatiette,Set 1lgt.)007 Pelaossa,F9"otta Inna lett„,„,ftirjry,rs,„.,F,.',,trOM CPir cop ALCOA 660i Mariner Si 13:e.240 4415 Metro Pkwy.Sirs 434 1 M.'p.9,,I Tiros M.Myets.11 33019 (513)411 )433 1,2309 275,7090 "A Wade Wont!,P F. Du,a111 (.:311,,Alm,E, 011ittaliiMILL; Ntsnotttor!4,7(743 cello/SA t301.a.; <ham 25 2313 Mcat7.3,2t4lwitsEntall" Sa..s.',„.tiVS,SittlIF&P,011.LE)„,610aMtl; $332,740 00 C033411(110...N09, f40it 14,2014 q9113Clalkl343 11.3914 A4116.I 14,2014 0:littiaLVAZIAtkla E(.4.3.PS.P.4150:1,1SIK Install clew duplex!map 504*(1 irictudalg ein Lts.I 0 r fx -rw WoN,1111, Remora&tualts a oval a latratror,o2;ooa.sa, 1(4(14(1 vat§0,0 2-:11)ttobfneTthin pompmc,orVroi postai,ateLStemannettir,fess MEM exibliill 0 9500"'Fan 11454. Most ut IINS I UpalaCO flellgt increased ph nicht^&PLC kr pe4(vid4 fOi.o4 ..4 of alfittard 200 II a'1"icrce rsran ((UI 4(44'al Ma air 1444(41 vulva front a two 19 a 1(440;nett, was installed to touts pump station aft shartas la ilat tioep lojaetina vml, a 3YPaSs lo Ma WO111;11y smear sysitein its provided as as nitetnale „9.!7•01'9904'00' ,.3 „ , „ .-- 114.011Mangt, Saatilerd Ava,Oraireato-Phaso II protest Ustro&.• J 35 C.,:it‘td FialdWay 0-310141gill1onts ,eb NO 700-14 Job No 040,13 QNSilla .":5dIP6aLl.".1,l393.4301.t.4.tranar rnr.,Iti DatitalL7MilmStiLi549-911401141191.:,,PI45( : Ciiy 01 Marrq itdwid ummet Orhinly Traossarallon Flr,5,Fiala stl trioa t44h)D= 2059 34(1.111 Hal toshaa Or. Marco I41491,r,34143, Naples.FL 34104 1-411O1hy 15.101,I'Li Jul:a Cramer". (2533 389 5010 (23912112-5102 Ii;.als.L,Mettesttrereelteladep ieSesloaestaltaltentreoost- ILLWArrrr„Mrrnr,,:Prvr,re,. .E.79Moltr...60.019aL,...e3110,Stl AEC oi Mateo Rama,Inc ',grid.Bolter aryl rifIrrrn pa,"ais 573115.4 E.agtalla. 2400"irA:Rivet 42011 Moro 3)44141 ,F. 34145 Naples,FL 34103 .„ (239)3941097 Edwato F.1413544111 PS. l (239)S07,3111 f;4541551,.0a41st Jo'uu 11,31416 119,110d rItors. Febautay 11,2014 LI4411, 15-facit."33P340Ll 2541.0s7.(10 Fill4l.Ce011a.44.4,910349.1; 21„430.4.f9 35 l.40.94409.37.Ll,410, Staottmtlar 27,21014 Calilr10,&1015.4„. Sapleattllar(51,3404 er...0,10,91 ca.."31F9OPLL Prmrod Pgfrett19,9fr,, I osiail of 2 Itapl, $4,1tC40io5.Anti'sr av dlanstita 001414141)14 pipe ryofor rg PrO)eet 214.4s.s4*4 5.114(44341 Itamouments,avativitling astlls8 trc Ill fl6 oxistin5 mutat Approximately orri LF ell ratrair cad ectserole CM?and raplastoa relti 0,11410 II of nate RCP Peat Ladaralart ape and 320 L'7,ol amootti Vogl SLOPS pips Ml41..441(1111114114 lutes swab 011d1144(zeal Me Wanton ot•129 Calleh Ottlin attack'res., aid iskaa 421411)414111 kind swaia gration kapnas:,rotr I sod iro A doit4141 Laa(1044 5113*11149(111 P1(1114131114600.411(1 rarefirei at refract:trent And misc.animation 2-4 II then"'F'od 5)41 0 1'PeetlaY*Hi Row aattallet and Ad ir,. ma/aced Ltteraways aod 4rirt. f."..f.o.it.m4.401119,; 40W140 Propose/1 30..5 24'Fraom Maio lila se 1 appal:Nam (-kitten o„.lato City,S4am4141ltes 1)3(44(1114414 Ofwd hiPS 303 Pas:a Makt Pleess i i IMproVern41ll5 , ...07 KC 740,14 Job tea ire....(4 932,10, -MAP/A-ri'IrrigS11)ePrrors„,.:„Lt 91,L1r, (14(14r -,ALIkratia-PqriENI,Mairorat„!,rirPn9; Callas Caunty Pablo Latallas Gallia'cowry Growth t,,,ignit,rits 3330 1 UNNtrli 190 E.Sle 'ros •,,441(5!..;..1 initoMvtle Dr Naples r-,, 34112 Staples,FL 24104 4Vwpu Kadaviell,SF lad Pam.,torpor:ter (239)252-3372 (239)262 5799 W47.area1in4,Palk4(lle1739,M3 rirtt,t- irmilOr.r.r2.44.to V4ilL.1,-44151,dirrm§.:!!..hc01.q: LfrOtro9L:Ar101:rk.:Lerrr.4,.11,r, i too,*1,,itro,ol.Int. 4,Grady r.trior&7(4014(14(144 '11S3 Facata Slit 3300 slai Cal Flay termlos,FL 34110 ISsola liprings,EL 34134 llaskt liatraltt,I'S (5414041414440,P0. (334)702-23013 (233)047,1144 Ok4,4...14.00; JO Ne la 2014 .(4,93/0/3L14119.; Octotrer 2$1.,2014 tht41,c,:ggl11ar.:,1 Atrimni', $410.1.177.1.3 r inkl,:e114r7LArrrN411: $925,310,23 , _ rItirrorwirm 5.rr40.,, troventirer 211,2014 ig9049)kr1 Cialt/l Mama 41211111 (43(4(t 1314)11401111711; !erNEtiMarthq11: instef no(3)50"01am41or itOPE 3.11)14 horitonial diateastal 1411114444 it-lea-410o nod Sidewalk tillaravartaettla Raman'and rattaies 1014(411(16 ono(1)50d lane las attlfllI a 000 twirmitrildkocr 014 tift0 ',OkIling drViirtNpl fittile.40111ft nod.(3114414:‘, 11)051044(4&Owe OM 2ae 44 dur;li10,.ton fwcg.trek, IncitAos al'.alias,apptaluotinsos sass:Mos„croti etioorta iii drivevlaas.,a averni3n1 awl-Wawa a and,raatoratico — Jpsioillogoly,lalsorralling aort neva.silo,r a dm wart ,,,,v4,r4,,vii,,y,,,,,,}ppoNt.:,,pc,,,,,,,t'11.0.Vo,40,,I 01 IS 1 ti,010 1 1 E EXPitfilllilfTi.51AIPME1111'-40 trimuursi owisioN i .. ......,„„.... plA:vci t (Ny ROM klafthZt V/Will Syslops oosiovoitisanla.,•-soate I epia,cu,11.1-,a„, Evar5lat10.a Day'Wattsfo1iiluf1c.1p1t1tle f-illasio li Job Ns 01)014 .loo No,825-11 I.Ar Alliit.flt.l'Avl Metioimr...-„Elte112:„ (Aver a -MMus%....tfAto3.1.1.4.0,54,115.1,..,Poole Lily of Harlot-Uti7Olvi lapipl Pity u`Evil.-Illasilet Lily 300 Riverside:(ii, 132 Copailsrd Ave, elsFaus,II 34102 Ilyergliolas City,FL 34130 Atvers l'Initand,Deputy Diraiclo, Moil tiarstiny lirolittor! Jr p2115;2134'71S t2114)b36.3?51 6391Pr assilitIPP17452,4so" naaPiOtal.4147ofe!sol.Pein 43.11419!"f-1155tif-Itl511,17 CPU 3A41.,i4,4iiirtr,,8..11.14:w, Telie 121.1,Ire:, Prowiefili 3 oginnefirap CopatAtants 106e0 II evrtitol'44hay 31e.205 473 1)tP4 P solo UI, 1,stets.Fit 33928 Stamp Islareil,FL 34145 riell Mt/1%1er,Ii..... Bony Joel.P.E. 42394 340. 437 1,23-11!344.1057 tlsw.li opt Dula, Pfley 21,21)14 arNettecIll PAINt; May 7f11,211 Ill Sr C72„98 COD 134-11 Coeliac'Aluatiot 112,534,109.04 cm..ag.l.kArt gift: 1(2,011 2i,2P114 c.20d1.4111...Q161.. Jaftoaty 14,2(115 rialQi.'4.onc.41-1101ii LiF iiii.4,gmlii,341 Wino 14,2043 LI'oil aaboalps c0i1opa watar ruling Willi 4 alai and 8 I raaxtaiXatt.(...4 A bow II illt!Nelle NOlite1l014yle411e Seemed in a mutt pvc water(fool.:{2)10 intri,HO PL fi8i.44.441ft848 drilla waliwami6 114.11141114121010 bouraidod lusuater purapa,ahem:col ay146014, pm lilt I1(004444(carat ht,'I1441.lee Systete MI043110110 It 44 00)1.1'084 6tandby tit erptrwo'oad at,am..41104.1inAr410 RithiliPil and altaci!iosi 10031 PVC.ftxt,a l'41 Lo t Wm:a 41te...107alik 4c014111 fo-cal main vom aoapiv 1110181101111 finis!!tars 13 anise:te tho Clopolattil(1(1 Slat till: Iwo Glitie$VII Stollon and op9lrt4:3 21143 LI',CI 12 in:ft r,..c riuri Ale(PVC 11419111.144 Ilia C.arooilowt 91 Oopeand',ill Claations;opprisdoel storrpi praltip1pliK, Wattuotops&rqcod omA1410 P5;a01 at boaster aMtioo. P124ftit44im: 8.1v4l1114t00 Road i• tmatap.4014•Salol W.,NII eisavir, ,,t,,r7P H14110031.aatitati kaatnavele* ealmv Ks LISIAI-P1,a,ta 2 Jot,am,'730.14 *;,1:flo,404013 9,4(101,AAJCPPJ.L..1116152.01.11X1R0f.i...1'tAgr.4,« 03fAi9,-...,:i4.1"44filita-f1tOisP4tlatlatil-144 4514.404 Collie'County PulPiir 1„114tes City re tipples 0318-8108 Dorii, 3310 Torsi prni Troll F. Sto.703 ..8.10 RP,riii shin Cir tfilOtell,Fl,3412 Napio&,F., 344 32 ?intro Cr IToro 49.1 pi ai.iiil intiaff,PM (21171 242-31,75 731)213.4716 2-;r4,44nni+151041:44my w' illorp„..01244P15.91434.94.! 45,3150(tt..„60540115..4.$1,13L43. Efilitteffit:,,1144I1754-Iii,-F.55119,. C5131 firrilh CII?a'143411404 ialikries Dop;. 210,5 IN 44114 SI,Ste 4111.1 300 Faloopolds PI Mysarl,Fi I 3'3501 NI tipleN,NI 3411.12 Jason Seialsoro,RE n Avid*1-4181,pm (21c.r)g....m.rItioo 235 213-4710 IlEillIr0.14,k51.5J t Istatipriher 11,200:1 Cag15,410.IDDIL Opleptsio 25,2014 P1.511..Ca4il3511,A0145,311; 62,651,180.45 EIIIYIICONtlfeel Proctor $44,v29,00 -17Acrr,P.APA.%Ile: -1,11fauery 33,2t415 (-05,01.05011001440 Februagy 4,2015 EpAmsj Deacr$11,0rj adIIIII Dettetteell IN 18,44 8 lusliop of riots 3:41-tas V(Oat p"Hutu 41214 lope%lion Well f Were Ratnaval at st.,,h--sianaatti Hatulhiutptleat',SyStoms IF 111fee P0444 eetilgailled As11,:2. Conutw,tion 04 ASR Pipelpe Itisiellolisn of attme 0/rtia Watar Treoratorttlant wilt/law tiLarautt0 iiandlGoardrall firatind irtettelltizel pie lea and palwels okciltall eq.ila Matti 114111103(11 $cAlettle resolles 0514A Stan lards moprocot assumed In provide vote for!he faaquirml wall MI eqiiip, 10l3'111 4110110302(11104 wig..work,IvIsIttAlleti dee de01441. ...„--...,„.- I,.:11:51..IIIl NAM 111140114.149 10111 FOt'llet,Mon IlflprO1410001'COli P1.14.04141r114,. V0adarbia(1491111401 P.904114.48y Di, Jot'DP,1424'14 triontor Main Fielfacosun Job No.900-75 0)0454,4 ',iti,adfltaPPLoi_Pittlitfal 1/of513.31.ii„Plionar, 01435:,o4a3,5.1134.PILelf477.7414.944I1' -Pherle: Callef 0/Airily Ptitaile 01411os Collis!County 14.113r;4.118 alas* 3335 1 sainiansi Trail 11,1i444s 2404 3330 Torrioro-:Trail F.,Sagas,333 fif!apisp,PL 3.1 1 12 11 soles,FI,3411? tits?Outlet.5PM DIIIII/I1.0ellet Phil' IINYtt.1111..titI(VIIIP.Niet 41.in.44,NtrtaNtqlllefil.V.let 1221).,ila2-441,Z 1 32301 202 30011 E18411444e, Md484N8..,iliw844 kra:Nwi...,,tililmNif_itilirt joimiori(11918888403.:44c, Agraoli,94,Out fled lifontitage.Ili ei 2172 Jourstrala SI,0,1),11.410 1453 7400 T0(1,41416 Tralt 5,1„Sio..;en 404 Myert,Pt 33902 Naples,Ft 34130 Mori/lel Dicatey,RI:, 0 oriPiOitla AxMco,P.1 II 14(844114104411954141)4 ArtIA.,IPAtbArApAr. 1230)419'2r482 (21991 6074111 mArAb 31,7010 PAI/trADIftli. Aptil la 2015 E10.111..091.184197.4.61.119.9.01; 6174,01)2)1) EinIMCKLMINnt. 124,2I471)D .iia'&1144t(9.5.,145.04. July 11,211111 c.21.0.14q11.99i61 AtApst 7,2315 l'121P..91,PANctVitql ETAIOSII?AlSlitt1OZ 11408411(1 iricialVaMrpiatm'Fproatogro Piaalitlas,V.1444113,/1s Rcidalp I flatallataaa of approximately 850 IF 01 now 18"water 11101ta Vtilvoli and fa:1411110W to161419 t.0e-m Mak 1111(11.111111 cr064174314,to;:kr,r. 1,.w4Aring taaliVits,1015.5 mator trataf,Itreaholfzinkl,MO r. evinfaitrig.IlowebIo flii„privatisesl and roalorollon,11+3ahl19 3..am:1087D tleisuktring./oft-mai all(6600601.pf aabotitaa 01(1l111111111w4101 le.0.11r184. Coolly 144419914011(101140111 !lattairi,boo,moil,totroachaA,soa.13401s4001phg,flaversveri, iniaawatka,0181411111111 road fat Mullion. • -,...\'.4 401f,Y..q1614,..S.I 4,311,1 14,0,P.Apo Ms,*$.1414r191,4(17 11)16..k, 1 1 E EXPERIENCE STATEMENT.soul IMES('DIVISION 1,1181,gplijapo SCWRF Gift SysternEdED Poip toltallfIcativa 11,124018,no; 111,N1,80 VItatcia Ptak Fite MOO, Joh t,tu 96P13 .Ich N ft,006.14 !C,7,N.991....:.M.47.9 ..7..?.191170...M.i7.99119f-F.1!9114:, ch191W.-1, 1Ct44.:P(..170.5.1A4M.01_,..2.1.Mt; (Agar county Public Utilllia4 Cobid County FhpilD lift itiitm 31135 Taktinkii t t4g a,Sago 303 i'l:33.8 latratml Trull F,,Sae 303 Napo,FE 34112 Nagle.%11.114112 (2301 252-6214 121$1,362.6V2 Dam Mattne2,Pk, 44/4.08(gotk ych,r F. 9y.pliv.11..;A:yat?Altiaimiti:K 11....imakmoloysm.,nti Euk.i.y3a_dA113..ml,-_PILQ:10,.; I laiixi,',if.,...61.0soaa..,-,:Item t4,..Ati•Mumet iru. 1-1010(Aoki;Irt;, KG Errata Way 060[utaWay Na4174n,I i 24119 flardes..Fi.34115 Dituld 8001111,Pe Oivid Pahrnit 0,1i (23$)204-2000 (23%264-12.1:OD ixrd(act now; thoto 16,1-8,11.3 ,C.d131(0111(3(1.10t OcIabar 1,2014 Fill10-K0.11.1(11/4A11141.111311 $1,522,4 24.69 I Tfm,T1Zottlidtl&ma 13742,1321324 .G.aniatiatlag,,.11,1% AO 30./CM I.C.10119071.09t13,.. Juno lt.2015 enittA c'29011401 'MI04 Qqlq.INCIA, tiomote 3 tolybau ced citAtsCiar itystaftit 24,atop.;tonatiliCt oto' Ilrisl ail)300 if'a*PVC 1oret(tna21 EXCA%Ilitt roost np 24' danipra eat(1181(080 lA lotall IVO cloon4irrs,0Ul0ps,load 24 dradt IX PIC tfoo moo.(to to A Fill m"nt:mre grotINIk,.1....ericor,lact, Upvadu&muddy toilltig attiltoi dyllottat, kebob 3 obtlEta Or(1.514 -4719.i41.199 3141 11-13 ttriCkttortt, 'o$1 tot PiPinti 11014:01,,MO dydrabla scatrators. 10likiAtV4 ktrialettlittM at ttltdill( fterTOYT, iitkStrire. tkil'amtlifiVikkt.3.ratastaIl 3.11e CC)taaynd boom, fa?„ip.3 took 3CF11/0 0 Upgrades La Pltt Op SaglIca 1r,siglajot StEDIOW:Tribtt-006;a11*rtitittitttkriefg Job No,13711-14 , awl 433e.VONT P tropiromil rtitu Job Na.715.15 9.vrer -Ailtio.E,3..,...Nyia0Mi4.3.4aw..-.fli,c3.-.4,;„ I302lar, 413.3.1-„PniPOMM.P..3°I„ f!ti9att. Call'iar Caudle Pub( lailiflots 0m:holt('Ube of Fltrlda 33391 minim 1 osil I:„tkiilk 3113 112!N.111314 Rd 7 Platt-el,t'l 34117 I 661y..oad,11 331121 All,Abboll.PI alact II r1141* a akIU 04181,111 L... 10r41446128.11131*2t0dittct.9 M14!0409fe4-494.7147m775 239)252 .,144 (VA 1325-5376 F,-,,iyi.iyirtil-2111-,im5..Hymn% Enite.MLI'dtteM1-,;,k":twaa. c pm smith cyrtv III 2160 Waal Firs1 al,Sit. 43C 051 W.Cypi4744 Citral 144,130011 F Ppnr,,el, 1311011 II.(dud ordega Ft 333511 .8.140c SOtaultd,11.E. Hatt Utittlniatd.P3 1 65000.0(5141.61.arns8,21 12301930-Mo 'cicAllitIAD,118,1 August 12,2914 111 U'3140. May 20,N.116 0.11.10.1;90,1184.1.11011.1(.111- $2343.4C3,00 Eint1,,,,.gAw,11omot, $-392.571.93 1,7C11101..P.11.01.1..P4(1$ $isplembma 3,2015 4)910.113i1.1.19k Nit, Saptarbet r 1,2015 Protect Daaatt30611- PidE.1,11MVART PrrvitIA zind total k Pio rattolvor raw igacttorad by 24rrNoti Ponied, 0111 2:13p134t1)1ilNTP: InDa(ed begat:acing 11141131* 013113111 docargar I preoutto lint 11 rd clutafacl fad tO,267atcya,iota I promote,: ...tad Illa a boo 15cludiuo now 1/71174 6.7444trd panels:3213113 11101 I1 wino aid tsolatof replace 48030 10bat:Wm bravoed or obi d ler 181.01u 411144141181.1111.11110-11/0,30118o4:Aofdliaa Woad(disctilage Zurn lA4l4ln6 51o451 aiaAsr NEN gob UN fillinpc are(nod w 81 2104.3 niodif1401,crwi,Fal,441481kgi Basin Stibtrunala Pomp Commute PL03-CoNala,epoxy 130114 ad naw acd oislitie ppiag: Mahn((coo ktotti1il2tliort5,GM syctrtm corm'p31111 013113 00194314 and Into t411F,Mv•at itte,i ftceiti or Robluao larylscap-og attd cattnprossed air 1,,tppy dratti racyllftcationd,&mood 1utp11011, WfAkityrIttr itkrItylittlydtrtttrtl __,„„„,_ — eisigst_NN__,k. t 1414191,001 132 1,612411a13 Intercaaftac ?floc!plum sv.on oil.ndg Viiva Water.Mat Upg.twie kit 1311 14204 6 Job No.1433-16 3410, Aadros,Pr41131,3 1,,itklitU,4 eb.ciaz ''.;?..1,tiv......L.M°10,0.,..!PmiKi.r.siarplapc.:-.Flq.i..y.: 1;,71.4or I:ftikilv€,tstollt:lilt km City of ahtplob 1,111116e4 Department 3311.9 Tioni?Ifni 1 mit I, SW :103 3W)eikg ar(Ida Circks Ntaplitti,FL 34112 Noted,a 241132 1331110111 1411111101311.a,E (lava Clad (230)262-63i2 91/183-Etaaalurnsant W.cat0,114,'1(50,1:424.141(0266051- 12391 2535864 104-110g tit,A(14,448-11111a.attt Et131150-et.21.14281.5iiEn133113,: Johr con Frolourlaa City of Nolte(-Ulltilkat Clop:400081g 2060 01taartsiti et 011)kW amble Circlet Nolo, FF34112 Maples,Ft 341011 (23(8 434.0333 Jatorl Drown PI, (loaf-act Ntiu. Apo!27 M15 (Alma(ID% 31113 10.2010 r11191S.9.1.61861.2!0,090.AI $47,5-2 ,00 El aril.,P4Mal A.mmlas:. 1611 a 3(:46,00 4ii;m1filY,44.POg. All305r 213,2015 ;;;410740PktilaaPitt,: Sopland/Cr 33,2014 0;9. II-0 i:mitii:a ii now rwrikw minium 1l119r9f1VC ID mall,ord hitttkhk 0:9441 loud of ttypulyirolnly 7213 34 511watof Min 01095. Proviiiyad 141171,:klack:1 irwiliribiy inctikiO4 9074,,97P.974 014 01111106. MI(gmayal NINE It 011acItoni,bodifliatta,atld 111131 194,3fri cy %Mot owl tow boa Concoct bow 1190190.kt 41t4fil9W.it'lor motets,*4113413139 110 f(e hydtatat.mild otafdplutii taf.1/14, 11141 on adetate too,nnn resiofe.131 11311311*.1113 01133* aurblag, 06((Amu,dfluat(args lvd5coptaig„. 33\F1t rtIr,t.P1tagt1 torrid Itol%Eteps,kttat Slattritent 133 15 15-419. 1 1 E EXPERIENICF VAT-WENT-SOUTHWEST DIVISION Prainktt tearet% Wieninn Pass Road Water WI linnfLidorronid PO/Wt.Nwpv. 'ION FP Home Ptoip Rep laGament Mk N3 7(4 IS JDN . 5,0 14 Owret:,-14.1,30to,,pr41riml Mandril?!-Prio0m; Oraarf -MILIALtaN,IMMirr_L.P1minc.. rmilsri Criboty Pmbris DM this City sa ftvied-UlIliOra Poprolniorm. 333M laittn,7rad 1 Sin :117.1 25:31Middr dicta Chi,* NOP fil,,El 341'2 /Moms,11 341(12 11 Immo OLnd David Prod 02351 252,4215 diri41.-Ktamraffdric/Anm 0 an iff5mdm 644/2„sif.55,1 (.2.10)253 5654 Erjtmtm Act(1.1§. ....P119414. 1.11910211.':...f5414131.11,1„sfbantil Johnson 0.-olincoring tend Tmch,Mc 7122..10i SI. P C 1.lc 1,550 1080C Duro 0 ef wHy.,sr,.au() uno,my.m.I i ::.,3441m Lsamor.Ft.331120 123111 334 4040 1./30)300/457 /43.riani Frokod P 0 ri‘m.142.L2birmrrsuirrpim QP1111.4G1 OM% Mi 1.1,2015 r/0161/i/MIRJune 11,2014 tt110 r4dni9thilleAl $5s1.asc.46 f.jt12.111,..109S..1.„N13A4(E Sa7 g A772 75 Ef1id10/1/1KaiD01.IL Ooze m bdf IS 2015 'PPIOMMOOL r/i/b/L ftiaverezter 13,201 3 Pp.19(11. 40-113E 'Kologi..09,Kripkni 11S144IIFII1411 of 9410 IS 0112'Waide Void Alla 155(11 of 17 Water/20110 11443iml1tr1441(1 of 1 new 600 HP%' /k4 le'bitnia Pwoe,ass oddied Nam odd Poll fn 4Pimax'MOO LP of 12'WM andfr forroL canal:mmmk ,11411112 era Valves Prodide and program 4 now VFE7s tot lot Grout 8 Cop 64001.11ul 12"WM,Dvmdad 1500 tr cp'AflAuit sAmik. ,A Reu,0 omte,eimim pnplerameni el ceePtan for um torsos UnificamIe orld oraholt rd./mad/fon of dridm rod Wt101 ways Or 2F essld5nces and ainettonnlei3 Rfoarve eta tiVAC 011113 ptDvt0C fl mW!WAG Renewal n.(Aspwril of I 393 LI'Of ri"Mnrallos G44m.411 fipm: W3,10 and 15'.rin vdin codicils, Coiriathron. PeIlcoo Marsh tiorridntis Sttpa Watw Suvke ,FIcoqt,pirm.-0, Bay Villas Wafrtg 7.1Hin N119,414,110111 *1 r.ii5114VA411661t ,100 No.325-15 i Job Fda 1446 15 Q.,&01.4„-.MLIFFL&52_,F,IPLOS1.51/010/112L,7„ei.:32m; c:1,,5r.rt_...-_.Nitr1(414:kIrdikg1 Wiwi-nom (411414'Crioity Punk/DRAMs Cotle r Counif INthan(Artless 33:30 1 anneal,Trod t::,Stn.gri T73tY1ain(toni Trali E„,SW,.103 1,13plu$i,Fl,34112 rforpes,F1 3012 Nathan Balla Iii moo()tea 12351 252 2583 12351 25(t43 1(1 "511w9if/a dIL.01uvir i EramILadfl.tr011,1candam1 : E1.161115/1'64111rad..LFI40014 IIMIF0El.;211.01P57.--PAVIt. 0.Qoid Minor&Armco Mos,l'6 doldnison Fnipprd i Mg 38,20 Via 1.011(1(4 212.2 Jormsr ri SF,11(0.13041'550 Prrnild(b pt .FL 34.-34 Pott ra(14114,F. ItiOCO 4255 047,1144 (23%3344K40 .1443114 Peden,ELL Mkiliffrol Dimirmy,0.t. ittlatelt,ntenttg.enrn rtestientetan,,,Zaern Q-ISLIFF2.511.511,11PL1 rrede mbar 11,2016 f-k5F4/151„17.8211,1 tAmd 3`,'410.1ti En4 59141FAcF.449,1XF, $1.354,83,,L45 fi02LL9„,M4nstegnsidEl 5442:071.0D rap piPli 11 AV,: 7 slituom 17,21.113 ci-91)075/57 541/5 Imbroord 17,2016 P.6715_5/SPArrirdinur 12.015/01.1.:MM14100.1/L 1.415411444 14.w 10(31411 HOPE%dm Mr sorvicar le 1w 1514144-41 Mai'A ScImml Instal Apfmra.2500 L;of n"and(3'CP04 51('405(1'Wale' by dirmsfrand MIIIng 4.4444144/,44(4(1 PaiIirp,Rd,end tmen In retain 11141 tr Mein,ont void 1444,huazall 1'water nettdrats 04111140111.to(634en0 aitislam III'041 water 41111441.141011 valYes,arn&plard.511-541.61t water namin.rot Ir newe'dean enet,atueelon&grim/raisin%) Com act fa formed'1114CI MgitIrtIbly,sidewalk rosIsralkm.nancmi: damor falai-, hromill&disimi omforooffml born,ortiotiO Slommtrt, orplandaridid.ad ofradm 4.513411. 5I3 8 atA mann IN/e.112,1IRCI..{'UV' 1411411111441 I fraltdapina 2014 4400. mk44,1_3F1,144v, RtViw,.... 1F4)dS4440 MI and alopmoy ' ; ZO-a- er431.410% Nr1104 Pd.Wmt f4m11.3borionmoril PtamY prlimmHCsIorn8-0nm0sf. orrrMi1W .mbNO - 144t3 15 Jen l'•1 0 43911.15 51y,b141 .:,A31,490::, ..fs)t(.6113.4n.NK1-„14,h9n,. 0,,,,yort_fWisq!1-PFM 44c1 MilitAg.C.:111,41.t; cei lei CCAUSIY Public thiAhic Ciallia,Ccbroi Public Uldifiris 331111 1 MoSdira Itad I'. Film 3133 3338 T41mid011 Trail E,,Sle.202 brdobb,Fl.34112 Naples,rt.34112 Madrom 440014 oi...,n110,1 (22(4)232-254112 (239)2574715 ti41...ietu441441 *!..415444,4„414 vAng,9111@,,791,11w,Igg 5,,4,11re544. Att4139v-e11,0114-. F.t3l9(1r..:,A1,0433.11,.A119.113 RWA Ennateeta•,j 13 Grady Minx&/14(41)4 knIna,(1,14 (1610 1141 RIO Pa*DI_0/d.200 05106 Oa 11441(1415 Napir,ts,'I 341414 textile Spiittpi,FL 34134 (113(4)5431.3(1/5 (230)047,1'44 1 Mara Stelyak,P,t., 414414 FealleV,Ps.E, 11M113VOVIcAAJOY11001 ttsmotier-.00.eirsf.cqq cotims;1„.12triL nmrentl or 713,242111 re:VE/037AV: (141444110,2015 Oral 5&90.814.611141441,14 (11311,5410.50 fi4)n151nmfixterrioarit $677711677 &4111DILL9,6125,Ntz. !damn'0,201111 ,O06271,111-112,0,14)44i 1,114440144,2016 Pte!gct 0/11/P4/11041: Er.4.V.A.P,Pv°,(,,ip44tr,t; Attar rim:anent 13 grandpa el 11444p1O4 S43011 It 1:0 a'°MIMI 111110110444t1 001-Vt.li ND mdifiling rim maim tqFival 14(1p114411141 valor syabom, pc,net,ly?Ante the media,et Alt putt,Pulling RN boramen Prairmd M WM) tieW waigr mull r:can rericam to ddierid 1110 434141113 00 if ter, EFITF1441.1)fy Schuor are itItateltaq0 I'd. Llordincrat 6 ramotinir!rem en 'condecl Me odinnou Ilref for In. (:1411nifig,fiddhsg disirdezdion middaing fl/old"4(4414144111 cortimmi 3 Innelirtut tc a 16"water 441a:43 ,&Lordef&dogirol clumoonn,oxit,ogdoct a(low meet*MT., '',7“1401 111.1 allarEtoteri 41 MAO(romirf nitro, iFfprr%ow ITIelOrf.end bccIllaw cFnelces,mdfdOrd wano 40411 Mydiem obandmwrim nt and restoration, .1,4'01141),'..att3a11initi,1411439(t)le,c,0ettet4u,i 01/511,40, 1 1 E EXPERIENCE STATEMENT SOU TRWEST DIVISION FL114(1.7.3.14,10101. LAI If cnis4Eitt,,nd Suorrmmutler Imp(570.15.7331 12,00,544t1,054,5,, -055,3 11 iliuii 151.05 5553)50r 5315 ,131)Nza,103-11 Job.515.1.151,15 01.0.3Q1. VP*IckMIEtt/I.-2.1)911q: 0.W...to' •,M4II.X9....L_PiAq.q...1..,NOW11:1+411.0.; Go4,.,1.155)35 1-4.3554041.0,Prooetirirg COM»C(00401,51)115 Lilt km 2014$,Puktse5Petr Di 33.30 7atn11mrm Tp r1111•14.1115.303 5,1000 .FL.341,54 150r5155,71 34117 (219)252 2)1)15 Cerinr "P•turn.PN, JEEEto,Es Amer,57.1 .(25lali 252-1215 .1043154500k4110100.0.515 1.405001,5541.1.5011513534.4 7trash,73.515e ant E1r501450,150., 81501.01 02055105015.1.5!'51055, .1)e 745anvaurs1 7351N S1» 250 3250 051.1011,050,Ste.2535 Ntip4i4 FL 34108 hordtr.,FL 34105 (230)11117 (730)1,.74,41541.1 romEE.E.1)37114 III P P Kelly Ik11 fL 15114441.F.F125105-07525 (41411114F4ink, Ne505)1For Ill,211114 cE.r3EaVSIEEA0,: f1111141y 25,2015 P11151.311.1;l1515.1.2:5112.011,, 50.01020.2,30 1d541,1,14015mc1 Arrr11s11• $4211,2111 71 r117,..-13),I,F4101.15.1100.11. A5 il 11s. 20113 Dererrbrur 3.'2015 1314513 71P4141).1111.10uf er,01.210„.1;111KLittln„ Drainage 1310r5541nent(reject rx.1e1)e11.2 raiie$mu 901) c411I4 510d. Flereve mu)itel.51(21 21)11P 04515151105 014555,0105550, diire largal el lau taxi War,W1ianua 4.71)10x "00G R.-at To: 55).01,451 addradim,variable Ifddiataty etivo& ritrop f..131.0n ron4 compitiety td,xostorlott.&44=111141%igilatiZad do and dltjaagE 050040.50,05555155501155015055510500,44044 114,>00/0,0,5 the 51515r1 PM343,01,00 003404 1211011,31:550 culvert. trnr.30ency 5Lurnp 11110\WM 1.4111-V PIC:kale()a 0451451 5501151 4075 II el mnyln 01005 ai RCP ripo ti 4.4mrtt& 110 oJordIT,s. .5555.571 rfer"..155111p4052.111.55045454.15 valve 4550075)1y, 10,055(055 z05.0 3574,55)&4111 57513.50 adiddedadri,d,rim '11114)11 tx ker Orr,.0415d dr:tn414153,.0114 Sile Fes:or-01m. poAsitA tiwne.„ NeRWT P it.:Norartintior lurprcirereril0 1 eato,aorilt. &C SkIt 1130551 121111.,011510150507 0)10 job Mu 13)5.313 ../th tin 1342.•••16 1101157....•411d70-17‘ 3.t..41)140111F1.1711.4ENf113. 03.41111,1 .1,0*101711-E...PJ91*MElcoitEtt.,PLE)PEEflZ C0.34.4 Cuonly P5511)1.41111m5 C4Aler P.4.01L7itantipolt4d4lt ttlinuotam 1319 Tton Lang 1 P. Sit) 33.1 25115 15515501530 Lk.S. Naples,FL 24112 55451150,1L 34104 Toni Sivert,1),E. J11110711111141114.P.E. (2.1311(21)2.527)3 1231.5 252-0152 115050531k3.51,40000 50 I vu -0101055--175955,, C,1151111)051-Ar41lp.P11EEE:E3. CPI t CrigIwors /5411511,1041100407 1115451)510,115 1117 E.F11045555 31.,1VC- 1/50 14141111111 1 rull N F,7553130.Pt 32001-2025 5145151,11.3417e (4117)42544152 (2301 597-.3111 14514115 Urick, D0551Brun051()5, 535F110.11F515,414 405 ftrAn4,*004WW.,,attd July 37.20.115 ,L,19.1475171-1.15i(p.: April 14.2015 17)L! .1(11.1 45)35451l 13102,002.70 plj50 C55.55.51.hlue510, 34 343,293439 C:54111A9kiY9 P,9[9, Mrty 110,7015 1PoinrArtilm.95111 ..1555 14.2010 P1141154.P4015.1..diAl3L. P.4i.c.14n Iucn Itrutilatitm a 0005 mew 50551410 1301,5500515,011550444 1441d,4774(741 •,,1 Pulp was dritnage driptd,Adriod proir..ct tiesicgAdd 10 lasirMai dola ce.'dartdirald,441142n w,Idlep back pia 151.450101.10,155 Jurn55101.1ort 4(1114111'siva rilMaidd 4.tepIAct taill4x)1414511171111)14077(4)111414 11-5 4)315510 535555050 l,31111101r7114 150 0151nfeclium 5355.05. Irtsirelndon 1540015c approx 157,02 II,vf R3P pipe,tIt*Ati&fr and 000(044 or 121:-2 110 0001430 plparructinstellation 0711 nEw 0504155)5 4 115400540 0135 22 7154 501050 5545 1141417511114)1, 55550575144 Rd icoilior RNA 1241 A521 Ur F7re3011015 p111(7p7,j14(75 Job tic".124.14 111e4151 1)./.141114147.17:J1D11.5.1 1.74/11145 CF:3131,1i PUNIC-14(1 111111 3339 Tarnland 1150 I') 5th .7.1113 Nor left.FL 3411.2 •:;totiu P E. (2"..X4 252-2554 LEask-,ttlE4777g.,11*E.P.44141)1't p553315. ),051)55, JIprig,i • (.4s7I5p1.E.A04441) o Ei•ogKEEL 13.041411 5551 Pe11055 1144 5111 AIi 1350155,FL 34110 Eno GrAntel,1.1 12X)431-9722 4.4i3:1141139.97112kis..09 fiEnttogLDatt.- Nowernnor 24.501. c51h1f11C9 7,3113)14: $645,904,42 Aft.,writ ccmploprk.vmp, MI')111 1316 Gerooeimo„AT. ETS400...Q.RatEIE Irkaddatiorl(ii 24''Atattewator 114tent411,ialtrty frirtio,kriloo Rt.;10(VO4C1 IC 51e51111ru rldg vgEte*II Estrldrodt;,..E.ToAltro Ott 711141)Errtf,Nor Omit Rd, I cr1vrehltiiWilS tn domed in a 42'steel coiling, iimalkall/2:24 VitIto, violet raNedlatia rundIrkp terthwarti&r,Jou Flu 5051 Ade 01 5157e1)1401 Rd apprec R&O&ttrApod. Int4aIifoti 10"F5)5045015 III tottnt-d.I*tit ttittrwit okov Rteenna,thtel 11.1515311410140411d 10 0 td1(07110315.dull 55450.kr,trtroloc Rd.341714 C3)247 515151 1151010041 101(0351150 15'ftrGe11141,21 040N 101friQ34lue Rd.,arid.db&r.don mind 14:VAitu.,,11155‘.,5543.41 F lel.F.,reurAme55.1550,fit11.15 111911 EXP I NCE STATEMENT-5 0 U tHWEST(11 OM ON Pewat 1 1 E tp,42,r l11164,,I, 1 1 E TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safely Act (90-96, Laws of Florida) effective October 1, 1990, 1-he Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Ouantiv) Cost Cost (Description) LF,SY) 1 it) ' 1 - ._ Lr. _ cf .;--iv t 4 1,Ce .i ti-s-to i t 2 fs- 1111.dp_L1 __ ,____a L C 3. ...S ikt.e"I.lk . ......_, _ ,4, .5.VO 11 0C -- 4. _.., TOTAL$ ..;'i , oct> Failure to complete the above may result in the Bid being declared non-responsive. Dated 11/22/16 Douglas N. II iRgins,Inc:. Bidder ,' a (,/) big,. BY: • ...- 17 Construntton zie-virte.4 Agreement far Pilin Ufiltbal..Revised 08312C16 1 1 E COUrear caOtallit'Y aat natio live Scovx.i:S DOparlle.r IL .1M1,,r,I I..L't It S WOW.>i)14441, Immigration Law Affidavit Certification Solicitation: 16-7028 107th Avenue North -Public Utilities Renewal This Affidavit is required and should be signed, notarized by an authorized prircipal of the firm and submitted with formal invitations to Bid (ITB's)arid Request for Proposals(RFP)submittals, Further,Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollatent, at the time of the submission of the vendor's/bidder's proposal, Acceptaole evidence corsists of a copy of tie properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company, Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor(Bidders proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who .cnowingly employs unautholized alien workers constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Sectilyi 274A(e)of the Immigration and Nationality Act( INA"), Collier County may consider the eraploymait by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation ay the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act arid subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification Sys em (E-Verify), operated by the Department of Homeland Security in parirership with the Social Security Administration at the time of submission of the Vendors / Bidder's proposal. Company Name Douglas N. I figai..ps, Inc. Print Name Kelly A.Wait Title Vice President Signature , Date 11/22/16 State of Michigan County of Wasilteilaw The foregoing instrument was signed and acknowledged before me this 22nd day of November , 20t ,by Kelly A. 'Wilkie who has proclivaed Personally Known as identification. (Print or Type Name) (Type of Identification and Number) jda 6ANDRAK GARRISON Notary Public Signature J G NOTARY PUBLIC STATE OF MICHIGAN Sanr a UN Printed Name of Notary Public COUNTY OF WASHTENAW - I C L My Commission Expires January 10,2020 Notary Commission Num beriExpiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to Interrogatories hereinafter made. 1 i3 cnitruoii&.ii Senfites Aweement fcr Puhdc W:vlsed Ofi:,,1201B 1 1 E 1 E 21 �,.., ,,,„,... ,.: f ��Y -Verif •iYYrr+�rwr.. ........ � eb..ww.rsw'sty.wN or.v Company ID Number.364882 To be accepted as a participant In E-Verlfy, you should only sign the Employer's Section of the signature page.If you have any questions, contact E-Verify at 888-464-4218. mpioyer Douglas N.I:Uggins,: iit. R Suzanne Hawker Name(Please type or Print) `itle Electronically Srgned __._........- �. _._ 1011512010 3igr,alteti Date Department of Homeland Security—Verification Division iUSCIS Verification Division 'iwma(Pkiase Type;or Print) 'title Electronically Signed 10/1512010 Signature bate Information Required for the E-Verify Program Information relating to your Coi any Comprny Name• otiglas N.Higgins,Inc. Company Facilit ddress:2390 Travis Pointe Rd. Ste.A Ann Arbor,M148108 h— Company Alternate Address: County or Parish ASHIENAW Employer Identification Number: 381807765 Page l?013 1 E»V,rify MCU(or Employer Revlslcn Date 0/01/09 www.dhs.goviE-Verify 1 1 E i E erif ,,, ,,,67-7,".. ,..w..... N.,,...,} ryky•tes•ilIPPRI11.,1,4S.t, Company ID Number: 364882 North American Industry Classification Systems Code: :237 Administrator: Number of Empleytles. 20 to 99 Number of Sites Verdied for: 4 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for ' 'n each State: e MICHIGAN I itc<s) ] , FLORID:4. 3 Flie() Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Nainc. ICtIly A Wilkie 'I elephone Nuiliber: ( 34)996-9501} Fax Mim kr: (734)996-8-18) E-mail AddreNs: lovilltit.2.000gyalwo,corn Namo: R &tam ne lInwIter Telcchonc Niiml:er: (734)996-9500 Fax Numbei: (734)996-214$0 E-muit Acicintss. ryitawkerriqya hothtena Pa gv 13 of 13 1 E-Verify MDU ror Ervoloyor;Rovi5bn Date 0,M1/09 WWW-dhs.goviE-Verify 1 1 E .,r,...„ C.i.. Co ler ararity 4,...inn,..,tivoiscriort Diepo,i,A P.01,11..rk-.WO 11% 1,.., COLLIER COUNTY SOLICITATIONS SUBSTITUTE W–9 Request for Taxpayer Identification Number and Certification In accordance with tin. Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from lidivicivals and companies who do business with the County(including social security numbers If used by the ndividual or company for tax reporting purposes), Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which wi I be used for no other purpose than herein stated P ease complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide al information) , , , 1 a xp'yes Name Douglas N„itiggin,s, Lill. _ 1 (r)s s!)own cut int.37o M.'.49X relor0 Business Name same (0 difre rant from faxpeier name) Address 1390 Travis:Pointe Rd.,Ste. A City Ann Arbor i - , State Michigan Zip 481.08 Telephone 734-996-97100 FAX 734-,996-8480 Email Ban}le4niligains.Cotn Order Information Remit I Payment Information Address_ 4435 Enterprise Ave. Address 4485 Enterprise Ave. City Naples State FL _ Zip 34104 City Naples State PI. 71p 3410'S. FAX_ 239 774-=12(iti FAX 239-774 .12q6 Final' 13ratidyBOcinhiggilis.co in Email Brand •Titrr',iiiiii i i' ts,corn 2. Company Status(c/tock orh'y one) Individual/ oi-.-e F:qoprietor 1 -,X.Corporal on I Partnersnlp — Tax Exempt(Federal Income tax-exempt entity Limitee Liability Company under Internal Revenue Sery,ce guidatirins;R(, 501 (c)3) C Enter the tax classification ID=Disr(LTialod Entity ( .Corperation,P,•-•Partnership) 3 Taxpayer Identification Number(for lex ropOrtmg purposes only) Federai'lax Identification Ntirrter(11N)„ 38-1807765 I I (Vendors who do not have a'T1N,will be required to_provide asocial secant ntimbet prior to an award of the contract) 4. Sign and Date Form Certification: Under ponJihes of poring, 1 r:or!ify tha!the information shown on this form is correct to my/roomette. Sonature , ttAA, -,,, As _ .4" &1 Dae I 1122/I 6 Title V iC,C._,P.res:id.cu,„, .. .... .. Phone Numbert. s )1 10 Censtrucren Sonbcvs Agreement(or Public.Utilliie 5:Revised 0812016 1 1 E Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Docurrien-s within ten (10) calendar days and deliver the Surety Bond or Bonds and Insuraece Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to he Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the requ red Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owners damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliverthe Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquicated damages as a penalty, which the parties agree represents a fair and reasonable esemate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely [gamier, Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified(later) commencement date I he undersigned further agrees to substantially complete all work covered by this Bid within Two Hundred and Thirty (230) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Sixty (60) consecutive caienda- days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted State of Michigan County at Wahtcnaw Kelly Wilkie , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Kelly Wilkie , also deposes and says that it has examired and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true aid correct. 21) Consta cli an Serw.lt;Artiirnu1I fol Ptibc Ufilitias:Roving]08312016 � � �� � � Y� (a)Corpona,tjon The Bidder is a corporation organized and existing under the laws of the State of Mj,hiinm . which operates under the legal name of Iy/ d^�NLl{iio• luc. �__________. and the full names ofits officers are as follows; President L)omlaoN. Higgins Secretary Kelly Wilde, David Wilkie,Tamara[uJp'i&, Sandra Garrison Treasurer 8CJ\y�ViLk|e Vice Proidru\ -Manager Kelly Wilk im^8uoj am,w`1*ne The Nike President is authorized to n construction bids and contracts for the company by action of its Board of Directors taken Lu|Y\^2p16 a certified copy of which i herao attached (strike out this last sentence if riot applicable). (b) Co-Partnership The Bidder is a co-padnership consisting of individual partners whose full names are as follows. The co-partnership does business under the legal name of, (c) Individual The Bidder is an individual whose full name is . and If operating under a trade name, said trade name is _ ' Complete for informaton contained In (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. u, 1 1 E CERTZFICATE OF SECRETARY The undersigned, being the duly elected secretary of Douglas N. Higgins, Inc., a Michigan corporation, hereby certifies that the following resolution was duly adopted by the Board 01 Directors of said corporation at a meeting held on jolylr_ 2016_ and that said resolution is in full force and effect: "RESOLVED, That the following listed, persons are hereby authorized to execute, on behalf of Douglas N. Higgins, Inc,, any and all contracts and documents." Brandy L. Bartolone Daniel N. HIggins if a; e , Douglas N. Higgins 1.4 David J. Wilkie 1 , Kelly A. Wilkie if ta W44,0( . fit„tel4L. Kelly A. Pilkie Secretary Dated: July 1, 2016 1 1 E , DATED 11/22/16 Legal entity 4., I BY: Douglas N. I I igOns,Tic. /ye Witness // / , - ' ,.., Name of Bidder(Typed) re oithic Witness / Signature1Kelly Wilkie Vice Prcsident- Title STA-E OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 22nd day of November , 20 16 , by Kelly Wdkie , as Vice President of Douglas N. Higvins, Inc, , a Michigan corporation,on behalf of the corporation. He/she is personally known to me or has produced PerSQTIally Known as identification and did (did not)take an oath. My Commission Expires: I-It' (Signature of Notary) NAME, Sandra K,( arrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: SANDRA K GARRISON NOIAFIY PU13 LIG S(*ATE OF MICHIGAN COUNTY'OF WASHTENAW January 10 Expires My Commission ,2020 22 Construction Services Agreement for rubtic Utilities:Revised 0312016 1 1 E BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Douglas N. Lliggins Inc. (herein after called the 'Principal) and Hart ford Accident and IndeTnnity coniprolt , (herein called the Surety), a corporation chartered and existing under the laws of the State of CT with its principal offices in the city of Hertford and authorized to do business in the State of 11, are held and firmly bound unto the Collier(kiunly Board of County Cominijsioncrs (hereinafter called the Owner), in the full and just sum of Five Percent of tit ails 'd bid dollars (S ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and essigus. jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish. install, and fully complete the Work on the Project known as 107th Avenue North -Public Utilities Renewal Bid No. 16-7020 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100%The total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter'leo such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $_ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 22nd day of November , 20 16 I)ot.ilas N. I liggins, Inc. Principal BY )ti 1L4AI eal) _ s . , rdAcie ., • a Surety 11, t, t er M. Johnson Attorney t "( r 4 1006)11ft h Countersigned iCAA41 ePockliq.) Dawn Raclabaugh Local Resident Producing Agent for I fyi;ini Group,24 Frank I Loyd Wright Dr„ RO. Box 541, Sciiel.1100,A1111 Arbtlf, MI 48,106 23 Coneltudron Survices Aurecineul for Public Ulill[ips:Reuiseti 0E1312016 1 1 E Direct inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND,T-12 One tlartIord Plar a Hartford,Coninecticut 00155 Bonn GilarraitethiPlartfprd,com flail 885.2664488 or 1a 860-757-8835 Agency Name: HYLANT 1.41VOUI, 1.1,1::'/ANN ARBOR KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 15-35Us51 - • . lx I Hartford Fire Insurance Company,a oiaror non duly Li:Ionized under the lirws of the State of(onum.tieut [Y. I Hartford Casualty Insurance Company,ii corporation duly organized tinder the laws of the Stale of Indiana ni Hartford Accident and Indemnity Company.a coiporat ion duly Organized under Iiilaws of the Slats of Connecticut 1 J Hartford Underwriters Insurance Company,ii corporation duty organized under lie laws al the State of Connecticut r---1 Twin City Fire Insurance Company.a corporation duly organized under the laws of the State of Indiana I I Hartford Insurance Company of Illinois,a coil-oration duly organized under the laws o1ti Suite of Illinois I Hartford Insurance Company of the Midwest,a ciopor mem.dilly organiaod under the laws of the State of Indiana 1 I Hartford Insurance Company of the Southeast,a einpotation duly organized under the laws of the Slate of Ronda , having their home office in Hartford, Connecticut.{hereinafter collectively referred to as the"Companies')do hereby maKe, constitute end appoint, up to the amount of uni:gated : S%is.n Burd of Dubllr, ON, Vick', S. Dancan of Toledo Olt, liParher M. Johntion, Terri Mahakion, mooioa Mills, Kristin A. Pudvan, Joel E. Speckman of MN ARBOR, Michigar_ Olen true enc la.vluI Attornoy0)-In-Fact. each in their soparato capacity If more:han one Is named above,to sign its name as surety(lest only as delineated above by I. , and to execute, seal and acknowledge any and at bonds, undertakings,contracts and other written instruments in the nature thereof,on behalf of the Companies in than bJsiness of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requireo or permitted In any actions or proceedings allowed by law, In Witness Whereof,arid as authorized by a Resolution of the Board of Direotors of the Companies on May$,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by Is Assistant Secretary'. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguous'y ai firm that they are and will be bound by arty mechanically applied stg aatures applied to this Power of Attorney. g 4,0 ,5,,,‘„,„:„... ..„.„,,,,,. , ....,.., , ...., . „., ,./.:,./..,..„:„ ,......,,,„,_ us Vs ow/ft%e. .'• u".7...,..VI 0.44114",. )01PV.44:,,i1 •ries74'..S, i * . rl t • E i 4°. 'v• t• I 1,,,,k!..,;:,,,,,,,.+6,,,,.:-• , lv...,,,.0., , ,..„..y ..,,, tvr• f ..k trig' '' ,,,„:1s.q...:, ,, .--,,, .,4- .., ,..,..„. e -,. •s., •:.1 . i=.•.,-.., s, . ' ..... • -4..... /#14' /3( plZfr"... 7:................ John cirey.Assisiart Secretor) M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss, Hartford } COUNTY OF HARTFORD On this 11th day of.,anuary, 2010,before me personally came M. Ross Fisher,to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he Is the Senior Vice President of the Companies, the corporations described In and which executed the above instrument that he knows the seals of the said corporations that the seals affixed to the said instrument are such corporate seals; that tney were so affixec by authority of the Boards of Directors of said corporations and that he stone his name thereto by alio cuthority. • a , ,,.... ,,(. Nam M.SITUltkr, Notry Pulsar CERTIFICATE My Cominimion Expites Moth ii.101 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies,which is Ott in foil force effective as of Noverriber 22, 2 0 i 6 Signed and seaind at the City of Hartford. A s ,,,..;,-;.,„1,...).4, \'.,.,t,,...a....,/ ArA's* ”, • 'AZgli. '4•11.0. sk......:,''''' e''''' ' Kevin Heckman,Assistant Vice President 1 1 E BUSINESS CONTACT INFORMATION Douglas N. IIigfl5 Inc. (Firm's Complete Legal Name) Main Business 3390 Travis Pointe Rd.,Ste. A (Address) Ann Arbor MI 01108 (City, State, ZIP) contact Name D.Inirl 'Higgins Phone No. 734 996 9500 Title Vice President FAX No. 734-996-8480 Email add-ess: Dani.irr7,dilbiggins,com Jvi iii***4-414**,4*****•******A Ih.*****.*********Ve******N******4***A*********************************P***** ADDITIONAL CONTACT INFORMATION Send Payments To (REQUIRED ONLY if different from above) T)otiglas N. I iggins, Itic (Company Name used as Payee) 1485 Enterrrise Ave. (Address) hA(City. State, ZIP) Contact Name Brandy Flirtolorx Phone No 239-774-3130 Fide Vicc President FAX No 239-774-426( Email address: Brandy1Wdriltitgins.corn Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY if different from above) 44& Enterprise Ave. (Address) apIcs,Fl.34104 (City, State, ZIP) Contact Name Bra ndy Bartolone Phone No. 239-774-3 130 Title Vice President FAX No. 239-774-4266 Email Address: 3' nd 34(1 • •• . 24 CunstrucUon Sarviuun Agreernonl c-ar Public(Alums;rtevit.-ed oan.izote 1 1 E THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Procurement Services Division BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2, The Did prices offered have been reviewed. 3. The price extensions and totals have been checked, 4. Any required drawings, descriptive literature, etc, have been included. 5. Any delivery information required is included. 6. Immigration Aridavit completed. 7. Certificate of Authority to Conduct Business in State of Florida. 7. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 9. Any addenda have been signed and included. 10, The mailing envelope has been addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiarni Trail E Naples FL 34112 11. The mailing envelope must be sealed and marked with• Bid Number- 16-7020 Project Name-107th Avenue North - Public Utilities Renewal <,>Opening Date -November 22, 2016 12, The Bid will be mailed or delivered in time to be received no later than the specified openine date.and time. Otherwise Bid cannot be considered.) 13. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.netibid, The system will date and lime stamp wnen the addendum files were downloaded ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Douglas N. Higgins, file. Bidder Name Vali 61 ,Vice Precideni Signal r &Title DATE: 11/22/16 25 Consuticticn Sonhm Acroomell fcr PubItc Vtillitet. kevised 0012016 1 1 E ..._....._............_____i State of Florida Department of State I. certify from the records of this office that DOUGLAS N. HIGGINS INC. is a Michigan corporation authorized to transact business in the State of Florida, qualified on August 1, 1973. The document number of this corporation is 830666. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was fled on January 7, 2016, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given ander my hand am!the Great Seal of the State of Florida at Tallahassee,the Capital,this the Seventh dtty of January, 2016 Th, i 7-•7'-'.'1164* Pii-''6f;.':E":`r'r Secretaly of State . FrrackingNiunhenCC4525079233 To authenticate this certificate,visit the following site,ettter this number,and then follow the instructions displayed. littps://servic a.Sitilb it.0 i•g/Filings/CertificateafStatusiCertiticateAnthentieation 1 ... — J STATE OF FLORIDA 1 1 E M DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 HIGGINS, DANIEL NORMAN DOUGLAS N HIGGINS INC 3390 TRAVIS POINTE ROAD SMITE A ANNN ARBOR MI 48108 Congratulations! With this license you become one of the nearly .... one million Floridians licensed by the Department of Business and ? STATE OF FLORIDAProfessional Regulation. Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque14.12; ,„ DEPARTMENT OF BUSINESS AND restaurants,end they keep Florida's economy strong, PROFESSIONAL REGULATION Every day we work to improve the way we do business in order GGCGtit)189 ISSUED:, 08/17/2016 to serve you better, For information about our servsces,please log onto www.myfioridalicense.com. There you can find more CERTIFIED GENERAL,CONTRACTOR information about our divisions and the regulations that Impact HIGGINS,DANISONORMAN` you,subscribe to department newsletters and learn more about DOUGLAS N HIG 3tNS 1NC the Department's Initiatives. Our mission at the Department is:License Efficiently,Regulate u " Fairly.We Constantly strive to serve you better so that you can I$ CERTIFlEC u+idee the provisions of C11-485 PS. serve your customers. Thank you for doing business in Florida, and congratulations on your new license! F: rree ,raft�:au r,,fair, ,ean,aanzsss DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMsert- t C CCO5O1$g h The GENERAL CONTRACTORit4 Named below IS CERTIFIED _. ,. Under the provisions of Chapter 489 FS. %el Expiration date: AUG 31,2018 HIGGINS,DANIEL NORMAN t' DOUGLAS N HIGGINS INC '` f " 3390 TRAVIS POINTE R2t.. . .6.7 I SUITE A "" : :rT.N;r ,41 ANNN ARBOR MI 4$108 QAK.. `e,aoi� ISSUED: 0611712(116 DISPLAY AS REQUIRED' Y LAW SE°# L1$08170002650' 11E COLLIER COUNTY BUSINESS TAX BUSINESS TAX FIUCUIBER: 000464 , COLLIER COUN I"YTAX COLLECTOR 2B00�N HOR , SHOE DRIVE NAPLES FLORIDA 34104-12,39)-252.2477 VISITOUR WEBSI E AT:www,calliertes' corn THIS RECEIPT EXPIRES SEPTEMBER 30, 2017 DISPLAY AT PLACE OE BUSINESSFOR PUBLIC INSPECTION LOCATION 40.85,FNTER;'RISE AVVE :� y FAILURE TO DOSO.IS CONTRARY TO LOCAL t,I WS i a ZONED D ISTRIAI i;154ti ' ' ., L CoRp0 TIONS TNt TAX- I NON-REFUNDABLE BUSINESS PHONE. 7/4. 13C s ' as z '+ " STATE LIC. CG'Ct33189 ,.g t ., ' fi� DOUGLAS N.HIGGINS,INC HIGGINS i 1 DANIEL ,� � �.,,. aaES ENTERPRISE AVE ..rk4 + r,`4 ',i°' ,'1. i' `,. NAPLES FL 34104 0000 t NUMBER OF EMPLOYEES 1=10 EMPLOYEES `-. + II° 4' CLASSICATIOt,� GENERAL CONTRACT 2 •i, � (Y DATE a 07/28/2016 CI ASSIFICATION CODE`05100101 ' ° AMOUNT. E 18,0© This documentis a business fax only;Thisyis not rtdt`icaticn that licenseeis gLedified. - RECEIPT ' 3215.42 It doe's not perinit'the licen ee to Violate a1�y,ex limp reg IaIar.f zoning la s fthe state county ar cities : nor does it exempt the licensed(rain any other taxes`or permits that may berograired by late 1 1 E Email: swainsonhall@colliergov.net Telephone: (239) 252-8935 # Co ler County FAX (239)252-6334 "Ncirr in[strah,eScrvicrs Depaftment --ixxtrerrien1 Ser.,,r.,er,Brown ADDENDUM #1 Memorandum Date: November 14, 2016 From: Swainson Hall, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 - 16-7020 107th Avenue North -Public Utilities Renewal The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: Change 1 Engineer/Project Manager Corrections, Clarifications, and Questions and Answers (See Attached) Change 2 Revised Bid Schedule (See Attached) Change 3 Revised Drawings (See Attached) Change 4 Geotechnical Report and Addendurns (See Attached) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Diana Dueri, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Y1 n ., . 44 cv-,, - ill Yii (Sigr ) c..,lature) ; Date 1* ' I '' I i Li / -e- .1A ) I 4., , (Name of,fftrm) / 1 AddendurriTernplate Remsed.015/10 1 Email: swainsonhall@colliergov.net 1 1 E Telephone: (239) 252-8935 Colter County FAX' (239)252-6334 Adrr instal:No Survioas Depailmcrit rCurwn SrIstivepan ADDENDUM #2 Memorandum Date: November 14, 2016 From: Swainson Hal Procurement Strategist To: Interested Bidders Subject: Addendum# 2 -16-7020 107th Avenue North - Public Utilities Renewal The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: Change Posting Sign-in Sheet from the Pre-Bid Meeting (See Attached) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c. Diana Dueri, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. / t11, (Signature) Date 4? (Name of Firm) y (') Adde nd u mTem plate Revised: 415/10 1 1 1 E Email. swainsonhall@oolliergov.net Telephone: (239) 252-8935 Colter Coi4vity FAX: (239)252-6334 Admirostmtrve Nices Deratirent PimHrt SVrA.A. v stA. ADDENDUM #3 Memorandum Date: November 21. 2016 From: Swainson Hall, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 - 16-7020 107th Avenue North - Public Utilities Renewal The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: Change 1 Current Due Date —Tuesday, November 22, 2016 at 3:00 PM Updated Due Date —Tuesday, November 22, 2016 at 10:00 AM Change 2 Posting Corrections and Clarifications (See Attached) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Diana Duer', Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. - ;J 4 ttti,,-Jt 2/1110' r Date / 11 (.4. (Name of Fir *) drierulutriTeriplale Rovised 40511.0 liE CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 4485 Enterprise Avenue, Naples, Florida 34104, a corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with 107th Avenue North - Public Utilities Renewal, Bid No. 16-7020 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, the Engineer and/or Architect of Record ("Design Professional")and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement(all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Three Million Eight Hundred Thirty Seven Thousand Six Hundred and Seventy Five Dollars and Zero Cents ($3,837,675.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at 26 Construction Services Agreement for Public Utilities:Revised 08312016 (177.; , 1 1 E www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Two Hundred and Thirty (230) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within Sixty (60) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase"Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Four Thousand Two Hundred and Seventeen Dollars ($4,217.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. 27 Construction Services Agreement for Public Utilities:Revised 08312016 C. Computation of Time Periods. 1 1 E When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 16-7020 107th Avenue North - Public Utilities Renewal. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements 28 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details(if applicable) Exhibit M: Plans and Specifications prepared by Q. Grady Minor&Associates and identified as follows: 1-10. 107th Ave N Bid Specifications and Forms as shown on Plan Sheets Exhibit N: Contractor's List of Key Personnel Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Diana Dueri, Project Manager PPMD, Collier County Public Utilities Division 3339 Tamiami Trail E, Naples, Florida 34112 Telephone: (239) 252-4218 FAX: (239) 252-3989 Email: DianaDueri(a�collierdov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Dan Higgins, Vice President Douglas N. Higgins, Inc. 4485 Enterprise Avenue, Naples, Florida 34104 Telephone: (239) 774-3130 FAX: (239) 774-4266 Email: DanH(c@dnhiggins.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. 29 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 30 Construction Services Agreement for Public Utilities:Revised 08312016 11E Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Procurement Ordinance and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents including the Owner's Board approved Executive Summary, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. **** 31 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. • CONTRACTOR: TWO WITNESSES: Douglas N. Higgins, Inc. 47C/4Cc,L /' [ ��-� By: / /4f a (Lo w: FIRST WITNESS Kelly A. Wilkie, Vice-President 02/28/2017 Sandra K. Garrison Print Name and Title Date Print Name SECOND WITNESS David Swaine Print Name Date: I ( j OWNER: ATTEST: BOARD OF COU TY •MMISSIONERS OF COLLIER COUNjot. - • .IDA Dwig E. Brock . ° • BY. 11Li t a 9 $ iiia: i `�c ;� lor Dafairman 'S rettri 2\z_ca Ap.rov: • . t• o an Legality: '"NIFWV4iM ounty A orney tali ° Print Name Item# Agenda a I 0.8 Date j(� RDate ecd31 8( 'i Deputy Clerk 32 Construction Services Agreement for Public Utilities:Revised 08312016 r°r, 1 1 E EXHIBIT A: PUBLIC PAYMENT BOND 107th Avenue North-Public Utilities Renewal Bond No. 35BCSHN9594 Contract No. 16-7020 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza,T-1 Hartford,CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County,FL as Obligee in the sum of Three Million Eight Hundred Thirty-Seven Thousand Six Hundred Seventy-Five Dollars and No Cents ($ 3.837,675.00 )for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 28th day of February 2017 , with Obligee for 107th Avenue North Public Utility Renewal Bid No.16-7020 in Collier County,Florida accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 28th day of February 20 17 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 33 Construction Services Agreement for Public Utilities:Revised 08312016 S�r.✓F 1 1 E Signed, sealed and delivered in the presence of: / PRINCIPAL r y Douglas N. Higgins, Inc. BY: kaA ' Witnesses as t• Principal NAME: Kelly A. kie ITS: Vice-President STATE OF Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 28thday of February 20 17 by -Kelly A.Wilkie as Vice-President of Douglas N. Higgins, Inc. , a Michigan corporation, on behalf of the corporation. He/she is personally known to me OR has produced personally knownas identification and did (did not)take an oath. C ,, My Commission Expires: /-)f,�•-ab2C� (1r'C��.�1��I`��Jr-�'���^-- (Signature of Notary) NAME: Sandra K. Garrison (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: n/a ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza Hartford, CT 06155-0001 (Business Address • (Authorized Signature) Witnesses to Surety (Printed Name) 34 Construction Services Agreement(or Public Utilities:Revised 08312016 1 1 E OR ' Qattr,.."fle vtJ ,AA n ILS ' Cathy e -en, Florida Resident Agent As Attorney in act ,VIII (Attach Power of Attorney) `�� '� Susan E. Hurd Witne s (Printed Name) Hylant Group, Inc. 24 Frank Lloyd Wright Dr., Suite J4100 Ann Arbor, MI 48105 (Business Address) 734-741-0044 (Telephone Number) STATE OF Ohio COUNTY OF Franklin The foregoing instrument was acknowledged before me this 28th day of February , 2017 by Susan E. Hurd , as Attorney-In-Fact of Hartford Accident and Indemnity Company _ Surety, on behalf of Surety. He/She is personally .known to me OR has produced personally known _ as identificatipn and he`d'd •id not take an oath. // My Commission Expires: 1T • (Signature) �.0`°WEAK -N,T,,,, Name: Cathy L. Noskowiak .'p`� qp'' (Legibly Printed) 1. -o- Ohio iP_ '-kF FI a O. /a Notary Public, State of: r- Commission No.:cc2D. Li J1I 9. 3-, ,'-,_;:t....,;:-1.:-.- ,,wL! p',�o 35 Construction Services Agreement for Public Utilities:Revised 08312016 s:,t j, 11E EXHIBIT A: PUBLIC PERFORMANCE BOND 107th Avenue North - Public Utilities Renewal Bond No. 35BCSHN9594 Contract No. 16-7020 KNOW ALL MEN BY THESE PRESENTS; That Douglas N. Higgins, Inc. , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza,T-1 Hartford,CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL , as Obligee in the sum of Three Million Eight Hundred Thirty-Seven Thousand Six Hundred Seventy-Finve Dollars and No Cents ($ 3,837,675.00 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 28th day of February 2017 , with Obligee for 107th Avenue North Public Utility Renewal Bid No. 16-7020 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect Its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 28th day of February , 20 17 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 36 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Signe., sealed and delivered in the .resent e of: PRINCIPAL / � Douglas N. Higgins, Inc. .I® /! 1 1 E ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza HartforcLCT 06155-0001 (Business Address) (Authorized Signature) Witnesses as to Surety (P nted Name) OR Os iltAto4„) - _46.11.,s2.t114k..;LiMifirik Cathy Q tn, Florida Resident Agent 7/ As Attorney in Fact (Attach Power of Attorney) Q".% � Susan E. Hurd it sses (Printed Name) 24 Frank Lloyd Wriaht Drive, Suite J4100 Ann Arbor, MI 48105 (Business Address) 734-741-0044 (Telephone Number) STATE OF Ohio COUNTY OF Franklin The foregoing instrument was acknowledged before me this 28th day of February 2017 by Susan E. Hurd as Attorney-In-Fact of Hartford Accident and Indemnity Company, a Connec t Surety, on behalf of Surety. He/She is personally known to me "---(DR has prod ed personally known as identificatio an•,' o,did di• o e an r ath. My Commission Expires: d 9F�;• 4, (Signature) Name: Cathy L. Noskowiak pWIAK -A ". (Legibly Printed) ° q a ,- R `�"' � ► _) Notary Public, State of: Ohio • � • Commission No.: ::)•01 f 1 4'9' 3(c, U e4 Y ; � • ;ice .1!'peso, ��: 38 ,S7-SS/OntEXP4�E�\��``� Construction Services Agreement for Public Utilities:Revised 08312016 i;' Direct Inquiries/Claims to THE HARTFORD ROF ATTORNEY cUcEPOWE One Hartford Plaza Hartford,Connecticut 06155 Bond.Claimst thehartford.com call:888-266-3488 or fax:860-757-5835 Agency Name: HYLANT GROUP INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-211417 x Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized tender the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Susan E. Hurd of Dublin OH, Vicki S. Duncan of Toledo OH, Chalene Haddon, Monica M. Mills, Deborah H. Neff, Kristie A. Pudvan, Cathy Queen, Dawn Radabaugh of LAKE MARY, Florida their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. trY UN ew•xr. its ""' ...�•, .!,*_,r,;,. , /, '..—A"'.,:.„.\. , '„,' i*- i:�a, .1•gff,f 3 �O�r net • a°' 70 -� .-c..q ,, _ i7L• 1967 s • 19: r a s4 �.. N••j �,.,1.ae.Mrt • •♦oNN1► •'•�. 1879 a �:t p97 ?. I9T9 ' l* owIwN, 3 t TCI: . blASt, e,gLiy i . ---;274:?__ ,t/A4' / John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. :0,Atr O 4 // 7h_ /ftic k eC` ♦ � R 1 Nora M.Stranko Notary Public CERTIFICATE My Commission Expires March 31,2018 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of February 28, 2 017 Signed and sealed at the City of Hartford. - Ti. ta: • , Trak �e+Q•arroyi -.tf` ` NL s� o , . / , ,�, ::1o) ;wa•.r•a+te.,i i tear _�,a+•R•di a Nom*.• t:T: .F'spy �- i+ii v 1 Sw �s,,ivl, • �•aNM► V:,....,,./g70 '� i`:a .Z 79 ;t- .a� 3979 9 4 t{�i..`'.q � ... dip"a't►� • .�'\--.....:::::. WcrS• ��in•H' Kevin Heckman,Assistant Vice President POA 2016 1 1 E EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to 39 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage, and charge the Vendor for such coverage(s� purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 40 Construction Services Agreement for Public Utilities:Revised 08312016 3aa�` 1 Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance/ Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the $1.000.000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 41 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E ❑Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 10. ® Thirty (30) Days Cancellation Notice required. RLC 9/21/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone 42 Construction Services Agreement for Public Utilities:Revised 08312016 liE EXHIBIT C:RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to , excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 43 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E This page is intentionally left blank. 44 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT Payment, Schedule of Values and Stored Materials Record applications are available for download at: http://purchasinq.colliergov.net/Forms/Forms/Allltems.aspx 45 Construction Services Agreement for Public Utilities:Revised 08312016 otitis' 1 1 E EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccsp01/SiteDirectory/ASD/Purchasino/Forms1/Forms/Default.aspx Change Order Form Contract A: Change A: Purchase Order : Project& Co ntracto riFi mi Name: Project Name: Project Manager Name Department: Or nal Cot-frac-Mork Cd er Amount 4 0- nal BCC Approval Date;Agenda Item# Cuff ant BCC Aloof ored Amount Last BCC Approval Data Agenda Item# Current Contra ctIN cite Order Amount SAP Contract Expiration Date I Master) Dollar Amount of this Change *DIV/0Tots I C flange from Cr ig na I Amount Revised Contra ctilN ank Order Total S 0.00 #Cr IWO Change from C ent BCC Appr wed Amount Cumulative C hanges S 0.00 IV/0! Change frorriCurrent Amount Completion Date,Description of the Task(s)Change.and Rationale for the Change Notice to Proceei OriginalLast Approved Revised Date Date Completion Dat Date krkides #of Days Added Select Tasks 0 Add neiv task(s) 0 Delete task(s) Cl Change task(s) Cl Other(se2 maxi Provide a response to the fol lowing:1.)detailed and specific explanationfrationale of the requested change(s)to the task(s)and I or the add itional days added(if requested);2.)why this change was not included in the original contract;and,3.)describe the impact if this change is not processed. Attach additional information from the Design Professional arc/or Contrxtor if needed Prepared by: Date: (Project Manager Name arid Department) Acceptance of this Change Order shall constnute a modiftatort to conned i-work Order dent rf ied above and will be subject to at the same terms and conditions as contained in the contract t work order indicated above,as fully as if the same were stated in this acceptance. The ..adjustment,if any,to the Contract shall constitute a full and falai settlement of any and all claims of the Contractor 1 Vendor Cons uttainti Dec.grt Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: Date: (Contractor Vendor:Consultant Design Professional and Name of Firm,if project applicable) Approved by: Date: (Des gr.Profess ional and Name of Finn,if project applicable) Approved by: Date: (Procurement Professional 'tso 46 Construction Services Agreement for Public Utilities:Revised 08312016 11E EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 47 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 48 Construction Services Agreement for Public Utilities:Revised 08312016 11E EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Vendor Evaluation 15. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name&Title) 49 Construction Services Agreement for Public Utilities:Revised 08312016 lIE By Design Professional: (Firm Name) (Signature) (Typed Name&Title) By Owner: (Department Name) (Signature) (Name&Title) 50 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its 51 Construction Services Agreement for Public Utilities:Revised 08312016 X1,4. 1 1 E responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly 52 Construction Services Agreement for Public Utilities:Revised 08312016 11E Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 7:00 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D-3. 4.4 Contractor shall submit four (4) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design 53 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.5 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Procurement Ordinance. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.9 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it 54 Construction Services Agreement for Public Utilities:Revised 08312016 liE under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.10 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.11 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed and/or for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have 55 Construction Services Agreement for Public Utilities:Revised 08312016 11E furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents 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. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in 56 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; • 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 57 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 58 Construction Services Agreement for Public Utilities:Revised 08312016 4� 1 1 E 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges 59 Construction Services Agreement for Public Utilities:Revised 08312016 s °: 1 1 E and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. 60 Construction Services Agreement for Public Utilities:Revised 08312016 3 1 1 E Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Procurement Ordinance and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty- eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty- eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 61 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal 62 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (OHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. 63 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 64 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or(7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 65 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project 66 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of. liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result 67 Construction Services Agreement for Public Utilities:Revised 08312016 4 w 1 1 E of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 68 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to 69 Construction Services Agreement for Public Utilities:Revised 08312016 11E Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom 70 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 71 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited. 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 72 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's 73 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract.' All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 74 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or 75 Construction Services Agreement for Public Utilities:Revised 08312016 purchase order. Contractor shall make available to each proposed Subcontractor, prior to the 1 1 E execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on- site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub- subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 76 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations. At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks 77 Construction Services Agreement for Public Utilities:Revised 08312016 ti 1 1 E by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPSa.colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 &403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST &API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The 78 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/ petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well- groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 79 Construction Services Agreement for Public Utilities:Revised 08312016 11E EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The Notice to Proceed will be issued only after the following documentation has been submitted to Owner: a. Complete contractual documents, including payment and performance bonds and insurance certificate; b. Progress schedule, which shall utilize the Critical Path method of scheduling and Microsoft Project; c. Submittal schedule; d. Draw (funding) Schedule, which shall consist of a monthly projection of the value of the work to be completed and materials stored for the entire duration of the project; e. Safety Program/Risk Management Program; f. Quality Assurance/Quality Control Program; and g. Security Plan 2. The CPM Schedule and Draw Schedule shall be updated monthly and submitted with each Contractor Application for Payment. If both items are not submitted with Application for Payment, that payment will be withheld until both items are received and accepted by the Owner and Engineer. 3. All engineering site plans and drawings referencing a specific geographic area must be submitted in an AutoCad 14 or later format drawn in the Florida State Plane East (US Feet) Coordinate System. The drawings should either reference specific established Survey documentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or be derived from the RTK(Real-Time Kinematic) GPS Network as provided by the Collier County Transportation Division. 4. Other supporting documents may found at: http://bid.colliergov.net/bid/ 80 Construction Services Agreement for Public Utilities:Revised 08312016 1 E Exhibit X Supplemental General Grant Terms and Conditions CSFA 37.003 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department Ibr review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is hound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and(iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. 1. Conflict of Interest - This Contract!Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any Slate employee who owns, directly or indirectly, more than a five percent(5%) interest in the Contractor's company or its affiliates. 2. Convicted Vendors— Vendor shall disclose if they are on the convicted vendor list, A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the activities as defined by the Florida l)epartment of Management Services for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 3. Discriminatory Vendors a) No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall he excluded 1111111 participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance diming the term of the contract. b) Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate played on the discriminatory vendor list pursuant to section 287.134, F.S. may not: Submit a hid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4)Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 4. Employment Eligibility Verification - Executive Order 11-116, signed May 27, 2011, by the Governor of Florida, requires contracts to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the vendor during the Contract/Work Order term and include in all subcontracts under this Contract/Work Order, the requirement that subcontractors performing work or providing services pursuant to this Agreement utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor 1. Est 9/16 v.0 `‘. 1 1 E Exhibit X Suppiemental General Grant Terms and Conditions CSFA 37.003 during the term of the subcontract. The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be CULISc for unilateral cancellation of the contract. 5. Lobbying- No funds received pursuant to this Agreement may be expended for lobbying the State Legislature, the judicial branch, or a state agency. 6. Record Retention —The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDOT, or its designee's access to such records upon request. 7. Diversity —All coniracting and subcontracting opportunities afforded by this solicitation/contract embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a Minority Business vendor. A list of minority owned firms that could be offered subcontracting opportunities may he obtained by contacting the Office of Supplier Diversity at (850) 487-09I5. 8. Indemnity Provision - Indemnification shall be included in all contracts with contractors/subcontractors. consultants/sub-consultants who perform work in connection with this contract. "The Contractot shall indemnify, defend, save, and hold harmless the state agency or subdivision of the State of Florida and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers,agents, or employees." Est 9/16 vffi 1 1 E GENERAL CONTRACTORS CORPORATE OPTIC( OVUONAI,OFFICE 3399 TRAVIS POINTE KWA I ESTEAFOISE AVIAN/ SUITE A KAFUE, nOnk .2 ;,,p4.1 24 . AN AA Oak, 4 11100 014 OFE 7744110 FAIO 0101FF4-42116 FAX(I3 VSFrOIM (KM FAITH EFFORT NARRATIVE FOR DBE/MBE/WBE'S 11ROJECT. 107th Ave. N. Pub]icl itilities Renewal TO WHOM IT MAY CONCERN: Douglas N. Higgins, Inc. has utilized DBE, MBE, and WBE subcontractors throughout the year. We put a good faith effort on this project to get qualified, competitive quotes from DBE, MBE, and WBE subcontractors on this project. To make sure DBE/MBE/WBE firms were made aware of this contracting opportunity we emailed every potential DBE/MBE/WBE contractor in Lee and Collier Counties. We obtained a list of these contractors from the State of Florida. We did not run an expensive newspaper ad that we believe is less of an effective eftbrt than e-mailing every potential DBE/MBERVBE in the vicinity of the project. Attached is our e-mail request for bids. Also attached is our log of responses. We are listing all the DBE/MBE/WBE firms that we are committed to use at bid time. However, we expect to utilize even more DBE/MBE/WBE firms on the project than we show on this commitment list. If you have any questions or concerns, I can be reached at 239-2534198. Sincerely, Brandy Bartolone Regional Manager 1 1 E Responses to the Notification for the Request to Bid DBE-WBE-MBE List 107th Ave. N. - Public Utilities Renewal Subcontractor/Suppliers Name Bid No Bid Notes Kate's Enviro Fencing,Inc. X GCE Services, Inc X Aero Photo X Boylan Environmental Consultants X DeRuss Plumbing, Inc X E.F. Gaines Surveying X JH McCarrier Land Surveying X Florida Painters of Lee County X Watering Technologies X Traffic Control Products X Reinery Trucking X Aerial Innnvations X 1 1 E Tammy Ludwig From: Tammy Ludwig Sent: Wednesday, November 02, 2016 8:44 AM To: 'boorman@comcastner; 'urbanprinciplesql)hotmail.cortf; 'allaroundaccess360 @gmail.corri'; 'clairecPandreaclarkbrown.com'; 'rmcginnisCrPernbarqrnail.coin', 'marcoe@prodigy.net'; 'pablornbcOernbaromail.cord; 'freernan81262 @ernbargmail.com', 'asladickPgreatgrabz,corn', Irichardson@growthdevelopment.corn'; 'dgreen@havensandcompany.corn'; 'ehirsch60 Obcorricast.net'; 'yloriaPlirnduffyconstruction.com.; 'Imilk11247@aolcorn'; rkdcernri@comcast.net', 'kyleconstiruMaot corn'; laguerrejean@yahoo.corn% *cgryan58 @yahoo,corn'; 'bev@leosmasonry.com'; 'grnpadilla(rPaol.com.; 'cinetamor phosis7 @yahoo,corn'; 'annstillwell@palletdirect.corn'; 'christinafridley©pmsnaples.com'; 'ptmfl@yahoo.com'; 'reinerytrucking@comcast.net'; 'rliss58@corncast.nef, rjsrsrritinc@ernbarcunaiLcom';'cloe@twenty-fifty corn'; 'fendricknaples@aol onm'; 'vwenterprises@grnail.corri'; 'WilcicatVrtaples.net'; 'dave@wscontracting net' Cc: Brandy Bartolone; Dan Higgins Subject: 107th Ave. N. Public Utilities Renewal Project To all Collier County DBE's, WBE's, MBE's: We are accepting quotes on the above subject project until noon on Monday, November 21,2016. Plans,specifications and addendums are posted on our website www,dnhi::ins.corn. Please respond if you will be bidding this project. Thanks. Tammy Ludwig Office Manager Douglas N, Higgins, Inc, 4485 Enterprise Ave. Naples, FL 34104 Phone: (239)774-3130 Fax: (239)774-4266 Tammy1Pdahiggins.corn 1 1 E • Tammy Ludwig From: Tammy Ludwig Sent: Wednesday, November 02,2016 8:54 AM To: lerri@absolutespecialties,cortf;'ajheat(Ogmaticum', 'AleneGartick@embardmail.com'; 'Airamericaair@aol,com'; 'valerie@altwayselec,corn.;'paulamcqueen@aetengnet; agtaharnconstruction@yahoo.corn';'gafIconnection@yahoo,corn'; 'avalluty@aol corn 'fmattesich0avantconstruction.com';'bandtiplaster01@embardmail.com'; 'glenda@balentinebudders.corn';lisabateman@bateman-contracting.corn'; °Battistafarms@aolcoin'; 'bernbritecorp@aolcorn'; 'kristen@bigtreeinc.net'; "rseravelloPyatioo.corn';'rnervanthompsongyahooxorn% 'klake@boydirrigation com`; 'kims@boylanenv.com'; 'bob@buildingcontructorsflorida.corn`; 'cega1056 (fPernbargrnail.com`;'plyrn1969@aol.com% 'Igarces9@yahoo.com', 'kmolnar@cellatc'; 'gthompson@cementindustriescoa; 'cloimiebricigesCbcementindustries.corn'; 'chapmanoil@embarqmailcom.; 'cjslicaPearthink net', 'sandyl@comfortel.com'; 'parnelaripp@yahoo com'; 'coolrushait080ayahop.com', 'steve@coreair.com'; 'covenantloa@ernbargmaikorn'; 'pamelaripp@yahoo.corn'; 'cefinistles@yahoo.com`; 'eLidaneri©yahoo.com% 'crirninodoc@aol.corn';'swhitehurst@ciakotalic.com'; jeannie@data-maxx.ner; 'davefoote@dfecnc corn% 'drossell@denali-dmr,rorn'; 'rdkruss@aol,com.; liz@EFGaines cum', 'ESR4030@AOL.COM'; 'eastmondenterprises@gmail.com'; 'sales@elitecontractorsupply.com'; 'elizabettlannthomas44@yahoo.corn', *suarezfernando@bellsouth.nef; 'extplumbing03 @aol.com'; 'moniquelopez.ff@gmail(pm.; Icam2008@yallooxom'; 'iudy@arctechfences corn`; 'jferg8@aol 'Florclean@yahooxam'; 'ECVSinc@aol.com';'abby@floridapainters.com': 'ravi@fteinc.ner; 'manny@fortmyerstrucking.com'; lujisautomotiveinc@comcast.net`; 'norma@future- cdotrols.com'; 'gceservicesinc@gmail com'; jean@gcsswf,corn'; 'gafiggers@yahocLcom'; 'nancy7580@yahoo.com'; 'kgooderharn@conicast,net'; 'etiedemann@gravinasmith,cdm';'steph@greensite-eng.carn': 'GCSinc@embarqmail,com';'I byrd@gcg-designbuild.corn'; 'hallelectricinc@comcast.net'; 'sbuchholz@highspans,corn';'Kbarselou©highspans.corn'; 'dinaashton@yahoo,com'; 'kdavis@hrmetricsusa.com'; pmccarrier@ernbarqmail.com'; j.forance@PCORR.com.; lcollins@jagoardata.corn.; Info@j1walfaceinccom'; joycepryankbaolxom'; jsksod@yahoo.corn''; icega1956©embarcimail.corn.; 'kenviro@ce.nturylink net', 'strcoker@aol.corr'; 'combs.consuiting@gmail.corn'; lolandscaping@yahoo.corn':°I.Kibbey@LKibbeycom.; laurie@lp-video.com'; 'mjstruckind2@aol.com';'rnainsallvideo@acLcom% 'rnajesticlandscape@corricast.net; 'margaretemblidge@gmailcorn';'orders@rnatteographics com'; 'KimL@rnerchantsource.com'; 'cirninor@minorcastles cam': 'rnitchellbldg@embargrnail.corn'; 'carlosAmtiinc.arg'; 'naplessandblasting@gmail,corn', 'neugreen@yahoo,corn% 'prnasonlyinc@a01 rom'; 'prurtoy2@hotrnail.corn"; `rbattle799 @embarqmail.com', 'to@rennylogistic&corr'; 'richconstruction@earthlink.nef; Info©rma-geologic.com': 'andrew@royal-crest.com% 'rsmdesigninc@corncast.net; 'saintraphaelroofing@live,corn'; 'gosandport(Paol,com'; "Jimenez_taxPhotmail cam'; 'smartteamfloars@yahoo.com.; *solornons_ac@yahoo.corn'; 'bob@southerntankandpump.corn'; 'speedy.fast(Wcomcast.nef; 'arnanda@stimIlc.com'; 'maria@stopainccom'; 'wilcoxmcVaol.corn', 'brianc@tampcoxorn"; 'ginny@mycoopergroup.com'; 'hanwacker@thelshgroup.com% 'dinac@professionalemployee.net; larene.brubaker@tkwonline,com': 'john@toblerconstruction.corn';'va1207@aoLcorn'; 'Trish@tranquilityplumbing.corn'; 'fendricknaples@aol.com% 'vaIerie@valerietutor.com'; 'videoheirlooms@comcast.net; 'fautor@wateringtechnologies corn.;'hwatson@watson-industries,corn'; To: 'c[wry l@wi let t bus inessmg 'bonnersandrQ(ctnsn.corrf, `whiz453(0)aoLcorn.1 1 Cc: Brandy Bartolone, Dan Higgins Subject 107th Ave N - Public Utilities Renewal Project To all Lee County DBEs,WBE's, MBE's: We are accepting quotes on the above subject project until noon on Monday, November 21, 2016 Plans,specifications and addendums are posted on our website www.dnhieRins.corn. Please respond if you will bc bidding this project. Thanks. Tammy Ludwig Office Manager Douglas N. Higgins, Inc, 4485 Enterprise Ave. Naples, FL 34104 Phone: {239) 774-3130 Fax: (239) 774-4266 Tammyl@clohjggins.corn 2 CONSTRUCTION CONTRACTORS 1 1 E BID OPPORTUNITY LIST 1. Federal Tax is Number: 6. fl DBE 8. Annual Gross Receipts 2, Firm Name -• 4..,..1,,; 1,utE,#‘4+1.. LI Non-DBE ""4 Less than$1 million 3. Phone: - - c* r] Between$1 -$5 million 4. Address: 11111MMEN • LI Between$5-$10 million fit M ri4 t- C() 7, Subcontractor& 0 Between$10-$15 million Li Subconsultant 0 More than$15 million 5. Year Firm Established: j'n' 7 1. Fede al Tax ID_Number: , .* 6. DBE 8. Annual Gross Receipts j -- C11_,,,' ?71 'g" 2, Firm Name.fiAie.% 6,:itit 1 Q. [two rr LI Non-DBE ro Less than$1 million 3, Phone: ... Yi- WY - 3 li 11 Between$1 -$5 million 4. A.d,dress: '.i -;s..-- q...4i I oi. Li B• etween$5 -$10 million PC- 3.1i 3,1 7. [4,Subcontractor 0 Between$10-$15 million Subconsultant 0 More than$15 million 5, Year Firm Established: fci 4j L, 1, Federal Tax ID Number: 6. El DBE 8. Annual Gross Receipts 2. Firm Name D Non-DBE 0 Less than $1 million 3. Phone. n B• etween$1 -$5 million 4. Address. 0 B• etween$5-$10 million 7. D Subcontractor 0 Between$10-$15 million 0 Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. Li DBE 8. Annual Gross Receipts 2. Firm Name. E Non-DBE Ej L• ess than$1 million 3. Phone: 0 Between$1 -$5 million 4. Address, 0 Between$5-$10 million 7, Li Subcontractor 0 B• etween$10-$15 million LJ Subconsuttant 0 More than$15 million 5. Year Firm Established: . 1. Federal Tax ID Number: 6. [TI DBE 8. Annual Gross Receipts 2. Firm Name. LI Non-DBE 0 Less than$1 million 3 Phone. 0 Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. 0 Subcontractor LI Between$10-$15 million 0 Subconsultant c More than$15 million 5. Year Firm Established: 1 1 E CONSTRUCTION CONTRACTORS BID OPPORTUNITY LIST 1. Federal Tax ID Number: 6. 0 DBE 8. Annual Gross Receipts 2. Firm Name: 0 Non-DBE 0 Less than$1 million 3, Phone: ri Between$1 -$5 million 4, Address: Between$5-$10 million 7_ 0 Subcontractor 0 Between$10-$15 million El Subconsultent 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. DBE B. Annual Gross Receipts 2, Firm Name: 0 Non DOE 0 Less than$1 million 3, Phone: [J Between$1 -$5 million 4, Address: 0 Between$5-$10 million Subcontractor 0 Between$10-$15 million I'll Subconsultant [71. M• ore than$15 million 5, Year Firm Established' 1, Federal Tax ID Number: 6. 0 DBE 8. Annual Gross Receipts 2, Firm Name: 0 Non-DBE 0 Less than$1 million 3. Phone: D Between$1 -$5 million 4 Address: 0 Between$5-310 million 7, 0 Subcontractor 0 Between$10-$15 million fl Subconsultant H. More than $15 million 5. Year Firm Established- 1. Federal Tax ID Number: 6. Li DBE 8. Annual Gross Receipts 2. Firm Name. 1 Non-DOE L• ess than$1 million 3. Phone: n Between $1 -$5 million 4, Address: U Between$5-$10 million 7. 0 Subcontractor Between$10-$15 million El Subconsultant LI M• ore than$15 million 5. Year Firm Established: 1 Federal Tax ID Number: 6. 111 DBE 8. Annual Gross Receipts 2, Firm Name: 0 Non-DBE 0 Less than$1 million 3, Phone, C3 Between$1 -$5 million 4. Address 0 Between$5-$10 million 7. 0 Subcontractor 0 Between$10-$15 million Li Subconsultant D More than$15 million 5, Year Firm Established: 1 1 E COLLIER COUNTY Vendor Submittal—Conflict of Interest Certification 16-7020 Collier County Solicitation No, I, Kell Wilkie , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter, I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household: no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter, Kelly A. Wilkie , t Name Signatu Vice President November 22, 2016 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U,S.C. App.), Executive Order 12674 and CFR Part 2634, Subpait I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations Additional disclosures of the information on this roport may be made; (1) to a federalstate or local law enforcement agency if the Justice Department becomes aware ol a violation or potential vibation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena, (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legIslatiorr, and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter, This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive bianchwide Privacy Act system of records. 11E COLLIER COUNTY ANTICIPATED DISADVANTAGED,MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Status wil be verified. Unverifeble statuses wlil require the PRIME to either proivde a revised statement or lxuvide SDurce dacurnentatioo that validates a status.. A. PRIME 11 NDt it/CONTRAcTORR INF;tRMA'1 io PRIME NAME PRIME FEIU NUMBER CONTRACT DOLLAR AMOUNT Douglas N. Higgins, Inc. 3R-1.807765 3 g 3 1 IS THE PRIME A FLORID&nCERTIETED DISADVANTAGED, VETERAN Y r IS THE ACTIVITY OF THIS CONTRACT„. MINORITY OR WOMEN BUSINESS ENTERPRISE? r u Y CONSTRUCTION-f N (DBE/MME,Wilt) OR HAVE A SMALL DISADVANTAGI.a? Y 1N QLISINESS>TA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y LONSUETAITION7 s " ADMINISTRATION? ASERVICE CISAEILEEJVETERAN? WffE? Y fid.,( OTHER? Y t SOS BA? v N IS THIS SUBMISSION A REVISION? Y N IF YES,REVISION NUMBER___ • Ba,;i'F.PRIME„kfAgtUBOOiNtRACTOtt OR SUPPLIER WHO ISA DISADVANTAGED MINORITY, WOMEN OW NEP SMALL SUSINESS'T",QNCERN OR-SERVICE DISABLED VETERAN,PRIME IST°COMPLETETHIS NEXTSECf1t3N DBE N1tWIE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TT•^^yy jIjI,, �p,.+w. i...+`%....... t ... S E r4 Jtel-,""^. 0 w, , 5 - TOTALS: SECTION TO BECOMPETEDBY PRIME VENDCIT#/CONRCORE , A NAME OF SUBMITTER DATE TITLE OF SUBMITTER Kelly Wilkie 11/22116 Vice President EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX.NUMBER kwiilkie20000@dnhhiggins.corn 734-996--9500 734-996-8480 NOTE'This information is useri to track anti report anticipated DBE or MBE participation In federally-funded contracts The anticipated DRE or MBE amount is voluntary and will not become part of the contractual terms. This farm roust be submitted at time of response to a snticItatIon. If and when awaideu a County contract,the prime will he asked to update the information for the Rrant compliance flies. COD Black American BA Hispanic American HA Native American NA Subcant.Asian American SAA AslanbPatific Amer/ciao APA Non-Minor ty Women NMW Other:not of any other proup listed 0 D.SECTION TO BE COMPLETED.BY COLLIER CduhiTY.. . DEPARTMENT NAME COLLIER CONTRACT#IIFR,fRFPUT PO/KE L# GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE Eat.2010 v.2 1 1 E Y COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department 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 (I)(b) of this certification; and (d) Have not within a three-year period preceding this applicaton/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Kelly A. Wilkie 107th Ave. N. Public Utilities Renewal Name Project Name Vice President 16-7020 Title Project Number Douglas N. Higgins,Inc. 38-1807765 Firm Tax ID Number 01-722-2183 DUNS Number 3390 Travis Pointe Rd., Ste. A, Ann Arbor, Ml 48108 Street Address, City, State, ZI LU/ LL State, Signature 03/0412013-(2) I liE COLLIER COUNTY Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendDr subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (Ili)the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law, The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shal provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Douglas N. Higgins, Inc. 11/22/16 Vendor/Contractor Name Date Authorized Signature PALA- a Address 3390 Travis Pointe Rd., Ste. A, Ann Arbor, MI 48108 Solicitation/Contract# 16-7020 02/15 R3 1 1 E COLLIER COUNTY Certification Regarding Lobbying Douglas N. Higgins, Inc. The undersigned -, (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding ot any State contract, the maicing of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. Douglas N. Higgins, Inc. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Kelly A. WilkieVice President Name of Authorized Official Title ,e A.1,,,aAL6 .1 /. Signature cf Vendor/Contractor's Authorized Official 11/22/16 Date 02115 R3 1 1 E. 0 unt.ii e t.---, '.3c :' :Ir a kn 4 m KP9 ass t x .- 0 as { e rba �, ra CI cnf g ,t, 1* a m 1e. 8 c K n c a iii di OnS NI .cTi, r t x 2 t z s r c OWN , 1r8 �a > .. Ce co R A yp /C(MN) „ •* -. V/ • : t p L oy Y C 44 ----g.' '. v 0 1s w r` {9 At a,.. '-...r,., 3i- 4 8 9 e r1 rJ 2 :i''' 2 illx vt Lt o 9 `" • , `w a vLb ia a » e � U N y_. to , a9uey R 1 1 E EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bidl and titled: 1-10. 107th Ave N Bid -Specifications and Forms 81 Construction Services Agreement for Public Utilities:Revised 08312016 1 1 E Coir&y. County Public Utilities 107TH AVENUE NORTH PUBLIC UTILITIES RENEWAL Prepared By: GradyMinor 3800 Via Del Rey Bonita Springs, FL 34134 September 2016 GradyMinor SECTION I 1 E PROJECT DESCRIPTION, SCHEDULE, & PHASING 107th Avenue North Public Utility Renewal This project consists of the replacement of aging infrastructure along 107th Avenue North in Naples Park from Vanderbilt Drive to 8th Street North. The project generally consists of the following major components: • Water Infrastructure Improvements o Removal and disposal of approximately 4,070 LF of existing 6-inch asbestos concrete water main. o Installation of approximately 4,250 LF of new 8-inch water main piping and associated appurtenances. o New fire hydrants, gate valves,water services, and water meters. o Installation of new water meters and backflow preventer. • Wastewater Infrastructure Improvements o Removal and disposal of approximately 4,400 LF of existing vitrified clay gravity sewer pipe,concrete manholes, and associated service laterals. o Installation of approximately 4,400 LF of new 8-inch PVC gravity sewer pipe. o Installation of precast Polymer Concrete manholes. o Replacement of all existing sanitary sewer service laterals. • Stormwater Infrastructure Improvements o Removal and disposal of various sized corrugated metal pipe, reinforced concrete pipe, and corrugated plastic pipe and drainage structures. o Installation of approximately 5,100 LF of 18" & 24" HDPE perforated stormwater piping. o Installation of approximately 3,250 LF of 18" & 24" HDPE and RCP stormwater piping. o Installation of catch basins, sediment catch basins, junction basins, inline yard drains,and mitered end sections. • Driveway Improvements o All driveways shall be restored to their previous condition or better, according to Collier County standards. • Roadway Improvements o Rebuilding of the roadway, including new subgrade, base, and asphalt. All construction shall be in accordance with the construction plans, Roadway and Traffic Standards (latest edition), Collier County Development Standards and Specifications and Collier County Water-Sewer District Utilities Standards Manual, the State of Florida Department of 107th Avenue North Public Utility Renewal Section I - 1 GradyMinor 11 Transportation (FDOT) standards (latest edition). In the event of conflict between and/or these specifications and drawings, the more stringent requirement shall apply. SCHEDULE Time is of the essence for this project as grant deadlines must be met, and disruption to homeowners must be kept minimal. The project will commence upon notice to proceed (NTP) from the County and be in effect until completion of the project as follows. • Substantial completion must be reached for all aspects of the project no later than two hundred and thirty(230)days from the issued Notice to Proceed. • Final completion must be reached for all aspects of the project no later than two hundred and ninety(290)days from the issued Notice to Proceed. PHASING Construction for this project will be limited to two consecutive 1,350 LF blocks at a time to ensure the project is kept on schedule and impacts to the neighborhood are minimized. The Contractor will not be allowed to begin on any other portions of the project until all the utility improvements are substantially complete, restoration is complete (outside of the roadway), and the first lift of asphalt on the roadway is complete for the two consecutive blocks. The final asphalt lift on all of 107th Avenue North (from Vanderbilt Drive to 8th Street North) will not be allowed to be placed until all the utility improvements and restoration are complete and accepted by the Owner, CEI, and Engineer of Record. 107th Avenue North Public Utility Renewal Section I - 2 Co er County BID SHEET COLLIER COUNTY 1 1 r 107th AVENUE NORTH PUBLIC UTILITY RENEWAL C ITEM �+ �w h K / am a 1t� DEJ(R `ry[ON.:, err y - NI7y AMOIIr41 SECTION 1 GENERAL 1.1 Mobilization/Demobilization 1 LS 1.2 Maintenance of Traffic 1 LS 1.3 Project Sign 2 EA 1.4 Survey Layout&Record Drawings 1 LS 1.5 Erosion and Sedimentation Control 1 LS 1.6 Pre-Construction Video&Photographs 1 LS 1.7 General Restoration 1 LS 1.8 Remove,Dispose,and Replace Driveway a. Concrete 4,090 SY b. Decorative Concrete 105 SY c. Asphalt 935 SY d. Brick Pavers 735 SY 1.9 Remove,Dispose,and Replace Sidewalk a. Asphalt 70 SY b. Concrete 50 SY 1.10 Detectable Warnings 70 SF 1.11 Remove and Replace Mailbox 122 EA 1.12 Allowance at the direction and approval by Collier County Utilities 1 T&M $116,000 $116,000 Project Manager on 107th Avenue ... .._C . ; SECTI ON 1 SUBT OTAL: � .4.4,4F;i ra7,r !1'f IiG s«? .,✓ics« .� ..<�f:+l�j yf,°"�f, 3R ��S�s �f . 2.1 Water Main Pipelines a. 8-inch C900 DR18 PVC 3,840 LF b. 8-inch C900 DR14 PVC 350 LF c. 6-inch C900 DR14 PVC 60 LF 2.2 Gate Valves and Boxes a. 6-inch Gate Valve 2 EA b. 8-inch Gate Valve 13 EA c. 12-inch Gate Valve 2 EA 2.3 Fire Hydrant Assemblies 7 EA 2.4 Water Services a. Short Single Service 24 EA b. Short Double Service 19 EA c. Long Single Service 25 EA d. Long Double Service 19 EA 2.5 Connection to Existing Water Main a. Vanderbilt Drive 8-inch PVC WM (Option No. 1) 1 EA b. Vanderbilt Drive 8-inch PVC WM (Option No. 2) 1 EA c. 6th Street North 12-inch PVC WM 1 EA d. 7th Street North 8-inch AC WM 2 EA e. 8th Avenue North 6-inch PVC WM 1 EA 107th Avenue North Public Utility Renewal Section II-1 1 1 E C,p gy County BID SHEET COLLIER COUNTY 107th AVENUE NORTH PUBLIC UTILITY RENEWAL ITEMAb. f AtU , 1ESIV ' % fN� �/ t` DESCRIPTION UNIT UNIT PRI ,, AMOUNT 2.6 Bacteriological Sample Points a. Temporary Sample Point 5 EA b. Permanent Sample Point 2 EA 2.7 Meter and Meter Box a. Occupied Property 123 EA b. Vacant Property 2 EA 2.8 Back Flow Device 123 EA 2.9 Air Release Valves 3 EA 2.10 Conflict Avoidance(Deflection) 3 EA 2.11 Temporary Connection to Existing Water Main 4 EA 2.12 Remove and Dispose Asbestos Concrete Water Main 4,065 LF Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions. (No additional 2.13 payment shall be made for rock excavation, replacement of fill 1 T&M $61,000 $61,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. SECTION 3s WASTEWATER SYSTEM 3.1 8-inch PVC Gravity Sewer a. (0-6 Feet) 1,020 LF b. (6-10 Feet) 3,370 LF 3.2 Sanitary Sewer Service Lateral(Replace,Dispose,and Reconnect) a. Single Sanitary Sewer Service Lateral 130 EA _ b. Double Sanitary Sewer Service Lateral 4 _ EA 3.3 Remove and Dispose Existing Gravity Sewer Pipe 4,350 LF 3.4 Polymer Concrete Manholes a. (0-6 Feet) 3 EA b. (6-10 Feet) 7 EA c. (10-14 Feet) 1 3.5 Remove and Dispose Existing Concrete Manholes 11 EA 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole 1 EA 3.7 Connect New Gravity Sewer to Existing Manhole 1 EA 3.8 Conflict Crossing Through Existing Box 1 EA 3.9 Road Restoration-Stabilized Subgrade 16,000 SY 3.10 Road Restoration-Limerock Base(6-inch Limerock Base) 12,280 SY 3.11 Road Restoration-2-1/2"Asphalt(Two Lifts) 9,500 SY 3.12 Milling&Resurfacing 410 SY Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions. (No additional 3.13 payment shall be made for rock excavation, replacement of fill 1 T&M $110,000 $110,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. 107th Avenue North Public Utility Renewal Section II-2 _ 1 1 E C..o e-r COM',MY BID SHEET COLLIER COUNTY ITEM 107`h AVENUE NORTH PUBLIC UTILITY RENEWAL ITEM /✓dl 9SY bEst kf` • FScRIPTION ; !T NIT PRICE VIOU 'NO. kkt T;v�n r y z N, w.taia, mry*5' .n •• : • `moo• SECTION 3 SUBTOTAL:. urr ;7"?. 4.1 Existing Storm Culvert Removal and Disposal 2,500 LF 4.2 Existing Storm Structure Removal and Disposal 14 EA 4.3 24"ADS Perforated Pipe in Water Quality Trench(0-6 Feet) 1,790 LF 4.4 18"ADS Perforated Pipe(0-6 Feet) 740 LF 4.5 24"ADS Perforated Pipe(0-6 Feet) 2,580 LF 4.6 24"ADS Pipe F. :;r a. (0-6 Feet) 510 LF b. (6-10 Feet) 650 LF 4.7 18"ADS Pipe(6-10 Feet) 1,840 LF 4.8 18" RCP a. (0-6 Feet) 170 LF b. (6-10 Feet) 60 LF 4.10 Concrete Mitered End Sections 4 EA 4.11 Type C Catch Basin 13 EA 4.12 Type C Water Sedimentation Catch Basin 13 EA 4.13 Type C Water Sedimentation Catch Basin w/Weir Plate 1 EA 4.14 ADS Inline Yard Drain 54 EA 4.15 ADS Drainage Basin 3 EA 4.16 Connection to Existing Storm Structure 2 EA Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions. (No additional 4.17 payment shall be made for rock excavation, replacement of fill 1 T&M $98,000 $98,000 material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. :' S YPity Section 1: General S, '� Section 3:Wastewater System � r :',,df>;, .'�4 ,,, yr.�;� ���zt'; , �,.3. )1i TOTAL: $0 107th Avenue North Public Utility Renewal Section Il-3 Gradyninor SECTION III 1 1 E MEASUREMENT AND PAYMENT 107th Avenue North Public Utility Renewal A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes the basis upon which payment will be made for Payment Items. B. Subject to the provisions in General Conditions, all Work and payment for the Work is represented by Payment Items and associated unit prices. PAYMENT A. Subject to all other contract requirements, the Contractor shall be paid for "as built" quantities of Work for which a price is given in the bid. B. Quantities on the Bid Schedule are estimated and may be increased or decreased without limit. C. No separate payment will be made for one Payment Item as Work incidentally required to complete the Work of another. D. Payment for Work performed shall be made in accordance with the unit prices in the Bid. MEASUREMENT FOR PAYMENT A. Methods of Measurement: 1. Measurements of lengths, widths, slope angles, and depths or elevations shall be made to determine "as-built" quantities of lengths, areas and volumes pertinent to Payment Items. a. Unless otherwise specified, all lengths shall be horizontal distances. b. Slope angles and elevations shall be measured using land surveying equipment. 2. Graphic representations of measured quantities shall be drafted to scale using the Drawings where convenient and appropriate. Additional drawings shall be drafted if required. a. Irregular shapes representing areas and volumes shall be measured using a compensating polar planimeter or a computer digitizer. b. Regular shapes shall be scaled. 3. Use of Drawings: a. Unless otherwise agreed upon between the Contractor and Owner, the Drawings shall be used as the basis to establish existing grades and other existing topographic features. 107th Avenue North Section III - 1 Public Utility Renewal 112 GradyMinor PAYMENT ITEMS 1 1 E A. No separate payment will be made for the following Work, and its cost shall be included in the Bid Price of the Payment Item to which it is associated: 1. Trench excavation, sheeting, shoring and bracing. 2. De-watering, erosion and sedimentation control, and turbidity screening. 3. Fill, backfill and grading. 4. Removal, replacement and restoration of sod, seed, and plantings. 5. Cleanup. 6. Testing, including all materials and equipment. 7. Maintenance of utility service. 8. Appurtenant work. 9. Removal and replacement of fencing and other structures. 10. Record Drawings. 11. Attendance of all public meetings. 12. Saw cutting. 13. Coordination with other contractors. 14. Layout of the work. 15. Notifications to property owners of construction schedule and service interruptions. B. Measurement and Payment Items as listed in the Bid Schedule: SECTION 1: GENERAL REQUIREMENTS 1.1 Mobilization/Demobilization A. Measurement for various items covered under Mobilization/Demobilization will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for mobilization and demobilization will be made at the Contract lump sum price. Payment for mobilization shall include all necessary meetings for the project, including but not limited to: meetings with property owners, home owners associations, and other interested parties, all meetings deemed necessary by Collier County, and all other public meetings required to complete the project in accordance with the contract documents, preparatory work and operations in mobilizing for beginning work on the Project and demobilizing for ending work on the Project. The establishment of safety equipment, first aid supplies, sanitary and other facilities, as required by these specifications, State and local laws and any other preconstruction expense necessary for the state of the Work, insurance and bonds, the cost of field engineering, including permits and fees, construction schedules, shop drawings, temporary facilities, lay down storage area, construction aids, work associated with Contractor support during Owner/Engineer testing, reviews and inspection, re- inspection and any rework resulting from same, cleaning, and project records documents. The Contractor shall submit invoices substantiating the cost of mobilization with each pay request. This payment item cannot exceed more than 10% of the total base bid. 107th Avenue North Section III - 2 Public Utility Renewal 1113 GradyMinor 1 1 E 1.2 Maintenance of Traffic A. Measurement for various items covered under Maintenance of Traffic will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for Maintenance of Traffic will be made at the Contract lump sum price for the item, which price and payment shall be full compensation for permitting, construction, and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, business, etc., along the project; the furnishing, installing and maintaining of traffic control, barricades, railings, message boards (VMS), warning lights, and other safety devices during construction, the control of dust,providing the services of uniformed off-duty police officers, flag men, watchmen, and other special requirements for the safe and expeditious movements of traffic per County and FDOT standards. 1.3 Project Sign A. Measurement for various items covered under Project Sign will be based on the number of project signs installed and accepted. B. The Project sign shall be in accordance with Collier County and as specified herein. 1.4 Survey Layout& Record Drawings A. Measurement for various items covered under Survey Layout & Record Drawings will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for providing all survey and record drawings will be made at the contract lump sum price for the item, which price and payment shall be full compensation for project stake-out, completion of an as-built survey, contractor's redlines, and the delivery of five (5) sets of signed and sealed record drawings and an electronic copy submitted to the County upon Contract close-out per County standards. Electronic (CAD) files shall be provided to the Engineer of Record. 1.5 Erosion and Sedimentation Control A. Measurement for various items covered under Erosion and Sedimentation Control will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment of the lump sum amount bid for erosion and sedimentation control shall be full compensation for all erosion and sedimentation control per Collier County and FDOT standards and as specified herein. Includes silt fence around entire disturbed area. 1.6 Pre-Construction Video & Photographs A. Measurement for various items covered under Pre-Construction Video &Photographs will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for providing pre-construction videos and photographs will be made at the full lump sum contract price for the item, which price and payment shall be full compensation for a complete project pre-construction video, a minimum of three 107th Avenue North Section III - 3 Public Utility Renewal liE GradyMinor pictures per lot to document pre-construction conditions, including, but not limited to, sod type and driveway condition; a wet weather video (in addition to a dry weather video) to document flood conditions that will take place during normal business hours. Preconstruction videos and pictures must be provided to the County a minimum of 10 days prior to beginning construction. Additional pre-construction videos and pictures will be taken individually for each block just prior to commencement of construction in the corresponding block if deemed necessary by the County due to changes to the existing conditions. 1.7 General Restoration A. Measurement for various items covered under General Restoration will not be made for payment, and all items shall be included in the contract lump sum price. B. Payment for general restoration will be made at the appropriate Contract Unit price per lump sum. This item includes all labor and materials required for complete ROW to ROW restoration including clearing and grubbing, clean-up, grading (outside of swales), replacement of grass, sod, landscaping, and other surface materials not specifically designated in the Bid. This line item shall include all sodding required for ROW to ROW restoration including swales. Sod type shall be determined by the type of sod that constitutes 50% or more of the property to be restored. Please note that the Contractor is responsible for the upkeep and maintenance of all sod and landscaping during construction, including maintaining existing public and private irrigation systems in service. New sod and landscaping which is damaged or destroyed during construction shall be replaced at no additional cost to Collier County. All landscaping damaged or removed as part of the Contractor's operations must be replaced unless directed otherwise in writing by Collier County. Additionally, the Contractor must repair and replace all private and public irrigation facilities that are damaged or destroyed during construction. Any and all costs incurred by private parties from damaged irrigation lines shall be paid for by the Contractor. 1.8 Remove and Replace Driveway A. Measurement for removing and replacing driveway (concrete, decorative concrete, asphalt, or brick pavers) will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing driveway (concrete, decorative concrete, asphalt, or brick pavers) will be made at the appropriate Contract Unit price per square yard of concrete, decorative concrete, asphalt, or paver driveway actually removed and replaced for construction. Contractor shall confirm the limits of all driveway removal and replacements in the field with the County prior to removal and replacement. Replace driveways to match existing elevations and materials of construction (unless shown otherwise on the Drawings), except dirt and gravel driveways which shall be replaced with concrete. Include surface restoration required for driveway removal and replacement in this item. Should the Contractor choose to jack and bore or directionally drill under driveways, the measurement shall be to the edge of the right of way in these locations. All jack and bores and directional drills must be pre- 107th Avenue North Section III - 4 Public Utility Renewal 1 1 E GradyMinor approved in writing by the County (special circumstances only). No additional measurement or payment will be made for varying driveway thicknesses. 1.9 Remove, Dispose, and Replace Sidewalk A. Measurement for removing, disposal, and replacing asphalt and concrete sidewalks will be based on the total square yard of material actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposal, and replacing asphalt and concrete driveways shall be made at the appropriate Contract unit price which price and payment shall be full compensation for removal and disposal of existing material, adjustment, furnishing subgrade and stabilizing material, furnishing and installing of concrete sidewalk per FDOT Standard Index 310 or the Flexible Pavement Design Manual for bike lanes, per ADA requirements, and testing as specified herein. Pedestrian access and transit shall be provided at all times during construction. 1.10 Detectable Warnings A. Measurement for installing detectable warning strips will be based on the total square feet of material actually placed as field measured and shown on as-built drawings. B. Payment for installing detectable warning strips shall be made at the appropriate Contract unit price which price and payment shall be full compensation for furnishing and installing detectable warnings per FDOT Standard Index 304, per ADA requirements, and as specified herein. 1.11 Remove and Replace Mailbox A. Measurement for removing and replacing mailboxes will be based on the number of mailboxes installed and accepted. B. Payment for removing and replacing mailboxes will be made at the appropriate Contract unit price per mailbox installed which price and payment shall be full compensation for removal, adjustment, bracing, relocating as necessary, repair as necessary, and replacement as necessary in accordance with FDOT and USPS Standards and as specified herein. Mail services shall be maintained at all times during construction. 1.12 Allowance A. An allowance is established to cover unanticipated costs associated with the general requirements, including but not limited to additional landscaping (not covered under any pay item) within the ROW. (No additional payment shall be made for landscaping disturbed outside of the right-of-way). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material basis. SECTION 2: WATER SYSTEM 2.1 Water Main Pipelines A. Measurement for pipe, except as otherwise specified, will be based on the laying length of the pipe in linear feet actually placed as measured along the centerline of the 107th Avenue North Section III - 5 Public Utility Renewal 1 1 E GradyMinor completed pipe, including length of fittings and specials measured along the centerlines measured to the nearest foot, between the limits shown on the Drawings and restraint of pipe as required by contract documents. B. Payment for furnishing and installing water main pipelines will be made at the Contract unit price per linear foot for the pipe in place, which price and payment shall be full compensation for clearing and disposal of trees, bushes, all pipe fittings, excavation, tree trimming, site restoration, sidewalk removal and replacement, asphalt removal and replacement, curb and gutter removal and replacement, sod removal and replacement, and other surface materials not specifically designated as a separate pay item; dewatering, pipe bedding, backfill and compaction, sheeting, restrained joint piping, detectable tape, pressure testing, flushing/filling of main, joint restraints, bacteriological testing and sampling assemblies, silt fencing, insulated conducting wire, connections to existing water main including restraint of existing pipe on all sides of the tie in, support of existing main, keeping existing main in service, hiring of power company to relocate support power pole as required, vegetation removal and disposal, removal and replacement of fences, removal and temporary replacement of driveways and roadways disturbed during construction to maintain usable condition until permanent restoration can be completed, site restoration, including landscape and/or sodding not designated in the bid as necessary, and all equipment and all other work necessary to complete the installation as specified. Contractor shall provide imported backfill if needed. Also includes coordination with other contractors, stubs and valves for future connections to existing pipes, clean-up, disinfection and sterilization, temporary facilities for blow-offs and testing. All cost to clean, repair new or existing piping and appurtenances will be included under the payment for linear feet of pipe. 2.2 Gate Valves and Boxes A. Measurement for Gate Valves, except as otherwise specified, will be based on the number of actual gate valves installed and accepted. B. Payment for furnishing and installing gate valves will be made at the appropriate contract unit price per gate valve installed which price and payment shall be full compensation for all labor and materials associated with furnishing, installing and testing the valve, valve stem, mechanical restraints (not listed in a separate pay item), nut with extension, tie rods, valve box, valve box adjustments or extensions, concrete pad, disk, cover, required marker balls, and surface restoration. This item also includes the installation of base material below the valve in accordance with Collier County standards. 2.3 Fire Hydrant Assemblies A. Measurement for Fire Hydrant Assemblies, except as otherwise specified, will be based on the number of fire hydrants installed and accepted. B. Payment for furnishing and installing the fire hydrant assemblies will be made at the appropriate contract unit price per fire hydrant assembly installed which price and payment shall be full compensation for all labor and materials required to furnish and install the tee on the utility main, all necessary fittings,joint restraint from the valve to the tee, necessary piping from the tee to the hydrant location with the installation of 107th Avenue North Section III - 6 Public Utility Renewal 1 1 E GradyMinor barrel section to meet finished grade, and deflections under/over existing or proposed utilities, swales, or stormwater improvements; control gate valve, valve box and any concrete work. Contractor is responsible to set the hydrant to grade in accordance with the details shown on the Plans and the Collier County specifications. 2.4 Water Services A. Measurement for Water Services, except as otherwise specified, will be based on the number of water services by type actually installed and accepted. B. Payment for furnishing and installing water services will be made at the appropriate Contract unit price per each polyethylene short side and long side service (single and double) from the water main to and including the curb stop within the meter box acceptably installed which price and payment shall be full compensation for all labor, materials, and equipment to install all necessary pipe, fittings, connections, conduits/casings, meter stops, tapping sleeves, curb stops, locking curb stops at vacant properties as specified on the drawings, deflecting, testing, protection of existing utilities and facilities, excavation, pipe bedding, dewatering, compaction, removal of asphalt along utility corridor, removal and replacement of shrubs, pavement, culverts and storm sewers, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing and all other work for a complete installation. 2.5 Connection to Existing Water Main A. Measurement for Connections to Existing Water Mains, except as otherwise specified, will be based on the number of connections actually installed and accepted. B. Payment for connecting the newly constructed water main to the existing water mains will be made at the appropriate Contract unit price per each connection acceptable installed which price and payment shall be full compensation to furnish and install all fittings, connections, tapping sleeve and valve with valve box, blow-offs, miscellaneous piping not included under a separate bid item; restraining existing and proposed piping, concrete work, field measurements, protection of existing utilities and facilities, excavation, pipe bedding, dewatering, compaction, surface restoration, testing, bacteriological sample points testing, cleanup, restoration (not included in a separate pay item), and all other work required for a complete installation. 2.6 Bacteriological Sample Points A. Measurement for furnishing and installing bacteriological sample points will be based on the number of bacteriological sample points (permanent or temporary) installed and accepted. B. Payment for furnishing and installing bacteriological sample points will be made at the appropriate contract unit price per each bacteriological sample point installed and accepted which price and payment shall be full compensation to furnish and install all valves, tubing, fittings, enclosure, all concrete, removal of temporary sample points, and incidentals necessary for a complete installation as shown on the drawings, and as specified herein. 107th Avenue North Section III - 7 Public Utility Renewal 1 1 E GradyMinor 2.7 Meter and Meter Box A. Measurement for Water Meters and Meter Boxes, except as otherwise specified, will be based on the number of meters and meter boxes installed and accepted. B. Payment for installing County provided meter boxes and meters and will be made at the Contract unit price per each meter (occupied properties) and meter box installed and accepted which price and payment shall be full compensation for all labor, material not included within the water meter assembly or the meter box (furnished by County), and furnishing and installing the piping, fittings, conduits/casings, bushing, reducers, and adaptors necessary to connect the proposed meters (located at property lines) to the existing meter locations as depicted on the plans. For material pickup, it will be the responsibility of the contractor to pick up parts at the distribution warehouse on 4370 Progress Avenue as needed and will need to sign the parts request form upon pickup to confirm that all parts are received. All parts requests should be made in writing at least three (3) business days in advance before request for pick up. Parts requests can be emailed to the project manager. The County shall provide all the necessary paperwork associated with the meter replacements. All existing meters and meter boxes removed shall be returned to the County or disposed of by the Contractor(at no additional cost) at the County's discretion. 2.8 Back Flow Device A. Measurement for Back Flow Devices, except as otherwise specified, will be based on the number of back flow devices installed and accepted. B. Payment for installing County provided back flow devices will be made at the appropriate Contract unit price per each back flow device installed and accepted which price and payment shall be full compensation for all labor, material not included within the back flow device assembly as depicted on the plans. For material pickup, the water division will provide all parts. It will be the responsibility of the contractor to pick up parts at the distribution warehouse on 4370 Progress Avenue as needed and will need to sign the parts request form upon pickup to confirm that all parts are received. All parts requests should be made in writing at least three (3) business days in advance before request for pick up. Parts requests can be emailed to the project manager. The County shall provide all the necessary paperwork associated with the back flow device replacements. All existing back flow devices removed shall be returned to the County or disposed of by the Contractor (at no additional cost) at the County's discretion. 2.9 Air Release Valves A. Measurement for Air Release Valves, except as otherwise specified, will be based on the number of air release valves installed and accepted on the potable water main. B. Payment for furnishing and installing air release valves will be made at the appropriate contract unit price per each air release valve installed and accepted which price and payment shall be full compensation to furnish and install the valve, complete with tapping saddle, ballcorp, curb stop, supports, vents, vault, bedding rock, footing, frame, cover, access lid, piping, fitting and bends, enclosures, and other appurtenances. 107th Avenue North Section III - 8 Public Utility Renewal GradyMinor 1 1 E 2.10 Conflict Avoidance(Deflection) A. Measurement for each conflict avoidance constructed (deflection) will be based on the number of each conflict avoidance of existing utilities and drainage installed and accepted. B. Payment for conflict avoidance will be made at the appropriate contract unit price per each deflection installed and accepted which price and payment shall be full compensation to furnish and install pipe, fittings, joint restraints, concrete work, existing utility protection, and any other incidentals necessary for a complete installation as shown on the Drawings and specified therein. 2.11 Temporary Connection to Existing Water Main A. Measurement for installing a temporary connection to the existing water main will be based on the number of each temporary connection installed and accepted. B. Payment for temporary water main connections will be made at the appropriate contract unit price per each temporary connection installed and accepted which price and payment shall be full compensation to furnish and install pipe, valves, fittings, joint restraints, existing utility protection, bacteriological sampling, excavation, pipe bedding, dewatering, compaction, surface restoration, testing, cleanup, abandonment once clearance is obtained, and all other work for a complete installation. 2.12 Remove and Dispose Asbestos Concrete Water Main A. Measurement for removal and disposal of the existing asbestos concrete water main will be based on the laying length of the pipe in linear feet actually removed and disposed of as measured along the centerline of the pipe, including length of fittings and specials measured along the centerlines, between the limits shown on the Drawings and restraint of pipe as required by contract documents. B. Payment of removing and disposing asbestos concrete pipe will be made at the appropriate contract unit price per linear food in accordance with Collier County Standard and as specified herein. 2.13 Allowance A. An allowance is established to cover unanticipated costs including, but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material basis. SECTION 3: WASTEWATER SYSTEM 3.1 8-inch PVC Gravity Sewer A. Measurement for pipe, except as otherwise specified, will be based on the horizontal laying length of the pipe in linear feet as measured to the nearest foot, including the lengths of manholes, valves, and fittings, as installed and accepted. Measure cuts from proposed grade to the invert elevation of the pipe. 107th Avenue North Section III - 9 Public Utility Renewal GradyMinor B. Payment for furnishing and installing SDR 26 PVC gravity sewer will be made at the 1 Contract unit price per linear foot for the pipe in place, including all necessary labor and equipment for laying of the pipe, dewatering, compaction, pipe bedding, backfilling, sheeting, shoring, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; excavation of all material encountered, including rock and unsuitable material, unsuitable material disposal, support of existing sanitary sewer components, support of existing and proposed utility components including potable water service laterals and conduits; backfill, clearing and grubbing, restoration not specified elsewhere, connections not specified elsewhere, coordination with other contractors, and temporary facilities for testing and tests. 3.2 Sanitary Sewer Service Lateral (Replace, Dispose, and Connect) A. Measurement for furnishing and installing sanitary sewer services will be based on the number of each sanitary sewer lateral removed, replaced, and connected to the new sanitary sewer. B. Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per PVC sewer service acceptably installed, including all necessary pipe, fittings, connections, solid sleeves and adaptors, cleanouts, protection of existing utilities and facilities, locating existing sewer laterals, maintaining sanitary sewer service at all times, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, service markers, plugs, removal and replacement of landscaping, pavement, sidewalks and other surface materials not specifically designated in the another pay item, cleanup, testing, and all other work required for a complete installation. 3.3 Remove and Dispose Existing Gravity Sewer Pipe A. Measurement for removal of the existing vitrified clay pipe gravity sewer pipe will be based on the laying length of the pipe in linear feet actually removed as measured along the centerline of the pipe, including length of fittings and specials measured along the centerlines, between the limits shown on the Drawings and as required by contract documents. B. Payment for the removal of the existing gravity sewer pipe will be based on the actual horizontal length of pipe removed, including all excavation, dewatering, sheeting, shoring, protection or adjacent facilities, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; transportation and disposal costs, and all other items necessary to remove and dispose of the existing gravity sewer pipe. 3.4 Precast Polymer Manholes A. Measurement for installation and furnishing of precast polymer manholes, except as otherwise specified, will be based on the number of precast polymer manholes installed and accepted on the potable water main. The depth of the manholes will be measured from the proposed grade to the bottom invert elevation of the sewer. B. Payment for furnishing and installing precast polymer manholes will be based on the actual number of manholes installed and accepted, including all excavation, 107th Avenue North Section III - 10 Public Utility Renewal GradyMinor backfilling, compacted gravel or crushed stone bedding, sheeting, shoring, 11 dewatering, sawing, concrete and epoxy work for reinforcements and field + adjustments, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; protection of adjacent utilities and facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels, and sanitary sewer connections. 3.5 Remove and Dispose Existing Concrete Manholes A. Measurement for removal of existing concrete manholes will be based on the number of concrete manholes removed. B. Payment for removal of existing concrete manholes will be made at the contract unit price and shall include all required excavation, dewatering, sheeting, shoring, protection of adjacent facilities and utilities, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; transportation and disposal costs, and all other items necessary to remove and dispose of the existing concrete manholes. 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole A. Measurement for connection of the gravity main to the new polymer concrete manhole, except as otherwise specified, will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the manholes will be made at the appropriate contract unit price and shall include all required excavation, backfilling, compaction, installation of pipe, fittings, boots, dewatering, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; and all other items necessary to make the connection to the new polymer concrete manholes. 3.7 Connect New Gravity Sewer to Existing Manhole A. Measurement for connection of the new gravity main to the existing manhole, except as otherwise specified, will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the existing manholes will be made at the appropriate contract unit price and shall include all required excavation, backfilling, compaction, sawing, installation of pipe, fittings, boots, dewatering, maintaining the wastewater collection system in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; and all other items necessary to make the connection to the existing manhole. 3.8 Conflict Crossing Through Existing Box A. Measurement for conflict crossing through an existing stormwater box shall, except as otherwise specified, will be based on the number of crossings installed and accepted. B. Payment for conflict crossing through an existing stormwater box be made at the appropriate contract unit price and shall include all required excavation, backfilling, compaction, sawing, coring, concrete work, grouting including patching; piping, 107th Avenue North Section III - 11 Public Utility Renewal 1 1 E GradyMinor conduit, Link-Seal, spacers, fittings, dewatering, maintaining the wastewater and stormwater collection systems in operation at all times, bypass pumping, plugs, and pumper/vacuum trucks as necessary; and all other items necessary to make the crossing through an existing stormwater box. 3.9 Road Restoration —Stabilized Subgrade A. Measurement for removing and replacing stabilized subgrade will be based on the area of material actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing stabilized subgrade will be made at the appropriate contract unit price per square yard installed including furnishing all material, equipment, testing, vibration monitoring during compaction activities, and disposal of old material. All activities should be in accordance with the Collier County Water-Sewer District's Standards and as detailed on the Plans. 3.10 Road Restoration -Limerock Base A. Measurement for removing and replacing street base will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing and replacing street base will be made at the appropriate Contract unit price per square yard for base installed including furnishing all material, equipment, testing, vibration monitoring during compaction activities, and disposal of old material. Replace all base in accordance with the Collier County Standards and details shown on the Plans. 3.11 Road Restoration —Asphalt A. Measurement for removing and replacing street pavement surface will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposing and replacing street pavement surface will be made at the appropriate Contract unit price per square yard for pavement surface installed in the work. Replace all pavement surface in accordance with the Collier County Standard Details and details shown on the Plans. This payment item shall be all encompassing for all asphalt, sign removal and replacements, vibration monitoring during compaction activities, reflective pavement markers, and temporary and final (thermoplastic) striping placed. This payment item shall cover both lifts of asphalt. Contractor may apply for fifty percent (50%) payment at the completion of the first lift of asphalt, and the remaining fifty percent (50%) shall be paid at the completion of the second lift. 3.12 Milling & Resurfacing A. Measurement for milling and resurfacing surface will be based on the area actually placed as field measured and shown on as-built drawings. B. Payment for removing, disposing and replacing street pavement surface will be made at the appropriate Contract unit price per square yard for pavement milled and resurfaced. Mill and resurface all pavement surface in accordance with the Collier County Standard Details and details as shown on the Plans. This payment item shall be all encompassing for all asphalt, sign removal and replacements, vibration monitoring during compaction activities, reflective pavement markers, and temporary 107th Avenue North Section III - 12 Public Utility Renewal Grady Minor 1 E and final (thermoplastic) striping placed. This payment item shall include 1-inch minimum milling with Type SP-9.5 asphalt (1-inch minimum) placed with the final lift of asphalt. 3.13 Allowance A. An allowance is established to cover unanticipated costs including, but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material basis. SECTION 4: STORMWATER SYSTEM 4.1 Existing Storm Culvert Removal and Disposal A. Measurement for removal of the existing various material and sizes storm culverts will be based on the laying length of the pipe in linear feet actually removed as measured along the centerline of the pipe, between the limits shown on the Drawings. B. Payment for removal of existing storm culvert will be made at the contract unit price and shall include all required excavation, dewatering, sheeting, shoring, protection of adjacent facilities, transportation and disposal costs, and all other items necessary to remove and dispose of the existing storm culverts. 4.2 Existing Storm Structure Removal and Disposal A. Measurement for removal of the existing various material and sizes storm culverts will be based on the laying length of the pipe in linear feet actually removed as measured along the centerline of the pipe, between the limits shown on the Drawings. B. Payment for removal and disposal of existing storm structures will be made at the contract unit price. This item shall include removal of all catch basins, yard drains, mitered end sections, and other associated headwalls and structures, required excavation, dewatering, sheeting, shoring, protection of adjacent facilities, transportation and disposal costs, and all other items necessary to remove and dispose of the existing storm structures. 4.3-4.8 Drainage Pipe (Various Types and Sizes) A. Measurement for drainage pipe shall be based on the horizontal laying length of the pipe in linear feet as measured from inside wall to inside wall of inlets, and accepted in accordance with the Drawings and Specifications, as measured along the center line of the completed pipe. B. Payment for furnishing and installing various types and sizes of storm drain pipe will be made at the contract bid for unit price per linear foot and shall include all excavation (including rock, and other inorganic and organic unsuitable material), disposal of excess material, bedding, gravel trench, backfill, gravel trenches, compaction, vibration monitoring during all compaction activities, installation of pipe and fittings, silt socks, gaskets, all equipment, and all other incidentals necessary to complete the installation as specified. 107th Avenue North Section III - 13 Public Utility Renewal 1 GradyMinor 4.10 Concrete Mitered End Sections A. Measurement for the construction of the mitered end sections shall be based on the number of mitered end sections actually installed and accepted. The pipe length is not included as part of this pay item. The pipe length is included in the pipe pay item. B. Payment for furnishing and installing the mitered end sections will be made at the contract bid unit price per each mitered end section installed, including, all necessary material, forms, labor, grading, and equipment necessary for the completion of the required item. 4.11-4.13 Type C Catch Basin/Sedimentation Catch Basin/Catch Basin w/Weir Plate A. Measurement for the construction of Type "C" Catch Basin and Type "C" Sedimentation Catch Basin and Type "C" Sedimentation Catch Basin with Weir Plate shall be based on the number of catch basins actually installed and accepted. B. Payment for furnishing and installing the catch basins will be made at the contract bid unit price per catch basin installed, including, all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, inlet bottom, field adjustments, cutting, concrete reinforcement work, riser (if required), frame, weir plate, adjustments, grate or cover, any incidental regrading, and all transportation, labor equipment and all other incidentals required to construct the new inlet complete in place. 4.14 ADS Inline Yard Drain A. Measurement for the construction of Yard Drains shall be based on the number of yard drains actually installed and accepted. B. Payment for furnishing and installing yard drains shall be made at the Bid Form unit price for each yard drain furnished and installed. Payment will be full compensation for all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, any incidental regrading, and all transportation, labor, equipment and all other incidentals required to install the yard drains as shown on the Drawings. 4.15 ADS Drainage Basin A. Measurement for the construction of ADS Drainage Basins shall be based on the number of yard drains actually installed and accepted. B. Payment for furnishing and installing ADS drainage basins shall be made at the Bid Form unit price for each drainage basin furnished and installed. Payment will be full compensation for all excavation (including rock and inorganic and organic unsuitable material), grading, disposal of excess material, bedding, backfilling, compaction, any incidental regrading, and all transportation, labor, equipment and all other incidentals required to install the yard drains as shown on the Drawings. 4.16 Connection to Existing Storm Structure A. Measurement for connection of the new stormwater pipe to the existing catch basin, except as otherwise specified, will be based on the number of connections installed and accepted. B. Payment for installing the new connection to the existing catch basins will be made at the appropriate contract unit price and shall include all required excavation, 107th Avenue North Section III - 14 Public Utility Renewal 1 1 E GradyMinor backfilling, compaction, sawing, installation of pipe, fittings, dewatering, and all other items necessary to make the connection to the existing catch basin. 4.17 Allowance A. An allowance is established to cover unanticipated costs including, but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of Allowance must be approved by the Collier County prior to the execution of the work. All work must be billed on a time and material basis. END OF SECTION 107th Avenue North Section III - 15 Public Utility Renewal 1 1 E GradyMinor SECTION IV SPECIAL PROJECT PROVISIONS 107th Avenue North Public Utility Renewal 1. Time is of the essence on this project and construction activities from mobilization to demobilization, including final restoration, must be completed by December 31, 2017. The resulting contract will commence on issuance of a notice to proceed (NTP) and be in effect until completion of the project. 2. All driveways shall be restored to their previous condition or better, according to Collier County Standards. Gravel, dirt, and concrete driveways shall be replaced with concrete to the edge of the right-of-way and asphalt driveways shall be replaced with asphalt to the edge of the right-of-way, unless otherwise specified on the plans. 3. During construction, the Contractor shall keep one lane of traffic open at all times on all affected roads. Flagmen shall be utilized to assist traffic through the construction zone when two lanes of travel are not provided. Access onto existing streets and drives shall be maintained to local traffic, emergency vehicles, delivery vehicles, postal vehicles, public transportation, solid waste and recycling vehicles, and property owners. At all times, access must be provided to existing fire hydrants, valves, manholes, and cleanout. 4. Steel reinforced polymer concrete manholes shall be used for each manhole installation of this project. All steel reinforced polymer concrete structures must be supplied by a qualified company with a minimum of 5 years' experience manufacturing polymer concrete. All steel reinforced polymer concrete structures shall be manufactured and installed with the applicable requirements of ASTM C76, C478, C443, D6783, C267, A82, A165, A496, A497, A615, and A615M. In no cases shall the wall thickness be less than 4 inches for 60" diameter and larger and 3" for 48" diameter. Internal protection (coating) is not required with this material. 5. All cuts and modifications made to the steel reinforced polymer concrete manholes must be repaired and formed with a pre-proportioned Epoxy Polymer concrete prepared and installed according to the manufacturer's specifications. 6. The Contractor shall notify Collier County Utilities Department at least ten (10) calendar days in advance of all planed service interruptions, and receive County Project Manager's approval before proceeding with planned interruptions. 7. Contractor shall assume all existing mains are unrestrained at the connection points and will agree to restrain the mains in accordance with the Collier County Water-Sewer District, Utilities Standards Manual. 107th Avenue North Public Utility Renewal Section IV - 1 1 1 E GradyMinor 8. All pressure piping shall be installed with a 12# AWG locating tone wire. Prior to final acceptance and payment, the contractor shall verify that all piping has at least one detectable tone locating wire with the County inspector or designee. 9. Work shall be limited to 7:00 AM to 7:00 PM Monday through Saturday. No work shall be permitted on Sundays and County Holidays without prior approval. 10. All Collier County Water-Sewer District, Utilities Standards (design criteria, specifications, and details) are applicable to this project and are made part of the Contract Documents by reference to current County Utilities Standards, located at the following web address: http://www.colliergov.net/index.aspx?page=389 In the event of a conflict between the County Utility Standards and these specifications and drawings, the more stringent requirement shall apply. 11. Contractor shall be responsible for all costs associated with installing and testing of all compact fill materials to avoid future settlement. Within paved areas, at a minimum, backfill and compaction shall be per detail G-2B. Perform compaction density tests at all such backfill areas with spacing not to exceed 100 feet apart and on each compacted layer for paved areas. For unpaved areas, compaction shall be per detail G-01 and testing shall take place a minimum of every 500 feet, or a minimum of one test per every section of pipe laid. Compaction testing density shall be per ASTM D 1557. 12. Contractor shall be responsible for all inspection and testing unless otherwise specified. For tests to be made by the Contractor, the testing personnel shall make the necessary inspections, furnish all material and equipment to properly perform the testing, and furnish all results to Collier County for acceptance of all equipment and installation as required. 13. Contractor shall be responsible for the cost of all testing as required. 14. New water main and service piping (from main to curb stop at meter) shall be constructed, pressure tested, flushed (full bore), and bacteriologically cleared for FDEP clearance. 15. Flushing (full bore and dechlorinating) and water from dewatering operations shall not enter the US41 ROW and/or drainage system. 16. The Contractor shall provide for review by the Owner and Engineer a detailed sequence of construction that identifies how new gravity sewer and service laterals will be installed, as well as system testing, while keeping the existing system in service. 17. Clearing and grubbing shall be limited to work areas only. Contractor shall be responsible for restoring all areas disturbed by his work. All disturbed areas shall be 107th Avenue North Section IV - 2 Public Utility Renewal 11E GradyMinor restored to pre-construction conditions. Contractor shall be required to water vegetation replaced until established/rooted. 18. Trees and shrubs within the work area shall be removed as directed by Collier County and/or the property owner, and fully restored from ROW to ROW. No additional payment for restoration per the ROW standard 19. All fences damaged/removed shall be restored to their original conditions. 20. In accordance with the Collier County requirements, a pre-construction video (dry and wet conditions) shall be taken with copies provided to the County and Engineer. Contractor shall supplement these videos with still photographs (in addition to the pictures required in the Pre-Construction Assessment Forms) as necessary to reflect existing conditions. This shall include but not be limited to sod type, driveways and driveway culvert. 21. Contractor shall be responsible for all construction layout and preparation of Record Drawings in accordance with County requirements. This shall include but not be limited to water main, valves, fire hydrants and services. 22. Contractor shall field verify the location (horizontal and vertical), size, and material of all utilities (public and private) within the limits of the project and all utility mains which connections are to be made. Contractor shall conduct pot-holing of all areas a minimum of one (1) week prior to any work in an area. This shall be reviewed with the County and Engineer to allow adjustment of mains as required to minimize conflicts.. 23. Contractor shall contact all utility suppliers, including but not limited to Collier County, Comcast, Summit Broadband, Inc., Florida Power & Light, and CenturyLink for locating of their facilities. Contractor shall coordinate with these utilities for protection and adjustment of their facilities as needed. All costs shall be included in individual bid items. 24. Contractor shall be responsible for the cost of all material testing as required. 25. Contractor shall be responsible for all Maintenance of Traffic for the project. Maintenance of Traffic shall be in accordance with the FDOT Standard Index and the Manual of Uniform Traffic Control Devices (MUTCD, Part VI). Existing traffic conditions may warrant night work. If night work is required, the Contractor will be responsible for proper MOT at no additional cost. 26. The Contractor shall be responsible for obtaining equipment and material storage areas and all necessary permits, ROW, and temporary construction access. Where private storage areas are utilized, the Contractor shall provide a copy of the Agreement to the County. 107th Avenue North Section IV - 3 Public Utility Renewal GradyMinor 27. The Contractor shall be responsible for maintaining all work areas in a safe and clean manner as identified in the County Utilities Standards Manual. This shall include but not be limited to daily sweeping of roadway and sidewalk surfaces. 28. All excavation shall be unclassified with no additional payment to be made for rock, unsuitable material, or dewatering. The Contractor shall be responsible for making his own site observations and exploration to determine site conditions prior to bidding. 29. The Contractor shall prepare and provide for review by the Owner and Engineer a MOT Plan, Asbestos Removal Plan, Tropical Storms and Hurricanes Plan, and Safety Program/Risk Management Program. 30. The Contractor shall monitor vibrations during construction activities to ensure that peak particle velocity as measured by a geophone, seismograph, or other appropriate device does not exceed 0.5 inches per second as measured at the right-of-way line. Contractor shall hire a third-party inspector who specializes in vibration monitoring to be responsible for providing, monitoring, calibrating, and maintaining all vibration monitoring equipment. If at any time the peak particle velocity exceeds 0.5 inches per second then the contractor shall modify his construction operations as necessary, including but not limited to using static compaction methods in lieu of vibratory rollers. The Owner and Engineer shall receive copies of all vibration monitoring test results. 31. The Contractor shall submit for each property a Pre-Construction Assessment Form prior to commencement for the phase of work during which the property will be impacted. The Pre-Construction Assessment Form is included in Section IX of this document. An editable electronic version of the form will be provided to the Contractor. Each form shall be prepared electronically and submitted as an un-editable PDF to the County. The file name shall reflect the property address in the following format: Street Name, Property Number (i.e. 107th Avenue, 727.PDF) Duplexes and properties with multiple addresses per legal parcel shall be submitted as separate sheets in the following format: Street Name, Legal Property Number, Type of residence (duplex, apartment, etc.), Street Number on building (i.e. 107th Avenue 727, Duplex 731.PDF). 32. The Contractor shall furnish, install, and maintain two project identification signs at the following locations: a. Facing east on 107th Avenue North just west of the 8th Avenue North intersection. b. Facing west on 107th Avenue North just east of the Vanderbilt Drive intersection. The Contractor shall update the information on the signs as required by the Owner up to two times during the project and shall remove the signs on completion of construction. Contractor's name and the name and telephone number of the Contractor's contact person to be included on the sign. Graphic design, style of lettering, and colors shall be approved by the Engineer and the Owner. The sign shall be manufactured by a professional experience in type of work required and shall be painted to adequate resist weathering and fading for scheduled construction period. The sign shall be one piece and made of new marine grade plywood 107th Avenue North Section IV - 4 Public Utility Renewal 1 1 E GradyMinor wood or metal, in sound condition structurally adequate and suitable for specified finish, with a thickness as required to span framing members, to provide even, smooth surface without waves or buckles. All hardware shall be galvanized bolts, nuts and washers. Nailing will not be permitted. Each sign shall be of size of not less than 32 square feet with design, lettering, and construction as shown in the following Project Sign detail specifications: The left one quarter (1/4) of the sign shall contain the official Collier County seal and a list of the current Collier County Board of County Commissioners with names and district. Color shall be English Ivy Green glossy background with white letters. m. , Donna Fiala— 1 ; Georgia Hiller—2 Tom Henning—3 Penny Taylor—4 Tim Nance— 5 Tag line under the list of commissioner names should read, "Working to improve your water, sewer, and stormwater service." The right three-quarters of the sign shall contain the following on a white background with English Ivy Green letters (as an example): Name of Project: 107th Avenue Public Utilities Renewal Project Design Professional: Q. Grady Minor& Associates, P.A. Project Contractor: Project Management: Collier County Public Utilities Dept. Project Inspector: Stantec Project Completion Date: December 2017 For Information Please Contact: Color: White background with English Ivy Green letters • Overall border shall be glossy black. • The size of the sign shall be four feet (4') high by eight feet(8')wide. The sign shall be in conformance with the Collier County Land Development Code and in a format approved by the county. • Construction sign shall be supported by a minimum of two 4" X 4" posts painted white. • Removal and disposal of the sign after project completion is the responsibility of the contractor. • A proof of the sign must be approved by the Project Manager before the contractor sends it for production. 107th Avenue North Section IV - 5 Public Utility Renewal 1 1 E GradyMinor SECTION V PERMITS 107th Avenue North Public Utility Renewal The following Permits for the Project have already been obtained by Collier County or are the Contractor's responsibility to obtain, as noted below. Copies of all obtained Permits shall be made available to the Contractor. It shall be the Contractor's responsibility to read and understand all Permit and Permit Conditions. 1. A FDEP Permit to Construct PWS Components — To be submitted and received by the County. 2. FDEP Wastewater Permit- To be submitted and received by the County 3. SFWMD Environmental Resource Permit Letter Modification— To be submitted and received by the County 4. SFWMD Master Dewatering Permit—To be submitted and received by the County 5. SFWMD Dewatering Permit Letter Modification and Extensions — To be submitted by the County with coordination from the Contractor. 6. Collier County ROW Permit - To be submitted by the County and finalized once a Contractor is awarded. 107th Avenue North Section V - 1 Public Utility Renewal 1 1 E SECTION VI 107TH AVENUE NORTH PUBLIC UTILITIES RENEWAL MATERIAL DELIVERY/RETURN CONFIRMATION NOTE: This form is to be completed by Contractor and County Representative at time of all material delivery to site and at time of all pick up of returned materials. All material shall be reviewed for condition, type, size and quantity. Delivery or pick-up tickets should be attached to form. DATE: COUNTY REPRESENTATIVE: CONTRACTOR REPRESENTATIVE: MATERIAL DELIVERY OR PICKUP: DELIVERED OR PICKED UP BY: MATERIAL (LIST BELOW) ITEM SIZE QUANITY COMMENTS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. PROVIDE ADDITIONAL COMMENTS AS NECESSARY: County Representative Contractor Representative 107`h Avenue North Section VI-t Public Utilities Renewal 1 1 E SECTION VII RISK MANAGEMENT DEPARTMENT Co er County ASBESTOS REMOVAL PLAN SUBJECT: ASBESTOS REMOVAL& CONTRACTOR OPERATIONS REFERENCE: CMA 5902 &ALL APPLICABLE JSA's EFFECTIVE DATE: 10/27/10 REVISION DATE: N/A Purpose This Asbestos Removal and contractor operations Written Plan establishes Collier County's requirements for the safe work practices whenever asbestos containing material and/or suspected asbestos containing material is disturbed. This may include the demolition of buildings, insulation materials, underground piping, etc. This written program applies to all asbestos removal operations performed within Collier County Government where employees may encounter asbestos or suspected asbestos containing material as part of their job duties. This plan also outlines the minimum requirements our contractors must follow when encountering asbestos or suspected asbestos containing material during demolition, insulation removal and/or underground piping repair, replacement or removal. Scope The control of asbestos removal via written programs and task procedures, such as JSA's are only one component of assuring"cradle to grave"control over the safe and environmentally responsible removal of asbestos. Therefore, affected departments have the responsibility in conjunction with Risk Management to ensure the work they perform as well as the work performed by contractors is completed according to all applicable OSHA, EPA, FDEP and/or DOT regulations. This plan is intended for Collier County buildings and utilities under control of the board of County Commissioners and is not designated for asbestos identification and/or removal activities within public schools operations that are regulated under 40 CFR part 763 Subpart E. Administrative Duties/Responsibilities Collier County's Risk Management Department has developed this written plan and maintains the master copy of this asbestos removal plan. This department is responsible for all facets of the master plan and has full authority to make necessary decisions to ensure the success of this plan. Collier County's Safety staff is also qualified, by appropriate training and experience that is commensurate with the complexity of the plan,to administer or oversee our asbestos removal written plan. Department f Site-Specific Plans The master plan does not contain all site-specific additions to this master plan. Development, maintenance and revision of site-specific plans are the responsibility of each affected department and will vary by department. Site-specific Plans shall be developed using a "Department Insert"to accompany the master copy of this plan. Records Retention • Each facility/department is responsible to maintain copies of all forms indefinitely. Where revisions are made to their site-specific plan, the outdated document shall be retained indefinitely. ■ Each facility/department is responsible to maintain copies of all employee training lists, waste disposal manifests and any inspection forms indefinitely. This written Asbestos Removal Written Plan is kept at the following location(s): 1 1 E ▪ The Risk Management Department maintains a copy of the master plan and copies of completed and submitted site-specific plans • Each affected department is responsible for maintaining the master plan and a site-specific plan. Table of Contents Section I Definitions Page 3 Section II Applicable Regulatory Requirements Page 4 Section III Inventory Surveillance and Notification Page 4 Section IV Training Requirements Page 5 Section V Use of Personal Protective Equipment Page 5 Section VI Medical Surveillance Page 6 Section VII FDEP Notification Requirements Page 6 Section VIII Removal and Handling Requirements Page 7 Section IX Contractor Requirements Page 8 Section X Disposal Requirements Page 9 Section XI Prohibited Practices Page 9 Note: All Attached forms are Examples only— Obtain Originals from Risk Mgt Appendix A Asbestos Inventory Page 10 Appendix B Non Hazardous Waste Manifest Page 11 Appendix C FDEP Notification Form Page 12 Appendix D Department Specific!Site Specific Program Insert Page 14 Appendix E Medical Questionnaire Page 15 Appendix F Project Initialization Checklist Page 16 Appendix G Construction/Removal Checklist Page 17 Appendix H Disposal Checklist Page 18 Appendix I Document Control Checklist Page 19 Appendix J(a) WMI Waste Profile Form - Friable Page 20 Appendix J(b) WMI Waste Profile Form - Non-Friable Page 21 2 1 1 E Section I Definitions Asbestos: includes chrysotile, amosite, crocidolite,tremolite asbestos, anthophyllite asbestos,actinolite asbestos,and any of these minerals that has been chemically treated or altered. Asbestos-Containing Material (ACM): any material containing more than one percent asbestos. Class I Asbestos Work:the removal of thermal system insulation and/or surfacing material(ACM or PACM). Class II Asbestos Work: removal of any ACM which is not Class I, such as wallboard,floor tile, ceiling tile, linoleum, transite board, roofing materials and mastics. Class III Asbestos Work: repair and maintenance operations where ACM is likely to be disturbed. Class IV Asbestos Work: maintenance and custodial activities during which employees contact but do not disturb ACM, and activities to clean up dust and debris which may be generated by Class I, II, or III work. Clearance Air Monitoring:Air monitoring conducted by an Asbestos Project Monitor at the conclusion of an asbestos project. Clearance air monitoring includes the successful completion of a final visual inspection for work area debris and the collection and analysis of air samples in accordance with AHERA protocols. Competent person means, in addition to the definition in 29 CFR 1926.32(f), one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure,who has the authority to take prompt corrective measures to eliminate them, as specified in 29 CFR 1926.32(f): in addition,for Class I and Class II work who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR 763)for supervisor, or its equivalent and,for Class III and Class IV work,who is trained in a manner consistent with EPA requirements for training of local education agency maintenance and custodial staff as set forth at 40 CFR 763.92 (a)(2). Demolition -The wrecking or taking out of any load-supporting structural member of a facility together with any related handling operations or the intentional burning (i.e. practice burns)of any facility. DOT—U.S.and/or Florida Department of Transportation EPA—U.S Environmental Protection Agency FDEP—Florida Department of Environmental Protection Friable Asbestos Containing Material: any material containing more than one percent asbestos,which when dry, may be crumbled, pulverized or reduced to powder by hand pressure. High Efficiency Particulate Air(HEPA) Filter: a filter capable of trapping and retaining at least 99.97 percent of all mono-dispersed particles of 0.3 micrometers in diameter. Negative Exposure Assessment(NEA): a demonstration by the employer,which complies with the criteria in OSHA 29 (CFR) 1926.1101 paragraph (f) (2) (iii), that the employee exposure during the monitored operation is expected to be consistently below the PELs. Non-Friable Asbestos Containing Material: materials in which asbestos is bound in a matrix which cannot, when dry, be crumbled, pulverized or reduced to powder by hand pressure(such as floor tile and asphaltic building materials). NESHAP—EPA mandated National Emissions Standards for Hazardous Air Pollutants OSHA—U.S.Occupational Health and Safety Administration Permissible Exposure Limits (PELs): (1)Time Weighted Average(TWA): the employer shall ensure that no employee is exposed to an airborne concentration of asbestos in excess of 0.1 fiber per cubic centimeter as an eight(8) hour time weighted average. (2) Excursion Limit(EL):the employer shall ensure that no employee is exposed to an airborne 3 3 liE concentration of asbestos in excess of 1.0 fiber per cubic centimeter of air as averaged over a sampling period of thirty (30) minutes. Presumed Asbestos Containing Material(PACM):thermal system insulation and surfacing material in buildings constructed no later than 1980, are assumed to contain asbestos until it has been analyzed to verify or negate its asbestos content. Regulated Asbestos Containing Material; (RACM)is (a)friable asbestos material,(b) Category I non-friable ACM that has become friable, (c)Category I non-friable ACM that will be or has been subjected to sanding,grinding, cutting or abrading, or(d)Category II non-friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by the forces expected to act on the material in the course of demolition or renovation operations. Regulated Area: means an area established by the employer to distinguish areas where airborne concentrations of asbestos exceed or there is a reasonable possibility that they may exceed the permissible exposure limits. Renovation -Altering a facility or one or more facility components in any way,including the stripping or removal of Regulated Asbestos Containing Materials(RACM)from a facility component.A renovation could be, but not limited to,any interior renovation or remodel not affecting load-supporting structural members or a roof replacement. Vinyl Asbestos Floor Tile(VAT): vinyl floor tile and in some cases its mastic which contain more than one percent asbestos and must be handled as ACM. Section II— Applicable Regulatory Requirements OSHA—29 CFR 1910.1001 -Worker protection measures-engineering controls, worker training, labeling, respiratory protection, bagging of waste, permissible exposure level. OSHA—29 CFR 1926.1101 -Worker protection measures for all construction work involving asbestos,including demolition and renovation-work practices,worker training, bagging of waste, permissible exposure level. DOT—49 CFR Parts 171 and 172-Regulates the transportation of asbestos-containing waste material. Requires waste containment and shipping papers. EPA—40 CFR Part 61 Subpart M—Regulates disposal activities in regards to emissions standards for manufacturing and removal of asbestos. EPA—40 CFR Part 763 Subpart G -Protects public employees performing asbestos abatement work in States not covered by OSHA asbestos standard. EPA—40 CFR Part 763 Subpart E—Sets forth training requirements for asbestos workers performing work in Schools, Public Buildings, or Commercial Buildings. F.A.C.—62-257—Florida Department of Environmental Protection asbestos removal program FS Section 469—Licensing Requirements Section ill—Inventory, Surveillance, and Notification Collier County Departments are required to maintain an Inventory of all asbestos containing material (appendix A). All accessible functional spaces with known or suspected asbestos containing materials other than flooring are required to be visually inspected at a minimum of twice a year. Spaces with known or suspected asbestos containing flooring are inspected once per year.The current condition of the asbestos containing material is evaluated relative to its condition at previous surveys. Deterioration or a change in the condition of any asbestos containing material is documented, If this deterioration results in a significant health risk to building occupants the deteriorated area is scheduled for hazard abatement. 4 Inspections are performed by individuals who are currently certified as EPA Asbestos Building inspectors or who have been trained to recognize asbestos hazards. Each affected department is responsible to ensure that properly trained personnel are available for inspections.This person or persons shall be designated on their Department/Site-Specific Insert that accompanies this master plan. Buildings presumed to contain asbestos containing materials are posted with a notice sign alerting occupants to the presence of asbestos and guidance on where to find further information. These notices are posted inside of the buildings near the entrances. Contractors performing work on a Collier County Building or utility that contains asbestos are notified about the presence of asbestos containing materials. An updated asbestos survey, identifying both friable and non-friable asbestos containing materials, must be conducted of any building or section of a building that is scheduled for renovation or demolition.A draft copy of the survey must be reviewed by the Risk Management for completeness prior to accepting the final product.A copy of the updated survey must be kept on site until the renovation or demolition activities are completed. The survey must be conducted under the supervision of a Florida licensed asbestos consultant. Individuals performing asbestos surveys must be certified as EPA asbestos inspectors through a Florida approved training provider. Occupants of areas adjacent to planned asbestos removal projects must be notified prior to the start of removal activities. This notification may be in writing or by personal communication and must include information pertaining to what material is being removed and what measures are being taken to prevent exposure to asbestos fibers. Section IV—Training Requirement There are various levels of training required depending on the type of involvement with asbestos materials. Each department is responsible for ensuring employees are trained for their level of asbestos involvement. Environmental Health and Safety staff can guide and assist in training. Documentation of training activities must be provided to the Risk Management office. Awareness Training -This is the most basic level of training, and is required for custodial and maintenance employees assigned to a building or utility containing asbestos or presumed asbestos containing materials. Class I or Class II-Employees who will be removing or disturbing asbestos or presumed asbestos containing materials must be trained equivalent in curriculum,training method and length to the EPA Model Accreditation Plan asbestos abatement worker training. The state of Florida requires at a minimum this course be four days in length. Class Il Cement piping—All workers must have completed an approved 8 hour class II Cement Piping Removal course Class III or Class iV—Employees must be trained in aspects of asbestos handling appropriate for the nature of the work, to include procedures for setting up glove bags, and mini enclosures, practices for reducing asbestos exposures, use of wet methods,the content of OSHA Construction Standard for Asbestos,and the identification of asbestos. Such training shall include successful completion of a course that is consistent with EPA reqquirements for training of local educational agency maintenance and custodial staff as set forth at 40 CFR 763.92(a)(2), or equivalent. Other Requirements—Employees involved in class i, II, or III asbestos work must also have medical clearance, be properly fitted, and instructed in the usage and care of a respirator, be enrolled in the collier county medical surveillance program as outlined in section Vi. Section V- Use of Personal Protective Equipment Respiratory Protection—Respiratory protection must be worn at all times during any work that may or has the potential to disturb asbestos. At a minimum the respiratory requirements are a 100 percent efficiency HEPA filter. Eye protection—Goggles must be worn at all times during any work that may or has the potential to disturb asbestos Protective Clothing--Protective clothing must be worn at all times during asbestos work. At a minimum this includes a Protective suit(i.e. Tyvek), disposal inner and outer gloves, a disposable hood, and boot covers. 5 1 1 E Decontamination—Ali clothing worn during asbestos work must be discarded or decontaminated once the work is complete. All disposed clothing will be wrapped with the asbestos containing material and disposed of in a similar way. At a minimum staff must decontaminate equipment such as tools and respirators with light soap and water. Example:Contaminated clothing, gloves and material wrapped securely in 6 mil or thicker plastic, and then adequately taped to ensure no contaminated material can escape. Section VI— Medical Surveillance It has been determined that Collier County Government does not have any division, department or section/location that performs asbestos work for a combined total of 30 days or more per year or are exposed above the permissible exposure or excursion limit. Therefore,the following medical requirements are only listed should the agency meet the below listed requirements in the future. Medical examinations and consultations are required for all employees who are engaged in asbestos work for a combined total of 30 or more days per year or;are exposed at or above the permissible exposure limit or excursion limit; and for employees who wear negative pressure respirators.Days when fewer than sixty minutes of asbestos work are completed are not included in the 29-day count. These examinations are repeated at least annually thereafter. If the examining physician determines that any of the examinations should be provided more frequently than specified, affected employees will be examined at the frequencies specified by the physician. Medical examinations include a medical and work history,with special emphasis directed to the pulmonary, cardiovascular, and gastrointestinal systems.Along with a pulmonary function test,any examinations or tests deemed necessary by the examining physician will be included.A copy of the medical questionnaire can be found in appendix E. Information Provided to the Physician The following information must be provided to the physician by the employee's supervisor before the physical. -A description of the affected employee's duties as they relate to the employee's exposure. -The employee's representative exposure level or anticipated exposure level, -A description of any personal protection equipment to be used by the employee. -Any information from previous medical examinations of the affected employee that is not otherwise available to the examining physician. Physician's Written Opinion The examining physician provides a written statement consisting of the physician's opinion whether the employee has any detected medical conditions that would place the employee at an increased risk of health impairment from exposure to asbestos. Any recommended limitations on the employee,or on the use of personal protective equipment such as respirators,will be noted in the opinion. The opinion will also include statements that the employee has been informed by the physician of the results of the medical examination,and any medical conditions that may result from asbestos exposure.A statement will also be included that the employee has been informed by the physician of the increased risk of lung cancer attributable to the combined effect of smoking and asbestos exposure. The physician will not reveal in the written opinion specific findings or diagnoses unrelated to occupational exposure to asbestos.The supervisor will provide a copy of the physician's written opinion to the affected employee within 30 days from its receipt. Section VIi— FDEP Notification Requirements The Florida Department of Environmental Protection(DEP) administers an asbestos removal program under Chapter 62- 257, Florida Administrative Code. The program's intent is to prevent the release of asbestos fibers to the outside air during demolition or renovation activities, 6 1 1 E The program requires prior notification to the DEP on the removal of threshold amounts of asbestos from certain types of facilities. These thresholds are noted below under the renovation and demolition sections. In the event that a threshold is met and notification is required there is a 10 day waiting period from the time DEP has been notified to when renovation can begin. The waiting period is not required if the removal is for emergency purposes. Renovation-Asbestos National Emission Standards for Hazardous Air Pollutants(NESHAP)regulations must be followed for all renovations of facilities with at least 80 linear meters(260 linear feet)of regulated asbestos-containing materials(RACM)on pipes,or 15 square meters(160 square feet)of regulated asbestos-containing materials on other facility components,or at least one cubic meter(35 cubic feet)off facility components where the amount of RACM previously removed from pipes and other facility components could not be measured before stripping.These amounts are known as the"threshold"amounts. Demolition -Asbestos NESHAP regulations must be followed for demolitions of facilities with at least 80 linear meters (260 linear feet)of regulated asbestos-containing materials(RACM)on pipes, 15 square meters(160 square feet)of regulated asbestos-containing materials on other facility components,or at least one cubic meter(35 cubic feet)off facility components where the amount of RACM previously removed from pipes and other facility components could not be measured before stripping. However, all demolitions must notify the appropriate regulatory agency, even if no asbestos is present at the site, and all demolitions and renovations are"subject"to the Asbestos NESHAP insofar as owners and operators must determine if and how much asbestos is present at the site. If Category II non-friable ACM has not crumbled, been pulverized or reduced to powder and will not become so during the course of demolition/renovation operations, it is considered non-friable and therefore is not subject to Asbestos NESHAP or FDEP notification requirements. However, if during the demolition or renovation activity it becomes crumbled, pulverized or reduced to powder, it is covered by the Asbestos NESHAP and FDEP requirements. Prior to all renovation, demolitions, or removal of asbestos contact the Risk Management Department for further regulatory guidance. Section VIII— Removal and Handling Requirements A department/Site-Specific program insert must be developed for each new removal task.Where each task is similar in nature, a common procedure,such as a Job Safety Analysis may suffice for the department/site-specific insert. Regulated area—The area around where the work is being performed must be marked off as a regulated area and can be accessed by individuals who are trained, qualified,and wearing appropriate PPE. There must be signs posted around the work site that are clearly visible,and state the following: DANGER ASBESTOS CANCER AND LUNG DISEASE HAZARD AUTHORIZED PERSONEL ONLY Where the use of respirators and protective clothing is required in the regulated area the warning sign shall include: RESPIRATORS AND PROTECTIVE CLOTHING ARE REQUIRED iN THIS AREA Class I -This is work involving the removal of thermal system insulation, or surfacing material, and typically will not be performed by Collier County employees. Class II -Where a negative exposure assessment cannot be documented, or where during the job conditions indicate there may be exposure above the PEL, or where the asbestos containing material cannot be removed in a substantially intact state, a negative pressure enclosure must be used.These barriers are necessary to prevent the migration of airborne asbestos from the regulated area.The effectiveness of the barriers should be verified by perimeter area monitoring or visual surveillance. Class II work also may be performed using a method allowed for Class I work, and glove bags and glove boxes are allowed if they fully enclose the Class II material to be removed. Impermeable drop cloths must 7 1 1 E be placed on surfaces beneath all removal activity. For Class II work the competent person must be specially trained in a course that meets the criteria of EPA"s Model Accreditation Plan (40 CFR 763)for project supervisor, or its equivalent. Specialized Class II Work Removing Vinyl and Resilient Flooring Materials Vinyl and resilient flooring materials are exempted from the 160 square foot limit.This work requires specialized training provided, or approved, by the University of Florida Asbestos Coordinator. Flooring or its backing is not to be sanded, ground abraded or intentionally broken or chipped,Vacuums equipped with High Efficiency Particulate Air(NEPA)filter,disposable dust bag,and metal floor tool(no brush)shall be used to clean floors. Resilient sheeting shall be removed by cutting with wetting of the snip point and wetting during removal, Rip-up of resilient sheet floor material is prohibited.All scraping of residual adhesive and/or backing shall be performed using wet methods. Dry sweeping is prohibited. Mechanical chipping is prohibited unless performed in a negative pressure enclosure.Tiles must be removed substantially intact. Roofing Material-Roofing materials are exempted from the 160 square foot limit. This work requires specialized training provided, or approved, by the University of Florida Asbestos Coordinator. When removing roofing material that contains asbestos, remove the roofing material in an intact state to the extent feasible. Cutting machines shall be continuously misted during use, unless the competent person determines that misting substantially decreases worker safety.All loose dust left by the sawing operation must be HEPA vacuumed immediately. Cutting of cement asbestos (Transitee) is prohibited without the written permission of the University Asbestos Coordinator. Unwrapped or unbagged roofing material must be immediately lowered to the ground by way of covered, dust-tight chute, crane or hoist,or placed in an impermeable waste bag or wrapped in plastic sheeting and lowered to ground by the end of the work shift. Upon being lowered, unwrapped material shall be transferred to a closed receptacle in such manner to preclude the dispersion of dust. Roof level heating and ventilation air intake sources shall be isolated or the ventilation system shall be shut down. Cement piping—Removal of cement piping for maintenance activities is a common practice in Collier County Public Utilities Division. If the work is being conducted by Collier County Employees then the department specific plan and all required JSA's for such work shall be followed at all times. in the event the work is being conducted by a contractor the contractor is subject to all applicable State, local, and Federal Regulations. Class Ill All class Ill asbestos work that can include a process that has the potential for disturbing a process must be evaluated by Risk Management prior to work being completed. If it is determined that the work will cause a disturbance then Class II procedures will be followed. Section IX— Contractor Requirements Work is to be performed in accordance with the 29 CFR 1926.1101 (OSHA Asbestos Construction Standard), 40 CFR 61 Subpart M (EPA NESHAP Regulations), and any other applicable Federal, State, and County regulations. All contactors performing asbestos work must be in compliance with all state licensing requirements for the type of work they are performing. Prior to conducting any work on asbestos containing materials contractors must submit proof of qualified personnel, all contract employees must be trained in accordance with OSHA and EPA requirements. All contractors that will be performing work on any asbestos containing material must submit an Asbestos Abatement Work Plan to the county department work is being performed for and the Risk Management Department for approval. The work plan must include: licensing, employee training, handling,storage, and disposal of asbestos containing material as referenced within the applicable OSHA and EPA/FDEP Regulations. This plan must be approved by the Risk Management Department prior to any work being completed. For contractors that provide emergency repair services an Asbestos Abatement Plan must be submitted as outlined above on an annual basis. All contractors must be in compliance with Section X Disposal Requirements. 8 1 1 E Section X— Disposal Requirements All asbestos containing materials that reside on Collier County Property and Utilities are under the ownership of the county. Federal disposal regulations set forth cradle-to-grave responsibility with asbestos as a hazardous material. Therefore the responsibility of proper disposal is ultimately that of Collier County. All shipments and disposal of Asbestos must be accompanied by and Non-Hazardous Waste Manifest(Appendix B). All disposal of asbestos must be in accordance with State, local, and Federal regulations. Documentation—Documentation of disposal is done by each department or contractor utilizing the Non-Hazardous Waste Manifest. The department that was responsible for the oversight of the asbestos project is responsible for maintaining copies of the manifest. All return documentation of disposal must be received back bythe required department within 30 days. If documentation has not been received in 30 days Risk Management must be notified. All documentation for asbestos disposal must be retained by the department conducting disposal. These forms shall be kept on site indefinitely. Packaging—All Asbestos being disposed must be wetted,concealed tightly, labeled with the amount of asbestos in either cubic ft or linear ft, and the specific location it came from. All packages must be labeled as shown below: DANGER CONTAINS ASBESTOS FIBERS AVAOID CREATING DUST CANCER AND DISEASE HAZARD Shipping—Regulated Asbestos shall never be shipped by Collier County Employees in any amount greater than 1000 lbs. Any shipment that exceeds this requirement is subject to Department of Transportation Requirements as a class 9 hazardous material. Disposal—All asbestos must be delivered and handled by qualified and trained employees. Prior to disposal of asbestos a pre planned landfill disposal site must be determined,the site must have legal authority to accept asbestos containing materials. As soon as disposal is anticipated the department asbestos coordinator should contact the disposal site and schedule a drop of date. Disposal of asbestos is usually conducted at a pre determined time,date, and location,this determination is given by the disposal site. Collier County employees must follow the direction of the disposal site and only deliver materials to a location determined by the site. Prior to leaving Collier County employees must have the landfill operator or representative sign the Non Hazardous Waste Manifest. A copy of the manifest must be returned and filed appropriately. Contractors—No contractor is to engage in the handling, storage, or disposal of asbestos without prior approval by the Department managing the contract and Risk Management Department. Section XI— Prohibited Practices All Collier County Employees are prohibited from performing any work on or around asbestos without proper training, medical clearance, and PPE as required by this document. All department specific written plans, JSA's,and standard operating procedures must be approved by Risk Management prior to being put into place. Applicable Documents /References CMA 5902 health and Safety Policy Water Department Main Break JSA Respiratory Protection Written Plan Protective Eyewear Countywide JSA# 1 Site/Project Specific Asbestos Management Plan 9 1 1 E Cr County Appendix A: Asbestos Inventory Form Department Location Description of Material Estimated Volume <:) • • 0 10 11E . Appendix B: Non-Hazardous Waste Manifest NON-HAZARDOUS i.oonwaior. wri EPA IUNo, IManifest nob.No. Page I WASTE MANIFEST °t tanl I fatur:)Narne 300(11111ng 7 Gdross .1 Ganoratotu Phone( ) ............._ 4. 1"utnaporlur 1 Cnmporvy Nome FS. US EPA Ip Plumber A, Trans riot's Pirtr,,ta r, 1 .,nxpo lo:A Company Noortr 0. US EIA It)Ntnntiarr (I Transpnge r'z; Phone 0. Designated Paced,/Name rrnd alto Address 10. US 1i PA IN Number e. Facility's Phone 1 1.Waste Shipping Warn'.and III'I Opilon t 13. 14. Total Unit ylra Odamity WINN a O b. d. Arldnional Ucxacrtplions for Mrterudd(.islod A PlandlUeg Codes for Wastes Listed Above 15.Special Wdndlurg Insti tedious and Addil€onal Information 1p_OENEIIATON S CERTIFICATION I 1Hy II n n :ata 1 r.t. I c e an lni.1 FI r I u.' t s Matt to r0 o1 reg1.ala .r 010 11 n M prnp I_'r 1 a ai of If f1 0droua W.f,ie Pnr)ICtu(ypad Name siyr tufe Monte Day Ywv I I 17.Transporter I A Nnowladljermht el Noctelpt of Materials _,_ ._ ...... PrinkcadllypPd Name SIg+IUur Mn eh £. xmr P ...,... _._.__ ._.. ._... _..... .. .._._ ___ ... J I 4 S n T. apart�r 2 A.knowicdgcrnonl of Iirrn pi of P.fial.Srntq .. ., Pdnlo<lll Ypad Naxmr Sglnalero .� �bk !h I Day Y • ( R 1' 19.Discrepancy indication Spncn F A E 20.Faculty Owner ut C)persin Codification of r01 01(1 of Waste materials covered 11Y Inlr maddest esFeld ov loud Ga Ilton tg. Y 11 1l Mine ...... ry Month txay Ybd. f antadti yI od NemoI g . • ORIGINAL—RETURNTOGENERATO>t 11 1 1 E Appendix C: FDEP Notification Form Florida Department of ccr rem,bz-asp p Ereartz 1842-08Environmental Protection P "°t` it, NA flQk A Division of Air Resource Management Valgentaggeallatar NOTICE OF DEMOLITION OR ASBESTOS RENOVATION TYPE OF NOTICE(CHECK ONEONLY): 0 ORIGINAL 0 REVISED 0 CANCELLATION 0 COURTESY TYPE OF PROJECT(CHECK ONE ONLY): 0 DEMOLITION 0 RENOVATION IF DEMOLITION,'SIT AN ORDERED DEMOLITION? DYES 0 NO IF RENOVATION: IS IT AN EMERGENCY RENOVATION OPERATION? OYES 0 NO IS ITA PLANNED RENOVATION OPERATION? OYES ❑NO I. Facility Name — — -- ---- Address -- _ — -- —City_ _Stele----Zip__ County — Site_— _— — _ _ Consultant Inspecting Site -- -- Building Size —(Square Feet) H of Floors —_ Building Age in Years-Prior Use: 0 School/College/University 0 Residence 0 Small Business 0 Other Present Use: ❑Schod/Cokege/Universlty 0 Residence 0 Small Business 0 Other — — — —— II. FacilityPhone _ Owner�-- -- Addresses— — -- — — City _... --State —Zip III, Contractor's Name -- — —) Address --- �- -- City State Is the contractor exempt from licensure under section 469.002(4),F.S.? ' 0 IV. Scheduled Dates:(Notice must be postmarked 10 working days b;' 49 •ect art date) Asbestos Removal (mm/dd/yy) Start:__ Finish: r'enovation(mm/ —_ Finish:_ V. Description of planned demolition or renovation work to be p- a thods lobe empi g demolition or renovation techniques to be used and description of affected facility components. li — — -• Procedures lobe Used(Check All That Apply): ■ Strip and Removal Gl. :Bag � 0 Wrecking Ball 0 Wet Method MIL 0 Bum Down OTHER- VI. Procedures for Unexpected RACM: — — — — VII. Asbestos Waste Transporter: Nam — _— —_Phone Address_ City _—_State_ Zip VIII. Waste Disposal Site:Name— _Class Address_ --- -- --- City St. _ _ Pip IX. RACM or ACM: Procedure,including anal ice mployed to detect the presence of RACM and Category I and II nonfriable ACM. Amount of RACM or ACM' X. Fee invoice WIIM Be Sent to Address in Block Below:(Print or Type) square feet surfacing mat linear feet pipe cubic feet of RACM oft facility components _square feet cementiticus material square feet resilient flooring square feet asphalt roofing "Identify and descrl a surfacing material end other materials as applicable: I certify that the above information is correct and that an Individual trained in the provisions of this regulation(40 CFR Part 61,Subpart M)Will be on-site during the demolition or renovation and evidence that the required training has been accomplished by this person will be available for Inspection during normal business hours. (Print Name of Owner/Operator) {Date) — (Signature of Owner/Operator) (Date) DFP USE ONLY;,'--<. „Postmark/pate.Received i,l; , , , i i; 12 1 1 E Floridae artment of cr_Fron,.e2-257cc,OrIr 7 „..,,.. R Eredh,e 16-12-58 Environmental Protection Pa;a��i� FLORIDA T Division of Air Resource Management versommemat NOTICE OF DEMOLITION OR ASBESTOS RENOVATION TYPE OF NOTICE(cr¢Crc ONE oNLT): 0 ORIGINAL 0 REVISED 0 CANCELLATION ❑ COURTESY TYPE OF PROJECT(CHEcaONE ONLY): ❑ DEMOLITION 0 RENOVATION IF DEMOLITION,IS IT AN ORDERED DEMOLITION? OYES 0 NO IF RENOVATION: IS IT AN EMERGENCY RENOVATION OPERATION? DYES 0 NO IS IT A PLANNED RENOVATION OPERATION? OYES 0 NO I. Facility Name Address--- — City_ Stale_— Zip-- _County_._.._ ---- Site _ _Consultant Inspecting Site _ -- Building Size (Square Feet) ft of Floors Building A Prior Use: 0 School/College/University 0 Residence 0 Small Business 0 ---- Present Use: ❑School/College/University 0 Residence ❑Small Business ❑Oth _ II. Facility Owner---- -- ____) f Address 41. City-- --- —Stale— Q ip III. Contractor's Name — --Pho — -- Address — — `-- liotkil City_ —State— Zip Is the contractor exempt from licensure under section 469.0• �, 0 Y' 0 NO IV. Scheduled Dates:(Notice must be postmarked •kink i. •efore the pr,' =to) Asbestos Removal (mntdd/yy) Start:_ _ Demo- - alio dd/yy) Start: _—_ Finish:_ — V. Description of planned demolition or re • -ion ” •+e performed= �^o to be employed,Including demolition or renovation techniques to be used and description of affected fact! ,.,••.eOP } — Procedures lobe Used(Check All �r �r•� ■ Strip and Removal r— love Bag 0 Bulldozer ❑ Wrecking Ball 0 Wet Method ■ Dry Melho11101111°' ❑ Explode 0 Bum Down OTHER: VI. Procedures for Unexpected RACM: VII. Asbestos Waste Transporter: Name — —Phone(_._)_ — Address — — City — — ) e-- -- Zip VIII. Waste Disposal Site:Name—__ — _ClassAddress - -- — City State_-- Zip IX. RACM or ACM: Procedure,including analytical methods,employed to detect the presence of RACM and Category I andll nonfdable ACM. Amount of RACM or ACM* X. Fee Invoice Will Be Sent to Address In Block Below:(Print or Type) square feel surfacing material linear feet pipe cubic feet of RACM off facility components — square feet cementitious material square feet resilient flooring —_ square feet asphalt rooting 'Identify and descrbe surfacing material and other materials as applicable: --_... I certify that the above information Is correct and that an individual trained in the provisions of this regulation(40 CFR Part 61,Subpart M)will be On-site during the demolition or renovation and evidence that the required training has been accomplished by this person will be available for inspection during normal business hours (Print Name ofOwner/Operator) ----- (Date) (Signature of Owner/Operator) (Date) DEP USE ONLY:-'- ;potzryarktDatel Received I©ft; _ . " ::!::,..r:1 1 1 E C r. my DEPARTMENT l SITE-SPECIFIC ASBESTOS CONTROL PROGRAM INSERT Facility. Location: Department: Division: RESPONSIBILITY: is designated as the Asbestos Program Coordinator for this Department/facility. Specific Responsibilities include: 1. Ensuring this department insert remains current. 2. Maintaining a current list of employees that have beriy trained ave been determined as qualified to work with asbestos. 3. Ensuring that all asbestos containing piping ' 1d for vi. . tracking mechanism. 4. Ensuring all repairs where asbestos con aterial ar; -: follow the established safety protocols, JSA's and/or internal -s as deli the Collier County Written Plan. 5. Ensuring that all contractors wh• m. •rm asb- removal have provided verification of properly trained employees an -W ontract-• , • +liows established guidelines and appropriate disposal proce• e ?" r 6. Ensuring all waste dispo �% s are co •roperly submitted and a copy maintained to ll ensure"cradle to grave's a •'acy. 0 14 1 1 E Appendix E Medical Questionnaire Appendix C3 to§1310,1001•Medical Questionnaires-Mandatory This mandatory appendix contains the medical questionnaires that must be administered to as empleyeees who are exposed to asbestos above the permissible exposure limit,end who wilt therefore be included N their employer's medical surveillance program.Part 1 of the appendix contains the Initial Medical Questionnaire,which must be obtained for all new hires who will bo covered by the medical surveillance requkements.Par.2 Includes the abbreviated Periodical Medical Questionnaire,which must be administered to ail employees who are provided periodic medical examinations under the medical surveillance provisions of the standard. Parr I INITIAL MEDICAL QUESTIONNAIRE: I.NAME: 2-.SOCIAL SECURITY NUMBER: . .0 .._.....—,..�. , :I.CLOCK NUMBER:. I-PRESENT OCCUPATION:. 5.PLANT: 6.ADDRESS: 9.CRY: ST: ZIP CODE: a TELEPHONE NUMBER:I ) ._..EXT._ .. II..INTERVIEWER: 10 DATE., l_r.._—...,. ICP 1i.Date of birth: ir, ,..._. kWner bay Year 12.Place of birth: 13.Sax: 1.U Mate L? 0 Female int,What Is your marital status? 1 U Singh 2.23 Married 14.U Widowed 4 0 Sepamted/D'r+o I5,.Race: I.0 While v.LI Black 3 U Asian 1.LI Hiispan U Other 10.What Is the highest grade completed in srMwl?,,,..,_,„...,.„.(For example 12 Years ie corer' aiseh 4 'it"' 17.OCCUPATIONAL HISTORY 44) A Have you ever worked full hme(b hours per week or more)for 0 months a I... X.0 No IF YES Ts II.Have you over worked rota year or mora In any dusty job? 1.U No 3.U Does • Specify job/industry ears Worked: Was dust exposure: U Mid ?..U Moderate a.U S C.Have you ever been exposed to gas dr chemical fumes in y 1.U Yes 2 ' Specify nlustry: Total Yea Was exposure' I 0 M(d i U Mod rate fir. t,.What has been your usual occupation or tib• .+0' a ed at the longest?riP" /',,Y ft} i.Job occupation: ! .Number of years employed in ads occupat'• A 3.Positionfob title: s.Business,lick)or industry: - (Record on tree die years In which you have worked In any of those Industries,e.g. `.rg) Have you aver worked: Il,In a mine? L No . _..__............ __.. F, In a quarry? No ,_...�._..._._. A.Ins foundry? J No ,_,._m. II Ina pottery? U No ---„,— _,_•__...........---- I. Ina cotton,pax,or hemp mlil? '5 U No __, J, With asbestos? es CI No ..__.. Ill.PAST MEDICAL HISTORY A.Do you consider yourself to be In goof health? it Yes U No if'No',slate reason: S Have you any defect of vision? U Yes LI No It'Yes',Mato nature of detect: C.Hove you any hearing defect? CI Vas 0 No !MeV,state nature of defect: fi.Are you suffering from or have you ever second from: r;.Epilepsy(or fits,seizures,convulsions)? U Yes II No 0.Rheumatic fever? U Ws Li No c.Kidney disease? U Yes U No o5.Bladder disease? Cl Yes U No e.Diabetes? ,U Yes U No s.Jaundice? U Yes U No 1i1..CHEST COLDS AND CHEST ILLNESSES: en.N you get a cold,does it usually go to your chest?(Usually means more than 1M the time): I.U Yes 2 U No 3.U Dci 1 get colds "20A.During the past 3 years,have you had any chest nlnesses that have kepi you off work,indoors at home,or in bad? 1.U Yes 2.U No IF YES TO 20A: r.OW you produce phlegm with any of these chest illnesses? I.U Yes 7-U No 3..0 Does PMI Apply C.In the last 3 years.how many such illnesses with(increased)phlegm rad you have which lasted a week or more? Number of illnesses 0 No such illnesses 1.Did you have any lung trouble belcee the ago of 16? I.U Yes 2.Cl No p l V Maesan eonor meant,Inc, E I i • 15 1 1 1 E 9 er County Appendix F: Project Initialization Checklist 1 Who Will conduct the Asbestos Operations? 0 Water Department 0 Contractor 0 Other 2 Has a project/site-specific Asbestos Abatement Plan been submitted to the Project Mgr? 0 YES 0 NO 3 Has the Asbestos Abatement Plan Been Approved by the Water, Risk Mgt, Pollution 0 YES 0 NO Control and Solid Waste departments? 4 Has documentation of licensure been provided by the contractor,where necessary? 0 YES❑ NO 0 N/A 5 Has documentation of employee training been provided to the Project Mgr? 0 YES 0 NO 6 Does this project require a 3f°Party Asbestos Consultant? ❑ YES 0 NO 7 Does this project require EPA/DEP Notification? 0 YES 0 NO 8 Where EPA/DEP notification is required, has DEP form 62-257-900(1)been completed by 0 YES 0 NO ON/A the contractor or Project Mgr and submitted to EPA/DEP?(This for, shown as Appen.'x C in the Risk Mana•ement Count ide Plan 9 Where EPA DEP notification has been determined, has approv. 4r eived fro gi YES 0 NO ON/A EPA/DEP Do not commence •ro'ect without a••royal,w - e nec- ? 10 Has the Project Mgr. Obtained the"Waste Profile°form f • 'j. his form +�"`'`� 0 YES ❑ NO be submitted to WMt for approval prior to disposal of i- ere is a . waiting period on approval of this form) V Note Multi ie shi ments wiil re ulre multi to form re bse.uenta.. by, I 11 Where necessary, The PUD Public Informati. •r has been n• ducated on 0 YES 0 NO ON/A the project in question and is available to _ ., a concer The signatures below repress rificat' • 'tems above and the subsequent appro •f v 1 itiatio ce of this project. 4. illo Project Manager - Prin Namelei Project Manager Signature Risk Management— Print Nala Risk Management -Signature Pollution Control — PH, , tle Pollution Control -Signature Solid Waste— Print e/Title Solid Waste -Signature Water Operations Manager— Print Name Operations Manager -Signature Water Department Director—Print Name Water Department Director-Signature Once all signatures have been obtained, the "Notice to Proceed"may be delivered. This completed form shall be retained by the Project Manager and Risk Management for document control purposes. 16 1 1 E Co er County Appendix G: Asbestos Construction/Removal Checklist [This checklist to be completed on-site during any Asbestos Removal Project] 1 The department and/or contractor performing the work has mobilized all necessary 0 YES 0 NO equipment to properly remove the Asbestos containing material. ❑ YES 0 NO 2 A copy of the Asbestos Abatement Plan is on site at all times. 3 Where necessary,A copy of the approved DEP Form 62-257-900(1)i on site at all times. ❑YES p NO ON/A 4 Where necessary,A copy of the contractor's Asbestos License is • .t all times. 0 YES 0 NO ON/A 5 The department and/or contractor performing the work has the a•, ting/snap• YES 0 NO apparatus on site and read for use. 0 YES 0 NO 6 The department and/or contractor performing the work has • " equipmer .•- up asbestos debris in affected soil or media on-site? 7 The department and/or contractor performing the we° Q -I re•uired PPE • -- ❑ YES ❑NO available for all employees that will work within th- '•n/removal8 The department and/or contractor performing .- - all required si• "� -site and 0 YES 0 NO available and the designated perimeter is es d mainta in place at ail times. 9 The department and/or contractor perfor • �^• • has all r "wrapping"material 0 YES 0 NO on-site and available at all times. 10 The department and/or contractor •- o work h.• -te etting"apparatus ❑ YES 0 NO on-site and available to ensure ., , not becom bo 11 The material has been properly ' 0 YES 0 NO 12 The material has been properly la[ • ❑ YES 0 NO 13 Properly wrapped and labeled material has been • Tl loaded into an approved 0 YES 0 NO transportation container. 14 Transportation container is properly lab, being stored on site. 0 YES 0 NO 15 The affected department and/or contra, ITW •btained approval for disposal from WM1 0 YES 0 NO using the"Waste Profile"form as - • said form is on site and ready to be sent with the Non-Hazardous Wast: ii Note:Multiple shipments will require fid' 'quests and subsequent approval by WMI 16 The affected department has sche*, -d the exact date/time for shipment of material based 0 YES 0 NO on WMI approval via the Waste Profile form. Note:Multiple shipments will require multiple requests and subsequent approval by WMI 17 Has the shipment(transportation container) been covered (tarped) prior to leaving the site? 0 YES 0 NO 18 The shipment has left the construction site and being transported for disposal. DYES ONO CN/A The signatures below represent the verification of all items above and the subsequent approval of the Construction/Removal Phase of this project. Project Manager - Print Name Project Manager Signature Risk Management—Print Name/Title Risk Management-Signature Pollution Control — Print Name/Title Pollution Control -Signature Water Department—Print Name/Title Water Department -Signature Water Department Director—Print Name Water Department Director -Signature This completed form shall be retained by the project manager and Risk Management for document control purposes. 17 11E Co 'or County Appendix H: Asbestos Disposal Checklist [To be completed by a trained(authorized)Solid Waste Employee] 1 Who Delivered the Asbestos Shipment? 0 Water Department D Contractor ❑Other 2 Is the correct Waste Profile,completed correctly and approved by Waste Management, OYES 0 NO delivered to the scalehouse office prior to the date of disposal?(A separate profile is required for friable and non-friable asbestos waste) 3 Are the Non-Hazardous Waste Manifest completed correctly and signed by the hauler and DYES 0 NO scalehouse attendant? 4 Has an account been established at the scalehouse for this specif. 'roject? DYES D NO 5 Did the shipment arrive covered(tarped) prior to disposal'? 40/ OYES D NO 6 Has the disposal location been properly prepared for acceptanc- 'er aterial by DYES D NO staff following WMI's established burial parameters'?(sc. -tten•i ill notif prepare the disposal site) 40, 7 Is a Waste management Inc.Authorized operator a ' DYES 0 NO disposal location? 8 Has a Solid Waste Mgt. employee escorted th he dispose ItA nd OYES D NO witnessed the •lacement of material into th- ,44, L fished diskosal • • ? 9 Has the shipment been disposed of prope ed by W rameters)and the D YES 0 NO entire disposal process verified by a to olid Was -•ement representative? 10 Has the Solid Waste Department rec '+�, -s of the ' -n• pleted Non DYES D NO Hazardous Waste Manifest, GP .o . - and a c* 0 load ticket receipt from WMI? r 11 Has Solid Waste Submitted t <I -ted the pre '• -ntation to the Project DYES 0 NO Manager for documentation co .urposes signed load tickets, GPS log and a final report from the scalehouse database) The signatures below rep - , • verification of all items above and the subsequent approval of cc) . etion of the Disposal Phase of this project. Project Manager - Print Name Project Manager Signature Solid Waste— Print name/Title Solid Waste -Signature Risk Management— Print Name/Title Risk Management-Signature Water Department Director— Print Name Water Department Director -Signature This completed form shall be retained by the Project Manager and Risk Management for document control purposes. 18 1 1 E Car Y County Appendix I: Document Control Checklist A copy of the Asbestos Abatement Plan has been filed with the Project Manager and Risk 0 YES 0 NO Management? 2 A copy of the completed contract has been filed with the Project Manager and Risk 0 YES 0 NO ON/A Management? 3 A copy of the completed DEP form 62-257-900(1)has been filed with the Project Manager 0 YES ❑NO ON/A and Risk Management? 4 A copy of the Non-Hazardous Waste Manifest, landfill ticket, GPS Coordinates, and Waste 0 YES 0 NO Profile have been filed with the Project Manager and Risk Manage, nt? 5 An AAR and Project Critique have been completed? OYES ONO CPA 6 MR.Results and Project Improvement Strategies have been su• • the affec �, / I YES ONO (pV/A departments and Risk Management for immediate imple ' •tatio 7 Department Asbestos Inventory Form has been updat-• • tinges? OYES ONO CNA The signatures below represent tion of II it ove and the subsequent approval of the completion • �• ument frol sequence of this project. - Project Manager " ` e Project Manager Signature g r Risk Management— Print Name/Titi: Risk Management-Signature Water Department-- Print N e Water Department-Signature Water Department Dire in Name Water Department Director - Signature This completed form shall be retained by the project manager and Risk Management for document control purposes. 19 1 1 1 E Friable Asbestos Containing Materials Express Profiles 1� Requested Disposal Facility,_ Profile Number ..,,....,�.,„°.M.... Ct Renewal for Profile Number Waste Approval Expiration Date f A.Waste Generator Facility information(must reflect location of waste generationiorigin) 1, Generator Name: _® 2. Site Address: 7. Email Address: 3. City/ZIP:_ 8. Phone: 9.FAX: 4. State: 10.NAILS Code: 5. County: _..._ 11.Generator USEPA ID ti:_ 6. Contact Name/Title: 12.State IDN(if applicable): B.Customer Information 0 same as above P.0.Number 111•00 1. Customer Name: 6. Phone: FA 2, Billing Address: _ 7. Transp r•er Nam 3. City,State and ZIP: 8. Trans+ opt.):_ t040" _- 4. Contact Name: 9. ,y rt •ress: 5. Contact Email: ____ __... tate and ZIP: C,Waste Stream Information 1. DESCRIPTION a. Common Waste Name: Friable Asbestos coats 'w a ••nteminatod State Waste Code(s): r s' *s. * s • '1'. •! i• " • ._t Altai•li t•t!t' Removal of regulated,friable as. ,,, ,. ing materials ' de ition/dismantling or remediation activities.Does not include clean-up wastes,such s'' s contamiri d :tos, c. Typical Color(s): Any and all d. Strong Odor? O Yes d No Describe: e. Physical State at 70°1: CtI Solid • ui Powder ❑ Semi-Solid or Sludge O Other: f. Layers? ❑ Single layer ❑ v NA g. Water Reactive? Q Yes c `4 `es,Describe; h. Free Liquid Range(%): _ ` 1 __ Di NA(solid) i. pH Range: ❑ s2 ❑ 2.1-12. ?12.5 E.4. NA(solid) ❑Actual: j. Liquid Flash Point: CI <140°F ❑ ;'14001 E ' NA(sotid) CI Actual: k. Flammable Solid: ❑ Yes ii No I. Physical Constituents:List all constituents of waste stream-(e.g.Soil 0-80%,Wood 0-20%): Li (See Attached Constituents(Corot Composition Must to>W05>) tower Range Unit of Measure Upper Range Unit of Plenum 1, Demolition debris,asbestos _ _ 100 °h 100 °f° 2. 3. _ . 4. ... __.__. _._ —_ 5, _,.._-_ _ 6. -- 2. ESTIMATED QUANTITY OF WASTE AND SHIPPING INFORMATION a. U Event O Base/Ongoing (Check One) b. Estimated Annual Quantity:_._ Li Tons L3 Cubic Yards Cl Drums Ct Gallons d Other(specify): c. Shipping Frequency: Units per ❑ Month ❑ Quarter C] Year C1 One Time LI Other d. Is this a U.S, Department of Transportation (USDOT)Hazardous Material?(If yes,answer e.) a Yes LI No e. USDOT Shipping Description(if applicable): RQ Asbestos,Class 9,NA2212,P6111 SAFETY REQUIREMENTS(Handling,PPE,etc.) Respirator-air purifying with HEPA cartridge as required by landfill policy. 42007 Waste Management,Inc. Page 1 of 2 May 2007 1 1 E Non-Friable Asbestos Containing Materials Express Profile SALJ1Jt._l. Requested Disposal Facility Profile Number w..,,.•..,...-,.,. 0 Renewal for Profile Number Waste Approval Expiration Date A.Waste Generator Facility Information(must reflect location of waste generation/origin) 1. Generator Name: 2. Site Address: 7. Email Address: 3. City/ZIP: 8. Phone: 9.FAX: 4. State: 10, NAICS Code: r_ 5. County: ,. 11.Generator USEPA ID it: 6. Contact Name/Title: 12.State IDli(if applicable): B.Customer Information Cl same as above P.0,Number: 1, Customer Name: 6. Phone: FAX: go, Air 2, Bitting Address: 7, Transporter Na P 3. City,State and ZIP: 8. Transp ID Si . .): alP., 4. Contact Name: 9. Trap 5. Contact Email: 10 4 to P: C.Waste Stream Informationlbw, 1. DESCRIPTION a. Common Waste Name: Non-Friable Asbestos Conant \. contaminate. State Waste Code(s): Demoiition/renovation-when dry,ca not .ed,puiveri uce• o powder by hand pressure.Including gaskets,resilient floor coverings -• :•rh- ..ofing products section L).Does not include clean-up wastes, such as soils,that are contamin, . • able asbe .s. c. Typical Color(s): Any and all d. Strong Odor? 0 Yes llif No Describe: a. Physical State at 70°F: tr Solid 0 ` Powder [I Semi-Solid or Sludge 0 Other: F. Layers? 0 Single layer C] Multi-I 0 NA g. Water Reactive? 0 Yes Cf . 'be: ii. Free Liquid Range(I°): ig NA(solid) i, pH Range: 0 <2 O 2.1-12. ?12.5 Gf NA(solid) O Actual: j. Liquid Flash Point: 0 <140°F 0 a 140°F Ci NA(sotid) 0 Actual: k. Flammable Solid: 0 Yes Li No 1. Physical Constituents:List all constituents of waste stream-(e.g.Soil 0-80%,Wood 0-20%): 0 (See Attached) Constituents(rami tunrpositimr!Brat be H 700%) lower Range Unit of Measure Upper Range Unit of Measure 1. Non-friable asbestos-containing materials 100 % 100 % 2. 3. m 4.— 5. 6. – 2. ESTIMATED QUANTITY OF WASTE AND SHIPPING INFORMATION — a. 0 Event O Base/Ongoing (Check One) . b, Estimated Annual Quantity: .„_____ ____ 0 Tons 0 Cubic Yards 0 Drums Cl Gallons 0 Other(specify): c. Shipping Frequency: Units per 0 Month 0 Quarter LI Year 0 One Time 0 Other d. Is this a U.S.Department of Transportation(USDOT)Hazardous Material?(If yes,answer e.) 0 Yes Ud No e. USDOT Shipping Description(if applicable): SAFETY REQUIREMENTS(Handling,PPE,etc.):Normal landfill safety requirements.Manage waste so that Is does not become triable, J "2007 Waste Management,Inc. Page 1 of 2 Noy 2007 1 1 E SECTION VIII WASTEWATER SPILL—OVERFLOW CONTINGENCY REQUIREMENTS GENERAL COLLIER COUNTY WASTEWATER SPILL - OVERFLOW CONTINGENCY PLAN September 2015 The Contractor, due to unforeseen conditions, may encounter or cause a wastewater spill or overflow during his work. The minimum requirements listed below may not address every specific event that could occur. It is the Contractors responsibility to review the items listed below and expand upon them if or when necessary in the creation of their contingency planning. The Contractor shall submit a Wastewater Spill / Overflow Contingency Plan to Collier County for review and approval prior to start of construction. It is critically important to be proactive during construction to reduce the potential for wastewater spills and overflows. Listed below are several proactive actions that should be taken at a minimum: • Maintain list of emergency wastewater haulers for call out to the site should an emergency arise. • Maintain pumps on site that can be utilized for relieving wastewater backups and surcharges. • Maintain heavy plastic sheets on site to be utilized for lining containment areas. • Maintain an adequate supply of lime on site for treating spill areas. • Meet with County Wastewater Staff whenever necessary to isolate or turn off pumping facilities in order to develop coordinated Contingency Plan, including pumper trucks, etc. • Meet with County Wastewater Staff and the project manager whenever necessary to temporarily divert or isolate gravity sewer system in order to develop coordinated Contingency Plan, including pumper trucks, etc. Actions to be taken in case of a wastewater spill or overflow are listed below. Generally they are listed in the order to be taken, however dependent upon site conditions they may need to be modified. Most of the activities should occur concurrently. • Immediately contain spill or overflow by berming a containment area and lining area with plastic. • Take immediate action to stop or reduce the overflow. This could include, but not be limited to: pumping out of surcharged gravity system; coordinating with County to turn on or off pump station(s) as needed; or in case of a force main break, turning off pump station(s) and isolating main with valves. • Take action to prevent the flow of the spill to any open waters (lakes, canals, etc.). Do not let other sources of water co-mingle with spilled wastewater. 107th Avenue North Section VIII - 1 Public Utility Renewal 1 1 E • Contact County Project Manager (or alternate) and CEI representative on site to coordinate County response from the Collier County Wastewater Collections, staff County Risk Management, and County Pollution Control. As necessary by severity, FDEP and other agencies may need to be contacted and become involved. • Coordinate the cleanup of the wastewater spill/overflow. This can include the pumping back into the wastewater system directly or by use of vactor truck or other methods. Upon removal of all liquid (and solids as possible) treat area with lime to neutralize and disinfect. • In coordination with County prepare estimate of spilled wastewater volume in gallons. • In conjunction with County and as appropriate make immediate notification to FDEP and other agencies. This notification will vary based upon volume of spill. • In conjunction with County Staff prepare written notification to FDEP and other agencies. • Participate in After Action Meeting to review: cause of spill/overflow; response and action taken; remedial actions; lessons learned and any additional close out actions. An emergency 24 hour contact list for the Contractor, County, FDEP and Consultant should be attached. A copy of this Plan, and as may be modified, should be maintained at Project site. 107th Avenue North Section VIII - 2 Public Utility Renewal 1 1 E SECTION IX ' Cv er County 107TH AVENUE NORTH PUBLIC UTILITY RENEWAL PRE-CONSTRUCTION ASSESSMENT FORM Driveway/Replacement Plan/Existing Sod Survey Homeowners Address: Existing Condition Photograph(s) Date of Photograph(s): "Photo" "Photo" "Photo" Driveway Type: Width at Pavement: Width at R/W Culvert: Yes No Type: Diameter: Sod type: Existing Percentage of Sod Type: Special Notes: Submitted By: Date: 107`h Avenue North Section IX- Public Utility Renewal liE SECTION X 107th AVENUE NORTH PUBLIC UTILITY RENEWAL WATER DISTRIBUTION REPLACEMENT BACKFLOW PREVENTION DEVICE Upon completion of the new water main construction and its clearance, the new water main connection will be made at the individual services. This shall include new water meter boxes, connection to existing meter and installation of a new County supplied backflow prevention device. 1. The County will give a worksheet to the Contractor to fill out each address. The worksheet has the following information: address, names of personnel completing task, BFP #, meter#, parts used, and signature of competent person responsible for completion of task. 2. The Contractor shall be responsible for coordinating with each property owner / resident for the connection to the new main and installation of the backflow prevention device. This work should ideally be completed on a street by street basis. 3. Contractor will be responsible for excavation at each site. It is required that the contractor takes pictures of each site prior to and after the installation. These photos should be attached to the worksheet. The Contractor will not be allowed to start any work until the before pictures are delivered to the Project Manager. 4. Contractor may wish to use customers shut-off on the side of the home to minimize dewatering, but in doing so takes full responsibility should the valve fail in the performance of the task. 5. Contractor is responsible for locates at the individual work-sites. 6. The backflow devices shall be picked up by the contractor at the County's Mercantile Facility. A 48 hour advanced notification prior to pick up is required. The Contractor shall provide written receipt of the devices. Upon receipt the Contractor shall be responsible for their security. 7. Installation of the assemblies will be per approved Collier County detail —Attachment B. Attachment A is provided for reference only. Device will be level and plumb. Connections to the customer's side plumbing will be professional and utilize as few parts as possible, but not adding any undue stress to existing piping. No leakage will be acceptable. 107th Avenue North Public Utility Renewal Section X-1 1 1 E 8. On completion of backflow preventer installation, the service shall be flushed to the resident's hose bib on incoming side, removing as much air as possible. 9. Collier County will be responsible for the testing of the device, once installed. A complete test report will accompany the work order generated for the task. 10. Contractor will be responsible for back-filling and site repair (grass, plants, concrete, asphalt, etc.) for each address. This includes any repairs to any pre-existing utilities or structures. 11. A completed work form and backflow test report must be submitted for each installation, daily. 107th Avenue North Public Utility Renewal Section x-2 1 1 E METER/BACKFLOW CHANGE-OUT PROCEDURE 1. Contractor shall prepare one (1) week in advance a list (by address) of the meters and backflows to be changed out. This will allow the appropriate work orders to be issued by the County to procure the new meters. 2. Upon receipt of work order, Contractor and Representative are to provide a verbal notification to the resident prior to shut-off of water. (If no one is present, meter should be observed for any unusual water use in the empty residence. If water use is unusual, no work is to be done until a determination can be made concerning potential landscape irrigation or other use.) Work Order should be verified if any special requirements concerning the service exist (i.e. if service has been terminated or locked out). 3. In conjunction with Contractor, the new meter is installed on the new service by County. Contractor installs new backflow at location. Prior to any connection to the existing private service to the house, the County obtains a reading on the existing water meter and records it on the Work Order. 4. Service from existing main is then turned off at curb stop at existing meter location. Existing house service is then disconnected from meter. New service is then connected to the house service by Contractor with County present. 5. Meter reading is then taken by County at new meter. This is recorded on Work Order. 6. Water service is then turned on at the meter and at the same time the closest available house bibb is turned on by the Contractor. This is to allow any potential dirt or debris to be flushed out. House bibb is then shut off. Meter is observed for any unusual water usage. If unusual usage is noted, the resident if present is to be notified immediately. If the resident is not present, the water service should be shut-off at backflow device isolation valve. A notice is to be placed at the front door of the residence and the County customer service group is to be notified of this condition. If there is no usage the service conversion is completed. 7. County typically immediately completes the testing of backflow device and certifies its operation. If not done immediately, the testing is done within 24 hours. 8. At some time following conversion of service from old main to the new main, the existing meters, meter boxes are removed by Contractor and system abandonment is completed. 107th Avenue North Public Utility Renewal Section X-3 •_ . 1 1 E • ATTACHMENT A • L VALVES • 6" LONG NIPPLE UNION UNION THREADED 90' ELBOW m,. , i .M. 0 .111. 01111101111 0-:Mil% IF 24" LONG NIPPLE-\ 4" LONG 4" LONG NIPPLE NIPPLE 24" LONG NIPPLE RPZ VALVE • 12' (MIN.) ' 18' (MAX,) THREADED • 8" LONG NIPPLE 90' ELBOW T 6" LONG NIPPLE �% �� THREADED ������0��\ti������r��������������?e*.,������` /V,-k\�!���!���•���� vit%ml >> t so' ELBOW ?N!�`ti!f�f1�"(\!�!��1�-\! 1 1 E ROW LINE DUCTILE IRON TAPPING SADDLE METER BOX (TYP) WITH GALVANIZED STRAPS ._r I 1-1/2" CORPORATION STOP 1 1-1/2" POLY—TUBING —gisi----.-••—POTABLE .'�- ��� LOT LINE 111=I'f;\� LOT CORNER ' I "�` PROPERTY PIN ;SERVICE 4VYE {SEE �--� .vu•—POTABLE ` ICOUNTY APPROVED IPR(:OU%T LIST. ...—..._ � IAPHENI)IX F €1" POLY—TUBING, TYPICAL CURB ST011 Ir METER ''1—WATER MAIN MULTI-SERVICE CONNECTIONS PLACE CURB STOP AND METER BOX WILL ONLY BE ALLOWED SERVICE INSIDE LOT LINE AT LOT CORNERS. REDUCED TWO SINGLE FAMILY LOTS PRESSURE MULTIPLE METER SERVICE CONNECTIONS BACKFLOW JJ��ROW_ LINE PREVENTER .�' "`' ASSEMBLY FINISHED GRADE ASPHALT PAVING---i CONCRETE SIDEWALK 1 12' • INIMUMar 11.111111111.1.11, > MINIMUM c COVER _ 'R�^ 4" SOH 40 PVC' CONDUIT 3 ., �_ _, /WATER MAIN :24.5 / \ DUCTILE IRON TAPPING _-- SADDLE WITH GALVANIZED / i^"~ NOTES: STRAPS / �� •f 1. CONNECTORS Y (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) METER BOX l S HALL BE USED FOR MULTI—SERVICE SUCCESSIVE TAPS INTO WATER MAIN t WILL HE NO CLOSER THAN 24" APART, / 2. ALL CASING PIPE SHALL EXTEND A MINIMUM OF 5' BEYOND THE EDGE OF / PAVEMENT, WITH A CASING DIAMETER TO BE NO LESS THAN 4". CONDUIT SHALL AMR METER ,,� H E MARKED WITH A ELECTRONIC MARKER (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) `� % CURB STOP ' f , 3. TAPPING SADDLE. -CORPORATION STOP, POLY TUBING, CORP STOP AND METER I BOXES SHALL EE INSTALLED BY UN.ERGROJND UTILITY CONTRACTOR AT THE TIME 1 _ tij OF WATER MAIN INSTALLATION. C S �I�en r8 4 MATERIAL SPECIFICATIONS rY A. TAPPING SADDLES SHALL BE DUCTILE DOUBLE STRAP OR BRASS DOUBLE STRAP EE COUNTY APPROVED PRODUCT LIST, A'PENOIX F). MINIMUM SADDLE SIZE '-1/2 R. CORPORATION STOPS (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) SHALL RE \ HALL TYPE AND MADE OF RED BRASS. OUTLET SHALL BE COMPRESSION TYPE " r POLYETHYLENE TUBE. COMPRESSION INSERT SHALL BE STAINLESS STEEL. "..__„_ _____--- C CURB STOPS (SEE COUNT! APPROVED PRODUCT LIST, APPENDIX F) SHALL BE BALL TYPE AND MADE OF RED BRASS. INLET SHALL BE COMPRESSION ,;DINT. OVVTLET SHALL RE SWIVEL NUT FOR METER CONNECTION. 0. TURING SHALL BE POLYETHYLENE, PE 3408, (AWWA C-901, SOS A—ZOO) AND BLUE IN COLOR, SIZES SHALL BE 1-1/2` UP TO WYE AND 1" AFTER AYE FOR LONG AND SNORT SIDE SSERVICES. E. AUTOMATIC METER READER (AMR) METER BOXES (SEE COL'NTY APPROVED PRODUCT LIST, APPENDIX F) SHALL HAVE CAST IRON READ LID. F. POLYETHYLENE PIPE (PE) SHALL MEET THE REQUIREMENTS OF AWWA C-901. 5. ALL PLANTINGS SHALL BE A MINIMUM 1,5' FROM METER BOX, AND SHALL PROVIDE A. 3' .ACCESS OPENING. 6 ALL COMPONENTS THAT COME INTO CONTACT WITH DRINKING WATER SHALL CONFORM TO NSF STANDARD 61. TYPICAL SHORT AND LONG SIDE WATER SERVICE METER SETTING DETAIL 2FOR CONNECTION TO WATER MAIN '01— 1 NTS REVISED: MAY 2009 107th Avenue North Public Utility Renewal Section X-5 1 1 E - IN - - = model __ �� .-___44„._. xsx. � �� ia 6e-& Ff�'�aiit4#p-li2`'�-6i41,+1"1,=�,�4-# rt pAP _�+yp, �r,7 x •K .2 , c� ® ii,r APPLICATION d3,1 P 1 n.A , Designed for installation on potable water lines to protect r ' against both backsiphonage and backpressure of contami- c i ;' e„ nated water Into the potable water supply.Assembly shall II i°I provide protection where a potential health hazard exists. FEATURES STANDARDS COMPLIANCE Sizes: U 3/4" 0 1" ❑1 1/4" 0 1 1/2" ❑2" • ASSE®listed 1013 • 1APMO®Listed Maximum working water pressure 175 PSI • UL®Classified(less shut-off valves orwllh OS&Y valves) Maximum working water temperature 180°F • C-UL® Classified Hydrostatic test pressure 350 PSI • CSA®Certified End connections Threaded ANSI B1.20.1 • AWWA Compliant C511 • Approved by the Foundation for Cross Connection OPTIONS Control and Hydraulic Research at the University of (Suffixes can be combined) Southern California • NYC MEA 425-89-M VOL 3 Cl - with full port QT ball valves(standard) O L - less ball valves MATERIALS ❑ U - with union ball valves Main valve body Cast Bronze ASTM B 584 O MS - with Integral relief valve monitor switch Access covers Cast Bronze ASTM B 584 U P - for reclaimed water systems Fasteners Stainless Steel,300 Series ❑ S - with bronze"Y"type strainer Elastomers Silicone(FDA Approved) ❑ BMS - with battery operated monitor switch Buna Nitrile(FDA Approved) O FDC - with fire hydrant connection;2"only Polymers NoryITM,NSF Listed O TCU - with test cocks up Springs Stainless steel,300 series ❑ V - with union swivel elbows(3/4"&1") ❑ SE - with street elbows ❑ FT - with integral male 45°flare SAE test fitting f.--/ p E ACCESSORIES -ii fC1 �� y��l! �� 'Mit El gap(Model AG) �`' 0 Repair kit(rubber only) F o Q o O Thermal expansion tank(Model XT) o ° o I lb • ❑ Soft seated check valve(Model 40XL) ❑ Shock arrester(Model 1250) D— C B ❑ QT-SET Quick Test Fitting Set A ❑ Ball valve handle locks G O Test Cock Lock(Model TCL24) Relief Valve discharge port 3/4"-1° - 0.63 sq.in. DIMENSIONS&WEIGHTS(do not include pkg.) 1 1/4"-2• - 1.19 sq.in. DIMENSIONS l proximate) WEIGHT MODEL q UNION BLESS BALL LESS WITH SIZE A BALL VALVES VALVES C D E F G BALL BALL VALVES VALVES In. mm M. mm in, mm in. mm In. mm in. mm in. mm in. mm in. mm lbs kg lbs. kg 3/4 20 12 305 13 3/4 349 73/4 197 2 1/8 54 3 76 3 1/2 89 5 127 161/8 410 10 4.5 12 6.5 1 25 13 330 14 1/2 368 7 3/4 197 2 1/8 54 3 76 3 1/2 89 5 127 17 3/8 441 10 4.5 14 8.4 1 1/4 32 17 432 18 13/18 478 10 15/16 278 2 3/4 70 3 112 89 5 127 63/4 171 22 9/16 573 22 10 28 12.7 1 1/2 40 17 3/8 441 19 3/8 492 10 15/16 278 2 3/4.,70 3 1/2 89 5 127 63/4 171 24 1/16 811 22 10 28 12.7 2 50 181/2 470 201/2 521 1015/18 278 23/4 70 31/2 89 6 127 63/4 171 261/2 673 22 10 34 15.4 Page 1 of 2 WILKINS a turn company,1747 Commerce Way,Paso Robles,CA 93448 Phone:805/238.7100 Fax:806/238.5766 In Canada:ZURN INDUSTRIES LIMITED,3544 Nashua Dr.,Mississauga,Ontario L4V 1L2 Phone:906/405.9272 Fax:905/405.1292 Product Support Help Line:1-877-BACKFLOW(1-877-222-6356) •Website:Mtp://www.zurn.com 107th Avenue North Public Utility Renewal SectionX-6 1 1 E FLOW CHARACTERISTICS MODEL 975XL 3/4",1",1 1/4",1 1/2"&2"(STANDARD&METRIC) FLOW RATES(Vs) 6 1.26 2.52 3.8 5.0 3.2 6.3 9.5 12.8 15.8 A 20 2U — 1R -- -137 3/4"(20nm) 1•Gomm)— __-__1 1/4"(32mm)-,ice H Ji l4Dmm 2'(So ). , 0 15 � ./� 15 �0 _103 w 10 r'`.--- ------ 10 ix 69 N vlg 35 isJ E 50 20 40 60 80 50 50 100 150 200 250 a FLOW RATES(GPM) 0 Rated Flow(Established by approval agencies) Capacity thru Schedule 40 Pipe TYPICAL INSTALLATION Pipe size 5 ft/sec 7.5 f/sec 10 ft/sec 15 ft/sec Local codes shall govern Installation require- 1/8" 1 1 2 3 ments. To be Installed in accordance with the 1/4" 2 2 3 5 manufacturers'instructions and the latest edition 3/8" 3 4 6 9 of the Uniform Plumbing Code.Unless otherwise 1/2" 5 7 9 14 specified, the assembly shall be mounted at a minimum of 12°(305mm)and a maximum of 30' 3/4" 8 12 17 25 (762mm)above adequate drains with sufficient 1" 13 20 27 40 side clearance for testing and maintenance.The 1 1/4" 23 35 47 70, installation shall be made so that no part of the 1 1/2" 32 48 63 95 unit can be submerged. 2" 52 78 105 167 i CENTRAL ALATION ARM I PROTECTIVE IILPANEAIIIIpgp � ENCLOSURE ���I:;Ijf!r r droll, BATTERY 'WV AL] =�MONITOR "SH• 12'MIN _ — a0"MAx OPTIONAL AIR GAP WATER METER AIR OAP �' rmil&Tam UUIIi DRAIN-1 . FITTING av a i �i11El t�=Ni��l� DIRECTION OF FLOW 4> `— • FLOOR �� FLOOR DRAIN INLET SKIT-OFF DIRECTION OF FLOW INDOOR INSTALLATION OUTDOOR INSTALLATION I•sllown W optional BMS) SPECIFICATIONS The Reduced Pressure Principle Backflow Preventer shall be ASSE®Listed 1013,rated to 180°F and supplied with full port ball valves.The main body and access covers shall be bronze(ASTM B 584),the seat ring and all internal polymers shall be NSF®Listed NorylT"and the seat disc elastomers shall be silicone.The first and second checks shall be accessible for maintenance without removing the relief valve or the entire device from the line.If installed indoors,the Installation shall be supplied with an air gap adapter and integral monitor switch.The Reduced Pressure Principle Backflow Preventer shall be a WILKINS Model 975XL. WILKINS a Zum company,1747 Commerce Way,Paso Robles,CA93446 Phone:805/238-7100 Fax:805/238-5766 IN CANADA:ZURN INDUSTRIES LIMITED,3544 Nashua Dr.,Mississauga,Ontario L4V 1L2 Phone:905/405-8272 Fax905/405-1292 Product Support Help Line:1-877-BACKFLOW(1.877.2224356) •Website:http:l/wwwsum.com — Page 2 of 2 107th Avenue North Public Utility Renewal Section X-7 SECTION XI 1 1 E SECTION 2 TECHNICAL SPECIFICATIONS Go to the Collier County website below for the latest revision of the Technical Specifications: http://www.colliergov.net/ 1 1 E 4 COLLIER COUNTY WATER-SEWER DISTRICT UTILITIES STANDARDS MANUAL SECTION 2 TECHNICAL SPECIFICATIONS Table of Contents DIVISION 1 - GENERAL REQUIREMENTS 011000 Summary of Work 012000 Measurement and Payment 014127 NPDES Requirements for Construction Activities Impacting More Than One Acre 014200 References 014500 Quality Control 015000 Construction Facilities and Temporary Controls 015526 Traffic Regulation and Public Safety 015713 Temporary Erosion and Sedimentation Control for Construction Activities Impacting Less Than One Acre, including Construction Requiring Dewatering 016100 Material and Equipment 017300 Miscellaneous Work and Cleanup 017416 Site Clearing 017423 Cleaning 017823 Operation and Maintenance Manuals 017839 Project Record Documents DIVISION 2 - EXISTING CONDITIONS 020500 Connections to Existing Systems 022100 Lines and Grades 022200 Pre-Construction Audio-Video Recording 022501 Leakage Tests 024100 Demolition 025400 Disinfection DIVISION 3 - CONCRETE 031100 Concrete Formwork 032000 Concrete Reinforcement 033100 Concrete, Masonry Mortar and Grout 034100 Precast Concrete Structures SECTION 2 COLLIER COUNTY TABLE OF CONTENTS TECHNICAL SPECIFICATIONS Page 1 of 2 1 1 E DIVISION 5— METALS 055600 Metal Castings DIVISION 9 - FINISHES 099723 Concrete Coatings DIVISION 31 - EARTHWORK 312316 Excavation — Earth and Rock 312319 Groundwater Control for Open Cut Excavation 312323 Backfilling 314000 Shoring, Sheeting and Bracing DIVISION 32 - EXTERIOR IMPROVEMENT 320117 Pavement Repair and Restoration 321300 Sidewalks, Driveways and Curbs 323113 Chain Link Fencing and Gate 329200 Restoration by Sodding or Seeding DIVISION 33 - UTILITIES 330130.16 Televising and Inspection of Gravity Sewer Systems 330201 Roadway Crossings by Open Cut 330502 High Density Polyethylene (HDPE) Pipe and Fittings 330503 Polyvinyl Chloride (PVC) Pipe and Fittings 330504 Ductile Iron Pipe (DIP) and Fittings 330518 Laying and Jointing Buried Pipelines 330520 Pipe Removal and Abandonment 330523.13 Horizontal Directional Drilling 330523.16 Jacking, Augering and Mining 331200 Water Valves and Appurtenances 331619 Hydrants 333200 Pump Stations 333313 Wastewater Valves and Appurtenances 333913 Sewer Manholes 334713 Irrigation Pond Liner SECTION 2 COLLIER COUNTY TABLE OF CONTENTS TECHNICAL SPECIFICATIONS Page 2 of 2 1 1 E SECTION 011000 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Description of Work B. CONTRACTOR's Use of Site C. Work Sequence D. COUNTY Occupancy 1.2 DESCRIPTION OF WORK A. General: The Work to be done under this Contract is shown on the drawings and specified in Contract Documents. B. The Work includes: 1. Furnishing of all labor, material, superintendence, plant, power, light, heat, fuel, water, tools, appliances, equipment, supplies, services and other means of construction necessary or proper for performing and completing the Work. 2. Sole responsibility for adequacy of plant and equipment. 3. Maintaining the Work area and site in a clean and acceptable manner. 4. Maintaining existing facilities in service at all times. 5. Protection of finished and unfinished Work. 6. Repair and restoration of Work or existing facilities damaged during construction. 7. Furnishing as necessary proper equipment and machinery, of a sufficient capacity, to facilitate the Work and to handle all emergencies normally encountered in Work of this character. Section 011000 COLLIER COUNTY SUMMARY OF WORK TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E 8. Furnishing, installing, and protecting all necessary guides, track rails, bearing plates, anchor and attachment bolts, and all other appurtenances needed for the installation of the devices included in the equipment specified. Make anchor bolts of appropriate size, strength and material for the purpose intended. Furnish substantial templates and shop drawings for installation. C. Implied and Normally Required Work: It is the intent of these Specifications to provide the COUNTY with complete operable systems, subsystems and other items of Work. Any part or item of Work, which is reasonably implied or normally required to make each installation satisfactorily and completely operable, is deemed to be included in the Work and the Contract Amount. All miscellaneous appurtenances and other items of Work incidental to meeting the intent of these Specifications are included in the Work and the Contract Amount even though these appurtenances may not be specifically called for in these Specifications. D. Quality of Work: Regard the apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished as meaning that only the best general practice is to prevail and that only materials and workmanship of the best quality are to be used. Interpretation of these specifications will be made upon this basis. 1.3 CONTRACTOR'S USE OF SITE A. In addition to the requirements of the Supplemental Terms and Conditions, limit use of site and premises for work and storage to allow for the following: 1. Coordination of the Work under this CONTRACT with the work of the other contractors where Work under this CONTRACT encroaches on the Work of other contractors. 2. COUNTY occupancy and access to operate existing facilities. 3. Coordination of site use with ENGINEER. 4. Responsibility for protection and safekeeping of products under this CONTRACT. 5. Providing additional off site storage at no additional cost to the COUNTY as needed. 1.4 WORK SEQUENCE A. Construct Work in stages to accommodate the COUNTY's use of premises during construction period and in accordance with the limitations on the sequence of construction specified. Coordinate construction schedules and operations with ENGINEER. Section 011000 COLLIER COUNTY SUMMARY OF WORK TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E B. Coordinate Work of all subcontractors. 1.5 COUNTY OCCUPANCY A. The COUNTY will occupy premises during entire period of construction in order to maintain normal operations. Cooperate with the COUNTY's Manager or designee in all construction operations to minimize conflict, and to facilitate COUNTY usage. B. Conduct operations with the least inconvenience to the general public. 1.6 PROTECTION OF EXISTING UTILITIES A. In case of damage to existing utilities caused by construction activities, contact the owner of the utility or appropriate COUNTY department (Water or Wastewater) immediately. Repair any damage to existing utilities caused by construction activities in coordination with or as directed by the owner of the utility. PART 2 PRODUCTS Not Used PART 3 EXECUTION A. Starting Work: Start Work within 10 days following the date stated in the Notice to Proceed and execute with such progress as may be required to prevent delay to other contractors or to the general completion of the project. Execute Work at such items and in or on such parts of the project, and with such forces, material and equipment, as to complete the Work in the time established by the Contract. At all times, schedule and direct the Work so that it provides an orderly progression to completion within the specified time for completion. END OF SECTION Section 011000 COLLIER COUNTY SUMMARY OF WORK TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 011000 COLLIER COUNTY SUMMARY OF WORK TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 012000 MEASUREMENT AND PAYMENT Applies only to Collier County Public Utilities Projects or Works and Utilities Portions of Collier County Transportation Projects, but not to Private Developments PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values 1.2 EXPLANATION AND DEFINITIONS A. The following explanation of the Measurement and Payment for the Bid Schedule items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the Bid Schedule or relieve the CONTRACTOR of the necessity of furnishing such as a part of the Contract. Measurement and payment for all Contract Items shall made be in accordance with this section or as modified by the Supplemental Terms and Conditions. 1.3 MEASUREMENT A. The quantities set forth in the Bid Schedule are approximate and are given to establish a uniform basis for the comparison of bids. The COUNTY reserves the right to increase or decrease the quantity of any class or portion of the work during the progress of construction in accord with the terms of the Contract. 1.4 PAYMENT A. Make payment for the items listed on the Bid Schedule on the basis of the work actually performed and completed, such work including but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, clean up, restoration of disturbed areas, and all other appurtenances to complete the construction and installation of the work as shown on the drawings and described in the specifications. Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 1 of 8 1 1 E B. Unit prices are used as a means of computing the final figures for bid and Contract purposes, for periodic payments for work performed, for determining value of additions or deletions and wherever else reasonable. 1.5 SCHEDULE OF VALUES A. Approval of Schedule: Submit for approval a preliminary schedule of values, in duplicate, for all of the Work. Prepare preliminary schedule in accordance with the Supplemental Terms and Conditions. Submit preliminary schedule of values within 10 calendar days after the Effective Date of the Agreement. Submit final schedule of values in accordance with the Supplemental Terms and Conditions. B. Format: Utilize a format similar to the Table of Contents of the Project Specifications. Identify each line item with number and title of the major specification items. Identify site mobilization, bonds and insurance. Include within each line item, a direct proportional amount of CONTRACTOR's overhead profit. C. Revisions: With each Application for Payment, revise schedule to list approved Change Orders. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 MEASUREMENT AND PAYMENT A. Make payment on the basis of work actually performed completing each item in the Bid, such work including, but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, cleanup, and all other appurtenances to complete the construction and installation of the work to the configuration and extent as shown on the drawings and described in the specifications. Payment for each item includes compensation for cleanup and restorations. Cost of cleanup and surface restorations (including pavement replacement) will be considered as the percentage retained in accordance with the Contract Documents, and complete payment will not be made until cleanup, restorations and as-builts are completed. 1. Mobilization: Payment for mobilization will be made for at the Contract lump sum price. 2. Performance and Payment Bond Premiums and Insurance: Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 2 of 8 1 1 E 3. Furnish and Install Utility Pipelines: Payment for furnishing and installing utility pipelines (various sizes and types) will be made at the Contract unit price per lineal foot for the pipe in place. This item includes clearing and disposal of trees and bushes, all necessary fittings, pipe coatings and linings, connections to existing mains, labor, equipment and materials for the furnishing and laying of the pipe, signs, maintenance of traffic, dewatering, compaction, pipe bedding, backfilling, sheeting, restrained joint piping, detectable tape, clamps, harnessing, plugs and caps, adapters, excavation of all material encountered, including rock, backfill, replacement of grass, sod, clearing and grubbing, landscaping, pavement, driveways, sidewalks, mailboxes, culverts, storm sewers, and other surface materials not specifically designated in the Bid, coordination with other contractors, stubs and valves for future connections to existing pipes, clean-up, disinfection and sterilization, temporary facilities for testing and tests. Measure pipe to the nearest foot along the centerline including the lengths of manholes, valves and fittings. Measure lineal footage horizontally. Measure cuts from proposed grade to the invert elevation of the pipe. Pipe installed within casing pipe is included in this item. 4. Furnish and Install Standard Precast Concrete Sanitary Sewer Manholes: Payment for furnishing and installing standard precast concrete sanitary manholes will be made at the unit price per manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all manholes to the Collier County Standard Details. This item does not include outside drop manholes or standard precast shallow manholes. Measure cuts from proposed grade to the invert elevation of the sewer. 5. Furnish and Install Outside Drop Manholes: Payment for furnishing and installing outside drop manholes will be made at the unit price per drop manhole acceptably installed. This item includes all excavation, backfilling, compacted gravel or crushed stone bedding, sheeting, shoring, dewatering, concrete work and reinforcing, drop pipes and pipe connections, plugs for future connections, protection of adjacent facilities, manhole frames and covers, coatings and linings, manhole joints, bottom channels and sanitary sewer connections. Conform all outside drop manholes to the Drop Manhole detail shown on the Plans. Measure cuts from proposed grade to the invert elevation of the sewer. 6. Furnish and Install Valves and Boxes: Payment for furnishing and installing valves will be made at the appropriate Contract unit price per valve acceptably installed. This item includes the valve, valve box, vault or housing, concrete work, operators, incidentals, and all necessary labor, Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 3 of 8 liE materials and equipment for installation, including valve stem, valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 7. Furnish and Install Air Release Valves: Payment for furnishing and installing air release valves will be made at the appropriate Contract unit price per air release valve acceptably installed. This item includes the valve, valve box, concrete work, operators, stems, incidentals, and all necessary labor, materials and equipment for installation including valve box extensions and adjustments. This item also includes the installation of base material below the valve in accordance with the detail shown in the Plans. 8. Furnish and Install Fire Hydrant Assemblies: Payment for the furnishing and installing of fire hydrant assemblies will be made at the Contract unit price for each fire hydrant assembly acceptably installed. This item includes the tee installed on the utility main, all necessary fittings, joint restraint from the valve to the tee, necessary piping from the tee to the hydrant location with the installation of barrel section to meet finished grade, control gate valve, valve box and any concrete work. Be responsible to set the hydrant to grade in accordance with the detail shown on the Plans. 9. Furnish and Install Permanent Blow-offs: Payment for furnishing and installing permanent blow-offs will be made at the appropriate Contract unit price per blow-off acceptably installed. This item includes the reinforced concrete thrust collar, piping, making pipe connections, valves, meter box, tie rods and all other work for a complete installation. Conform all permanent blow-offs to the Collier County Standard Details. 10. Furnish and Install Temporary Blow-offs: Tapping Sleeve and Valve: Payment for furnishing and installing temporary blow-offs will be made at the appropriate Contract unit price per blow-off acceptably installed. This item includes the reinforced concrete thrust collar, piping, making pipe connections, valves, meter box, tie rods and all other work for a complete installation. Conform all temporary blow-offs to the detail shown on the Plans. 11. Furnish and Install Tapping Sleeves and Valves: Payment for furnishing and installing tapping sleeves and valves will be made at the appropriate Contract unit price per tapping sleeve and valve acceptably installed. This item includes all piping, making pipe connections, tapping sleeve, valve and valve box, restrained joints, and all other work for a complete installation. 12. Furnish and Install Bacteriological Sample Points: Payment for furnishing and installing bacteriological sample points will be made at the appropriate Contract unit price per bacteriological sample point. This item includes valve, tubing, fittings, enclosure, all concrete, removal of temporary sample Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 4 of 8 1 1 E point, and incidentals necessary for a complete installation as shown on the drawings and as specified herein. 13. Furnish and Install Pump Station: Payment for the furnishing and installing the pump station will be made for at the Contract lump sum price for the pump station acceptably installed. This item includes pumps, wet well structure, valve vault structure, fence, stainless steel hardware, aluminum wet well cover, aluminum valve vault cover, coatings, valves, pipe, fittings, water service, panel, electrical hardware, electrical connection, electrical controls, telemetry, driveway, culvert, and all necessary materials and labor to complete the pump station in accordance with the project plans. Also included is the cost to connect electrical power to the pump station. Schedule with Florida Power and Light to place the pump station into service. 14. Furnish and Install Sanitary Sewer Services: Payment for furnishing and installing sanitary sewer services will be made at the appropriate Contract unit price per linear foot for P.V.C. and ductile iron pipe sewer service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, solids sleeves and adapters, protection of existing utilities and facilities, excavation, pipe bedding, sheeting, shoring, dewatering, compaction, cleanouts, service markers, plugs, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing, and all other work for a complete installation. 15. Furnish and Install Water Services: Payment for furnishing and installing water services will be made at the appropriate Contract unit price for each polyethylene short side and long side service acceptably installed. This item includes all labor, equipment and materials for furnishing and installing all necessary pipe, fittings, connections, casing pipes, meter stops, meter box, tapping sleeves, protection of existing utilities and facilities, excavation, pipe bedding, dewatering, compaction, removal and replacement of grass, sod, shrubs, pavement, driveways, culverts and storm sewers, mailboxes, sidewalks and other surface materials not specifically designated in the Bid, cleanup, testing and all other work for a complete installation. 16. Remove and Replace Driveway: Payment for removing and replacing driveway will be made at the appropriate Contract Unit price per square yard of concrete or asphalt driveway shown on the Plans to be removed and replaced for water main construction. Replace driveways to match existing elevations and materials of construction. Include surface restoration required for driveway removal and replacement in this item. 17. Remove and Replace Street Pavement Surface and Base: Payment for removing and replacing street pavement surface and base will be made at Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 5 of 8 11E the appropriate Contract unit price per square yard for pavement surface and base installed in the work. Replace all pavement surface and base in accordance with the Collier County Standard Details and details shown on the Plans. 18. Furnish and Install Pipeline Interconnection: Payment for furnishing and installing the pipeline interconnection will be made at the Contract lump sum price for the interconnection acceptably installed. This item includes all labor, equipment and materials to install all necessary pipe, fittings, connections, tapping sleeve and valve with valve box, field measurements, protection of existing facilities, excavation, pipe bedding, dewatering, compaction, surface restoration, testing, cleanup and all other work for a complete installation. 19. Furnish and Install Unreinforced Concrete: Payment for furnishing and installing unreinforced concrete will be made at the Contract unit price per cubic yard for all unreinforced concrete installed as ordered in writing by the ENGINEER. Conform all unreinforced concrete to the technical specifications. All unreinforced concrete installed in the work not shown on the Plans and not ordered by the ENGINEER in writing will not be measured for payment. 20. Furnish and Install Additional Fittings: Payment for furnishing and installing additional fittings will be made at the Contract unit price per ton for additional fittings installed in the work as ordered in writing by the ENGINEER. All fittings installed in the work not shown on the plans and not ordered by the ENGINEER in writing will not be measured for payment. 21. Rock Excavation: Payment for Rock Excavation will be made at the Contract unit price for the actual volume of rock excavated as defined in the Technical Specifications, measured in place within the limits outlined below, or as ordered by the Engineer. The limits for rock excavation for pipes in open cut will be a horizontal plane 6 inches below the lower outside surface of the pipe barrel and the surface of the rock and vertical planes passing 2 feet outside the horizontal diameter of the pipe barrel. Notify the Engineer in writing a sufficient time in advance of the beginning of any rock excavation, so that sufficient elevations and measurements may be obtained. No payment will be made for any rock material excavated or removed before these measurements have been taken. 22. Additional Earth Excavation: Payment for Additional Earth Excavation will be made at the Contract unit price for the total volume of excavation, as ordered in writing by the Engineer, beyond and outside the established lines and grades which would have controlled and been maintained had not the additional excavation been ordered. Additional earth excavation for placement of selected fill material other than that for pipe bedding is included under this item. Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 6 of 8 1 1 E 23. Additional Fill Material: Payment for Additional Fill Material, obtained from sources other than excavations in this Contract, will be made at the Contract unit price for the actual compacted volume of fill material placed within the payment limits shown on the Plans or established by the Engineer. Order all Additional Fill Material in writing by the Engineer. This item includes disposal of surplus excavated material. Fill material used to fill voids resulting from unauthorized excavation, or where required for dewatering, will not be measured for payment even though the Engineer orders their use. Fill material used for pipe bedding is not included under this item. 24. Jack and Bore Crossing: Payment for furnishing and installing jack and bore crossings will be made at the Contract unit price per linear foot of steel casing installed including all labor, material, equipment and incidentals necessary to install one linear foot of steel casing, regardless of depth of cover in accordance with these specifications. Include price for steel casing material, including spacers and identification tape, clearing and grubbing, removal of pavement, driveways, sidewalks, trenching, rock excavation, disposal of non-usable excavated material, bedding, laying, backfilling, grassing, sodding, replacement of pavement, driveways, and sidewalks, cleanup and all appurtenances. Measurement for payment will be made horizontally along the centerline of installed casing. 25. Conflict Crossings: Payment for furnishing and installing a complete conflict crossing will be made at the Contract unit price per conflict crossing including pipe, fittings, joint restraints, concrete work, and incidentals necessary for a complete installation as shown on the Drawings and as specified herein. 26. Utility Locates: Payment for locating utilities will be made at the Contract unit price for locating utilities including labor, material, equipment and incidentals necessary to determine the horizontal and vertical location of an existing utility underground regardless of depth. Price is to also include potholing, soft dig, excavation locating, backfilling, pavement repair, cleanup, sodding, and all appurtenances. 27. Irrigations Sleeves: Payment for furnishing and installing various sizes of conduit will be made at the contract unit price for irrigation sleeves for all labor, material, and equipment necessary to install complete one linear foot of conduit. Price is to also include locator discs, trenching, directional boring under existing pavement, cleanup and all appurtenances. 28. Maintenance of Traffic: Payment for maintenance of traffic in accordance with the COUNTY Maintenance of Traffic Policy will be made for at the Contract lump sum price. END OF SECTION Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 7 of 8 11E NO TEXT FOR THIS PAGE Section 012000 COLLIER COUNTY MEASUREMENT AND PAYMENT TECHNICAL SPECIFICATIONS Page 8 of 8 1 1 E SECTION 014127 NPDES REQUIREMENTS FOR CONSTRUCTION ACTIVITIES IMPACTING MORE THAN ONE ACRE PART 1 GENERAL 1.1 DESCRIPTION A. This Section describes the required documentation to be prepared and signed by the CONTRACTOR before conducting construction operations, in accordance with the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Stormwater Permit, as required by Florida Administrative Code (F.A.C.) Chapter 62-621. B. The CONTRACTOR shall be for responsible for implementation, maintenance and inspection of stormwater pollution prevention control measures in accordance with F.A.C. Chapter 62-621 including, but not limited to, erosion and sediment control, stormwater management plans, waste collection and disposal, off-site vehicle tracking, and other practices shown on the Drawings and/or specified elsewhere in this or other specifications. The stormwater pollution prevention control measures shall include protection of offsite public and private stormsewer facilities potentially impacted during construction. Stormwater facilities include streets, inlets, pipes, ditches, swales, canals, culverts, control structures, and detention/retention areas. C. The CONTRACTOR shall prepare and review implementation of the Stormwater Pollution Prevention Plan (SWPPP) in a meeting with the County Manager or designee prior to start of construction. 1.2 UNIT PRICES A. Unless indicated in the Unit Price Schedule as a pay item, no separate payment will be made for work performed under this Section. Include cost of work to be performed under this Section in pay items of which this work is a component. 1.3 REFERENCE DOCUMENTS A. ASTM D3786 — Standard Test Method for Hydraulic Bursting Strength for Knitted Goods and Nonwoven Fabrics B. ASTM D4632 — Standard Test Method for Grab Breaking Load and Elongation of Geotextiles Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 1 of 8 1 1 E PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 NOTICE OF INTENT (NOI) A. Fill out, sign and date a Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities, (FDEP Form 62- 621.300(4)(b)). Submit the signed copy of the NOI to the County Manager or designee. The County Manager or designee will submit the completed form to the FDEP along with the required permit fee. 3.2 CERTIFICATION REQUIREMENTS A. On the attached OPERATOR'S INFORMATION form, fill out the name, address and telephone number for the CONTRACTOR, persons or firms responsible for maintenance and inspection of erosion and sediment control measures, and all Subcontractors. B. The CONTRACTOR and Subcontractors named in the Operator's Information form shall read, sign and date the attached CONTRACTOR'S/SUBCONTRACTOR'S CERTIFICATION form. C. The persons or firms responsible for maintenance and inspection of erosion and sediment control measures shall read, sign and date the attached EROSION CONTROL CONTRACTOR'S INSPECTION AND MAINTENANCE CERTIFICATION form. D. Submit all forms to the County Manager or designee before beginning construction. 3.3 RETENTION OF RECORDS A. Retain a copy of the SWPPP at the construction site and at the Contractor's office from the date that it became effective to the date of project completion. B. At project closeout, submit to the County Manager or designee all NPDES forms and certifications, as well as a copy of the SWPPP. Stormwater pollution prevention records will be retained by the County Manager or designee for a period of three (3) years from the date of project completion. 3.4 REQUIRED NOTICES A. The following notices shall be posted from the date that the SWPPP goes into effect until the date of final site stabilization: Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 2 of 8 1 1 E 1. A copy of the submitted NOI and a brief project description, as given in the SWPPP, shall be posted at the construction site and at the CONTRACTOR's office in a prominent place for public viewing. 2. Notice to drivers of equipment and vehicles, instructing them to stop, check and clean tires of debris and mud before driving onto traffic lanes. Post such notices at every stabilized construction exit area. 3. Post a notice of waste disposal procedures in an easily visible location on site. 4. Notice of hazardous material handling and emergency procedures shall be posted with the NOI on site. Keep copies of Material Safety Data Sheets at a location on site that is know to all personnel. 5. Keep a copy of each signed certification at the construction site and at the CONTRACTOR's office. REQUIRED FORMS FOLLOW Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 3 of 8 1 1 E • OPERATOR'S INFORMATION Owner's Name and Address: Collier County Public Utilities Planning and Project Management Department 3301 East Tamiami Trail Naples, Florida 34112 (239) 252-4285 Contractors' Names and Addresses: General Contractor: Telephone: Site Superintendent: Telephone: Erosion Control and: Maintenance Inspection Telephone: Subcontractors' Names and Addresses: Phone: Phone: Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 4 of 8 1 1 E CONTRACTOR'S / SUBCONTRACTOR'S CERTIFICATION I certify under penalty of law that I understand the terms and conditions of Florida's National Pollutant Discharge Elimination System (NPDES) Construction General Permit that authorizes storm water discharges associated with activity from the construction site identified as part of this certification, and that I have received a copy of the SWPPP. Signature: Name: (printed or typed) Title: Company: Address: Signature: Name: (printed or typed) Title: Company: Address: Signature: Name: (printed or typed) Title: Company: Address: Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 5 of 8 1 1 E EROSION CONTROL CONTRACTOR'S INSPECTION AND MAINTENANCE CERTIFICATION I certify under penalty of law that I understand the terms and conditions of Florida's National Pollutant Discharge Elimination System (NPDES) Construction General Permit that authorizes storm water discharges associated with activity from the construction site identified as part of this certification, and that I have received a copy of the SWPPP. Signature: Name: (printed or typed) Title: Company: Address: Date: Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 6 of 8 1 1 E N._ zwco Ow F' U v ° VN. Lu a o a) re < C o w >- 0 Z Z (Z 03 (/) Oi UF- CL W O CL w W U Z• W Z O Q I' wZ WU Za- 7_ W 5 Qce 00 � CLw Z U ~ w � p _ a. zo Z0 Z d O w I= re W Z 20 W ce Q I= CL EL Z CO EE O z_ aW D• a o J Jp O Z aQ IXZ WO I- w w = ce• N ow Oz w = I- 0 u) z O H 0 z O 0 J F= Q 0 Li U) U ON zW LILO Q 0I-0 Z w Z i. U r-.� aa) ami 6 0 J = •o a w Ow a. 0 0 _ 0H 1 1 E END OF SECTION Section 014127 COLLIER COUNTY NPDES REQUIREMENTS FOR CONSTRUCTION TECHNICAL SPECIFICATIONS ACTIVITIES IMPACTING MORE THAN ONE ACRE Page 8of8 1 1 E SECTION 014200 REFERENCES PART 1 GENERAL 1.1 SECTION INCLUDES A. Reference Abbreviations B. Abbreviations C. Reference Standards D. Definitions 1.2 RELATED SECTIONS A. Information provided in this section is used where applicable in individual Specification Sections. 1.3 REFERENCE ABBREVIATIONS A. Reference to a technical society, trade association or standards setting organization, may be made in the Specifications by abbreviations in accordance with the following list: AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute ADC Air Diffusion Council AFBMA Anti-friction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA Association of Home Appliance Manufacturers AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Movement and Control Association, Inc. ANSI American National Standards Institute APA American Plywood Association ARI American Refrigeration Institute ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 1 of 8 1 1 E ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association BHMA Builders' Hardware Manufacturers Association BIA Brick Institute of American CABO Council of American Building Officials CAGI Compressed Air and Gas Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CRD U.S. Corps of Engineers Specifications CRSI Concrete Reinforcing Steel Institute CTI Cooling Tower Institute DHI Door and Hardware Institute DOH Department of Health DOT Department of Transportation Fed. Spec. Federal Specifications FGMA Flat Glass Marketing Association FM Factory Mutual HMI Hoist Manufacturing Institute HPMA See HPVA HPVA Hardwood Plywood Veneer Association ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IFI Industrial Fasteners Institute MIL Military Specifications MSS Manufacturer's Standardization Society NAAMM National Association of Architectural Metal Manufacturers NACM National Association of Chain Manufacturers NBS National Bureau of Standards, See NIST NEBB National Environmental Balancing Bureau NEC National Electrical Code NEMA National Electrical Manufacturers Association NETA National Electrical Testing Association NFPA National Fire Protection Association NFPA National Forest Products Association NFPA National Fluid Power Association NIST National Institute of Standards and Technology NLMA National Lumber Manufacturers Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Prestressed Concrete Institute PDI Plumbing and Drainage Institute SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors' National Association Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 2 of 8 1 1 E SPI Society of the Plastics Industry SSPC Steel Structures Painting Council STI Steel Tank Institute TCA Tile Council of American TIMA Thermal Insulation Manufacturers' Association UL Underwriters' Laboratories, Inc. USBR U. S. Bureau of Reclamation USBS U. S. Bureau of Standards, See NIST 1.4 ABBREVIATIONS A. Abbreviations which may be used in individual Specification Sections are as follows: alternating current ac cubic foot (feet) cu ft American wire gauge AWG cubic inch(es) cu in ampere(s) amp cubic yard(s) cu yd ampere-hour(s) AH annual ann decibels dB Ampere Interrupting decibels (A scale) dBa Capacity AIC degree(s) deg atmosphere(s) atm dewpoint temperature dpt average avg diameter dia direct current dc biochemical oxygen demand BOD dissolved oxygen DO Board Foot FBM dissolved solids DS brake horsepower bhp dry-bulb temperature dbt Brinell Hardness BH British thermal unit(s) Btu efficiency eff elevation el calorie(s) cal entering water temperature ewt carbonaceous biochemical entering air temperature eat oxygen demand CBOD equivalent direct radiation edr Celsius (centigrade) C Center to Center C to C face area fa centimeter(s) cm face to face f to f chemical oxygen demand COD Fahrenheit F coefficient, valve flow C„ feet per day fpd condensate return CR feet per hour fph cubic cu feet per minute fpm cubic centimeter(s) cc feet per second fps cubic feet per day cfd foot (feet) ft cubic feet per hour cfh foot-candle fc cubic feet per minute cfm foot-pound ft-lb cubic feet per minute, foot-pounds per minute ft-lb/min standard conditions scfm foot-pounds per second ft-lb/sec cubic feet per second cfs formazin turbidity unit(s) FTU Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 3 of 8 1 1 E frequency freq fuel oil FO megavolt-ampere(s) MVA fuel oil supply FOS meter(s) m fuel oil return FOR micrograms per liter ug/L miles per hour mph gallon(s) gal milliampere(s) mA gallons per day gpd milligram(s) mg gallons per day per milligrams per liter mg/L cubic foot gpd/cu ft milliliter(s) mL gallons per day per millimeter(s) mm square foot gpd/sq ft million gallons MG gallons per hour gph million gallons per day mgd gallons per minute gpm millisecond(s) ms gallons per second gps millivolt(s) mV gas chromatography and minute(s) min mass spectrometry GC-MS mixed liquor suspended gauge ga solids MLSS grain(s) gr nephelometric turbidity gram(s) g unit NTU grams per cubic centimeter gm/cc net positive suction head NPSH Heat Transfer Coefficient U noise criteria nc height hgt noise reduction coefficient NRC Hertz Hz number no horsepower hp horsepower-hour hp-hr ounce(s) oz hour(s) hr outside air oa humidity, relative rh outside diameter OD hydrogen ion concentration pH parts per billion ppb inch(es) in parts per million ppm inches per second ips percent pct inside diameter ID phase (electrical) ph pound(s) lb Jackson turbidity unit(s) JTU pounds per cubic foot pcf pounds per cubic foot kelvin K per hour pcf/hr kiloamperes kA pounds per day lbs/day kilogram(s) kg pounds per day per kilometer(s) km cubic foot lbs/day/cu ft kilovar(kilovolt-amperes pounds per day per reactive) kvar square foot lbs/day/sq ft kilovolt(s) kV pounds per square foot psf kilovolt-ampere(s) kVA pounds per square foot kilowatt(s) kW per hour psf/hr kilowatt-hour(s) kWh pounds per square inch psi linear foot (feet) lin ft pounds per square inch liter(s) L absolute psia Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 4 of 8 1 1 E pounds per square inch gauge psig temperature temp power factor PF temperature difference TD pressure drop or temperature entering TE difference dp temperature leaving TL pressure, dynamic thousand Btu per hour Mbh (velocity) vp thousand circular mils kcmil pressure, vapor yap pr thousand cubic feet Mcf threshold limit value TLV quart(s) qt tons of refrigeration tons torque TRQ Rankine R total dissolved solids TDS relative humidity rh total dynamic head TDH resistance res total kjeldahl nitrogen TKN return air ra total oxygen demand TOD revolution(s) rev total pressure TP revolutions per minute rpm total solids TS revolutions per second rps total suspended solids TSS root mean squared rms total volatile solids TVS vacuum vac safety factor sf viscosity visc second(s) sec volatile organic chemical VOC shading coefficient SC volatile solids VS sludge density index SDI volatile suspended solids VSS volt(s) V Sound Transmission volts-ampere(s) VA Coefficient STC volume vol specific gravity sp gr watt(s) W specific volume Sp Vol watthour(s) Wh sp ht at constant pressure Cp watt-hour demand WHD square sq watt-hour demand meter WHDM square centimeter(s) sq cm week(s) wk square foot (feet) sq ft weight wt square inch (es) sq in wet-bulb WB square meter(s) sq m wet bulb temperature WBT square yard(s) sq yd standard std yard(s) yd static pressure st pr year(s) yr supply air . . sa suspended solids SS 1.5 REFERENCE PUBLICATIONS The following publications are incorporated into this Manual and are made a part of this Manual as is set out verbatim in this Manual. Violations of any provision of every such publication, as updated from time-to-time by Resolution(s) of the Board of County Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 5 of 8 1 1 E Commissioners, shall be a violation of the Collier County Utilities Standards and Procedures Ordinance, as then amended. A. Water Environment Federation, Manual of Practice No. 8, Wastewater Treatment Plant Design, W.E.F., 601 Wythe Street, Alexandria, VA, 22314-1994. B. Water Environment Federation, Manual of Practice No. 9, Design and Construction of Sanitary and Storm Sewers, W.E.F., 601 Wythe Street, Alexandria, VA, 22314-1994. C. Great Lakes/Upper Mississippi River Board of State Sanitary Engineers. Recommended Standards for Sewage Works, Health Education Service, Inc., P.O. Box 7283, Albany, New York, 12224. D. Great Lakes/Upper Mississippi River Board of State Sanitary Engineers. Recommended Standards for Water Works, Health Education Service, Inc., P.O. Box 7283, Albany, New York, 12224. E. Rules of the Florida Department of Environmental Protection for Water, Wastewater, and Reclaimed Water Systems, latest revisions of F.A.C. Chapters 62-550, 62-555, 62-600, 62-604, 62-610, 64E-6, and 64E-8, 3900 Commonwealth Boulevard M.S. 49, Tallahassee, Florida, 32399. F. American Water Works Association, Inc., Water Treatment Plant Design, 6666 West Quincy Avenue, Denver, Colorado, 80235. G. American Water Works Association, Inc., Water Treatment Plant Design, AWA Standards and Applicable Manuals, 6666 West Quincy Avenue, Denver, Colorado, 80235. H. Ductile Iron Pipe Research Association, Handbook, Ductile Iron Pipe/Cast Iron Pipe, Ductile Iron Pipe Research Association, 245 Riverchase Parkway East, Birmingham, Alabama, 35244. I. Uni-Bell Plastic Pipe Association, Handbook of PVC Pipe, Uni-Bell Plastic Pipe Association, 2655 Villa Creek Drive, Suite 164, Dallas, Texas, 75234. J. American National Standards Institute, latest revisions of applicable standards, 1819 L Street NW, Suite 600, Washington, D.C., 20036. K. American Society for Testing and Materials, latest revisions of applicable standards, ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshohocken, Pennsylvania, 19428-2959. L. National Water Research Institute, Treatment Technologies for Removal of MTBE. NWRI, 10500 Ellis Ave., P.O. Box 20865, Fountain Valley, CA, 92728. Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 6 of 8 1 1 E M. National Water Research Institute, Valuing Ground Water: Economic Concepts/Approaches. NWRI, 10500 Ellis Ave., P.O. Box 20865, Fountain Valley, CA, 92728.7.3.14. N. U.S. Environmental Protection Agency, Design Criteria for Mechanical, Electric, and Fluid System and Component Reliability, Supplement to the Federal Guidelines for Design, Operation, and Maintenance of Wastewater Treatment Facilities, Technical Bulletin EPA-430-99-74-001, U.S. EPA, Office of Water Program Operations. O. Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, Maps & Publications Sales, Mail Station 12, 605 Suwannee Street, Tallahassee, Florida 32399-0450. P. Plastics Pipe Institute, Handbook of Polyethylene Pipe, 1825 Connecticut Ave., NW, Suite 680, Washington, DC 20009. Q. National Fire Protection Association, 1995 Edition of NFPA 24 — Standard for the Installation of Private Fire Service Mains and Their Appurtenances, 1 Batterymarch Park, Quincy, MA 02169. R. Collier County Water-Sewer District Utilities Standards Manual. S. National Electrical Code, latest revisions of applicable requirements. T. Metcalf and Eddy, Wastewater Engineering Treatment and Reuse, 4th Edition, McGraw- Hill, 2002. U. Water Environment Federation, Manual of Practice No. 11, Operation of Municipal Wastewater Treatment Plants, 601 Wythe Street, Alexandria, VA 22314-1994. 1.6 REFERENCE STANDARDS A. Latest Edition: Construe references to furnishing materials or testing, which conform to the standards of a particular technical society, organization, or body, to mean the latest standard, code, or specification of that body, adopted and published as of the date of bidding this Contract. Standards referred to herein are made a part of these Specifications to the extent that is indicated or intended. B. Precedence: The duties and responsibilities of the COUNTY, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees are set forth in the Contract Documents, and are not changed or altered by any provision of any referenced standard specifications, manuals or code, whether such standard manual or code is or is not specifically incorporated by reference in the Contract Documents. Any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority, to undertake responsibility contrary to the powers of the ENGINEER as set forth in the Contract Documents cannot be assigned to the ENGINEER or any of the ENGINEER's consultants, agents or employees. Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 7 of 8 1 1 E 1.7 DEFINITIONS A. In these Contract Documents the words furnish, install and provide are defined as follows: 1. Furnish (Materials): to supply and deliver to the project ready for installation and in operable condition. 2. Install (services or labor): to place in final position, complete, anchored, connected in operable condition. 3. Provide: to furnish and install complete. Includes the supply of specified services. When neither furnish, install or provide is stated, provided is implied. 4. COUNTY: Collier County Board of Commissioners, County Government Center, 3301 East Tamiami Trail, Naples, Florida 34112, or authorized staff or representatives. 5. ENGINEER: The terms Design Professional, Design Engineer, and Engineer are interchangeably used throughout the Contract Documents. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 014200 COLLIER COUNTY REFERENCES TECHNICAL SPECIFICATIONS Page 8 of 8 1 1 E SECTION 014500 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittals B. Inspection Services C. Inspection of Materials D. Quality Control E. Costs of Inspection F. Acceptance Tests G. Failure to Comply with Contract 1.2 SUBMITTALS A. General: Provide all submittals, including the following, as specified in the individual material sections. B. Certificate Submittals: Furnish the ENGINEER authoritative evidence in the form of Certificates of Manufacture that the materials and equipment to be used in the Work have been manufactured and tested in conformity with the Contract Documents. Include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer. 1.3 INSPECTION SERVICES A. COUNTY's Access: At all times during the progress of the Work, and until the date of final completion, afford the County Manager or designee and ENGINEER every reasonable, safe, and proper facility for inspecting the Work at the site. The observation and inspection of any work will not relieve the CONTRACTOR of any obligations to perform proper and satisfactory work as specified. Replace work rejected due to faulty design, inferior, or defective materials, poor workmanship, improper installation, excessive wear, or nonconformity with the requirements of the Contract Documents, with satisfactory work at no additional cost to the COUNTY. Replace as directed, finished or unfinished work found not Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 1 of 10 1 1 E to be in strict accordance with the Contract, even though such work may have been previously approved and payment made therefor. B. Rejection: The County's Manager or designee has the right to reject materials and workmanship which are defective or require correction. Promptly remove rejected work and materials from the site. C. Inferior Work Discoveries: Failure or neglect on the part of the County Manager or designee to condemn or reject bad or inferior work or materials does not imply an acceptance of such work or materials. Neither is it to be construed as barring the County Manager or designee at any subsequent time from recovering damages or a sum of money needed to build anew all portions of the Work in which inferior work or improper materials were used. D. Removal for Examination: Should it be considered necessary or advisable by the County Manager or designee, at any time before final acceptance of the Work, to make examinations of portions of the Work already completed, by removing or tearing out such portions, promptly furnish all necessary facilities, labor, and material, to make such an examination. If such Work is found to be defective in any respect, defray all expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the cost of examination and restoration of the Work will be considered a change in the Work to be paid for in accordance with applicable provisions of the Contract. E. Operation Responsibility: Assume full responsibility for the proper operation of equipment during tests and instruction periods. Make no claim, other than provided in the Contract Documents, for damage that may occur to equipment prior to the time when the County Manager or designee accepts the Work. F. Rejection Prior to Warranty Expiration: If at anytime prior to the expiration of any applicable warranties or guarantees, defective equipment is rejected by the County Manager or designee, repay to the COUNTY all sums of money received for the rejected equipment on progress certificates or otherwise on account of the Contract lump sum prices, and upon the receipt of the sum of money, County Manager or designee will execute and deliver a bill of sale of all its rights, title, and interest in and to the rejected equipment. Do not remove the equipment from the premises of the COUNTY until the County Manager or designee obtains from other sources, equipment to take the place of that rejected. The County Manager or designee hereby agrees to obtain other equipment within a reasonable time and the CONTRACTOR agrees that the COUNTY may use the equipment furnished by the CONTRACTOR without rental or other charge until the other new equipment is obtained. 1.4 INSPECTION OF MATERIALS A. Premanufacture Notification: Give notice in writing to the ENGINEER sufficiently in advance of the commencement of manufacture or preparation of materials Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 2 of 10 11E especially manufactured or prepared for use in or as part of the permanent construction. When required, notice to include a request for inspection, the date of commencement, and the expected date of completion of the manufacture or preparation of materials. Upon receipt of such notice, ENGINEER will arrange to have a representative present at such times during the manufacture or testing as may be necessary to inspect the materials, or will notify CONTRACTOR that the inspection will be made at a point other than the point of manufacture or testing, or that the inspection will be waived. Comply with these provisions before shipping any materials. Such inspection will not constitute a release from the responsibility for furnishing materials meeting the requirements of the Contract Documents. B. Testing Standards: Conduct tests of electrical and mechanical equipment and appliances in accordance with recognized, applicable test codes. 1.5 QUALITY CONTROL A. Testing 1. Field and Laboratory a. Provide personnel to assist the ENGINEER in performing the following periodic observation and associated services. (1) Soils: Observe and test excavations, placement and compaction of soils. Determine suitability of excavated material. Observe subgrade soils and foundations. (2) Concrete: Observe forms and reinforcement; observe concrete placement; witness air entrainment tests, facilitate concrete cylinder preparation and assist with other tests performed by ENGINEER. (3) Masonry: Sample and test mortar, bricks, blocks and grout; inspect brick and block samples and sample panels; inspect placement of reinforcement and grouting. (4) Structural Steel: Verify that all welders are certified; visually inspect all structural steel welds; mechanically test high-tensile bolted connections. b. When specified in the Contract Documents, provide an independent laboratory testing facility to perform required testing. Qualify the laboratory as having performed previous satisfactory work. Prior to use, submit to the ENGINEER for approval. c. Cooperate with the ENGINEER and laboratory testing representatives. Provide at least 24 hours notice prior to when specified testing is Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 3 of 10 1 1 E required. Provide labor and materials, and necessary facilities at the site as required by the ENGINEER and the testing laboratory. d. When an independent electrical testing agency is specified in the Contract Documents, provide a member of the National Electrical Testing Association to perform inspections and tests. 2. Equipment: Coordinate and demonstrate test procedures as specified in the Contract Documents and as required during the formal tests. 3. Pipeline and Other Testing: Conform to test procedures and requirements specified in the appropriate Specification Section. 4. Testing of Gravity Sanitary Sewer Lines a. Watertight Construction: It is imperative that all sewers and force mains, manholes, and service connections be built watertight and that the CONTRACTOR adhere rigidly to the specifications for material and workmanship. Since all of the water and sewage in the lines will be treated at the treatment plant, special care and attention must be given to securing watertight construction. After completion, the sewers or sections thereof will be tested and gauged. If infiltration or exfiltration is above the limits specified, the sewer construction work will be rejected. b. Cleaning: Exercise care during construction of the manhole to see that materials do not enter the sewer line. Keep the invert and shelf of the manhole clean of all mortar, broken brick, sand, or any other materials falling into the manhole. Immediately remove such material. Maintain this condition until final acceptance of the work. Prior to testing of gravity sanitary sewer lines, clean the lines using appropriate tools. c. Gravity Sewers - Visual Inspections: On completion of each block or section of sewer, or at such other times as the County Manger or designee may direct, the block or section of sewer is to be cleaned, tested and inspected. Each section of the sewer is to show, on examination from either end, a full circle of light between manholes. Each manhole, or other appurtenance to the system, shall be of the specified size and form, be watertight, neatly and substantially constructed, with the rim set permanently to design position and grade. All repairs shown necessary by the inspection are to be made; broken or cracked pipe replaced, all deposits removed and the sewers left true to line and grade, entirely clean and ready for use. Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 4 of 10 1 1 E d. Infiltration Limits: Provide the equipment necessary to check the lines for infiltration or exfiltration as directed by the County Manager or designee, before they are put in service. Infiltration in excess of fifty (50) gallons per day inch-mile of sewer will result in having the CONTRACTOR go over the lines, ascertain where the leakage exists, and repair the lines to the extent necessary to bring the infiltration down within acceptable limits. Observable inflow is not permitted. e. Exfiltration Limits: The length of sewer subject to an exfiltration test shall be the distance between two (2) adjacent manholes. Close the inlets of the upstream and downstream manholes with watertight plugs and the test section filled with water until the elevation of the water in the upstream manhole is two (2) feet above the crown of the pipe in the line being tested, or two (2) feet above the existing groundwater in the trench, whichever is higher. A standpipe may be used instead of the upstream manhole for providing the pressure head when approved by the County Manager or designee. Measure exfiltration by determining the amount of water required to maintain the initial water elevation for one (1) hour period from the start of the test. The maximum allowable leakage, including manholes, shall be 50 gallon per inch for diameter per mile of pipe per day. f. Air Testing: Air testing shall be required if, in the opinion of the County Manager or designee, conditions are such that infiltration measurements may be inconclusive. Conduct the test in the presence of the County Manager or designee and conform to the following requirements: (a) Test pressure shall be 3.5 psi increased by the groundwater pressure above the top of the sewer. (b) Pressure loss from shall not exceed 0.5 psi during the required testing time. (c) Testing time in minutes shall be calculated as 0.625 x nominal pipe size (inches). g. Deformation Test (a) Deformation tests shall be performed on all gravity sewer lines. The test shall be conducted after the final backfill has been in place at least 30 days to permit stabilization of the soil-pipe system. (b) No pipe shall exceed a deformation of five percent (5%). If deformation exceeds 5%, mechanical methods to correct deformation may be used. If mechanical methods are unsuccessful, the pipe shall be excavated. Replacement Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 5 of 10 1 1 E or correction shall be accomplished in accordance with requirements in the approved specifications. (c) The rigid ball or mandrel used for the deflection test shall have a diameter not less than 95 percent of the base inside diameter or average inside diameter of the pipe depending on which is specified in the ASTM Specification, including the appendix, to which the pipe is manufactured. The test shall be performed without mechanical pulling devices. B. Reports 1. Certified Test Reports: Where transcripts or certified test reports are required by the Contract Documents, meet the following requirements: a. Before delivery of materials or equipment submit and obtain approval of the ENGINEER for all required transcripts, certified test reports, certified copies of the reports of all tests required in referenced specifications or specified in the Contract Documents. Perform all testing in an approved independent laboratory or the manufacturer's laboratory. Submit for approval reports of shop equipment tests within thirty days of testing. Transcripts or test reports are to be accompanied by a notarized certificate in the form of a letter from the manufacturer or supplier certifying that tested material or equipment meets the specified requirements and the same type, quality, manufacture and make as specified. The certificate shall be signed by an officer of the manufacturer or the manufacturer's plant manager. 2. Certificate of Compliance: At the option of the ENGINEER, submit for approval a notarized Certificate of Compliance. The Certificates may be in the form of a letter stating the following: a. Manufacturer has performed all required tests b. Materials to be supplied meet all test requirements c. Tests were performed not more than one year prior to submittal of the certificate d. Materials and equipment subjected to the tests are of the same quality, manufacture and make as those specified e. Identification of the materials Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 6 of 10 1 1 E 1.6 COSTS OF INSPECTION A. COUNTY's Obligation: Initial inspection and testing of materials furnished under this Contract will be performed by the County Manager or designee, or inspection bureaus without cost to the CONTRACTOR, unless otherwise expressly specified. If subsequent testing is necessary due to failure of the initial tests or because of rejection for noncompliance, reimburse the COUNTY for expenditures incurred in making such tests. B. CONTRACTOR's Obligation: Include in the Contract Price, the cost of all shop and field tests of equipment and other tests specifically called for in the Contract Documents, except those tests described above under "COUNTY's Obligation". The County Manager or designee may perform tests on any material or equipment furnished under this Contract at any time during the Contract. If tests performed by the County Manager or designee result in failure or rejection for noncompliance, reimburse the COUNTY for expenditures incurred in making such tests. Tests performed by the County Manager or designee shall prevail in determining compliance with Contract requirements. C. Reimbursements to the COUNTY: 1. Materials and equipment submitted by the CONTRACTOR as the equivalent to those specifically named in the Contract may be tested by the County Manager or designee for compliance. Reimburse the COUNTY for expenditures incurred in making such tests on materials and equipment that are rejected for noncompliance. 2. Reimburse the COUNTY for all costs associated with Witness Tests that exceed 5 Calendar Days per kind of equipment. 1.7 ACCEPTANCE TESTS A. Preliminary Field Tests: As soon as conditions permit, furnish all labor and materials and services to perform preliminary field tests of all equipment provided under this Contract. if the preliminary field tests disclose that any equipment furnished and installed under this Contract does not meet the requirements of the Contract Documents, make all changes, adjustments and replacements required prior to the acceptance tests. B. Final Field Tests: Upon completion of the Work and prior to final payment, subject all equipment, piping and appliances installed under this Contract to specified acceptance tests to demonstrate compliance with the Contract Documents. 1. Furnish all labor, fuel, energy, water and other materials, equipment, instruments and services necessary for all acceptance tests. Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 7 of 10 1 1 E 2. Conduct field tests in the presence of the ENGINEER. Perform the field tests to demonstrate that under all conditions of operation each equipment item: a. Has not been damaged by transportation or installation b. Has been properly installed c. Has been properly lubricated d. Has no electrical or mechanical defects e. Is in proper alignment f. Has been properly connected g. Is free of overheating of any parts h. Is free of all objectionable vibration i. Is free of overloading of any parts j. Operates as intended 3. Operate work or portions of work for a minimum of 100 hours or 14 days continuous service, whichever comes first. For those items of equipment that would normally operate on wastewater or sludge, plant effluent may be used if available when authorized by ENGINEER. If water cannot properly exercise equipment, conduct 100-hour test after plant startup. Conduct test on those systems that require load produced by weather (heating or cooling) exercise only when weather will produce proper load. C. Failure of Tests: If the acceptance tests reveal defects in material or equipment, or if the material or equipment in any way fails to comply with the requirements of the Contract Documents, then promptly correct such deficiencies. Failure or refusal to correct the deficiencies, or if the improved materials or equipment, when tested again, fail to meet the guarantees or specified requirements, the County Manager or designee, notwithstanding its partial payment for work and materials or equipment, may reject said materials or equipment and may order the CONTRACTOR to remove the defective work from the site at no addition to the Contract Price, and replace it with material or equipment which meets the Contract Documents. 1.8 FAILURE TO COMPLY WITH CONTRACT A. Unacceptable Materials: If it is ascertained by testing or inspection that the material or equipment does not comply with the Contract, do not deliver said material or equipment, or if delivered remove it promptly from the site or from the Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 8 of 10 11E Work and replace it with acceptable material without additional cost to the COUNTY. Fulfill all obligations under the terms and conditions of the Contract even though the County Manager or designee fail to ascertain noncompliance or notify the CONTRACTOR of noncompliance. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 9 of 10 1 1 E NO TEXT FOR THIS PAGE Section 014500 COLLIER COUNTY QUALITY CONTROL TECHNICAL SPECIFICATIONS Page 10 of 10 1 -1E SECTION 015000 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Related Sections C. Temporary Utilities D. Temporary Construction E. Barricades and Enclosures F. Fences G. Security H. Temporary Controls I. Traffic Regulation J. Field Offices and Sheds 1.2 RELATED SECTIONS A. Section 011000 - Summary of Work B. Section 015526 —Traffic Regulations and Public Safety C. Section 020500— Connection to Existing Systems D. Section 312319— Groundwater Control for Open Cut Excavation E. Section 320117 - Pavement Repair and Restoration F. Section 330518 —Laying and Jointing Buried Pipelines 1.3 GENERAL REQUIREMENTS A. Plant and Facilities: Furnish, install, maintain and remove all false work, scaffolding, ladders, hoistways, braces, pumping plants, shields, trestles, Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 1 of 8 liE roadways, sheeting, centering forms, barricades, drains, flumes, and the like, any of which may be needed in the construction of any part of the Work and which are not herein described or specified in detail. Accept responsibility for the safety and efficiency of such works and for any damage that may result from their failure or from their improper construction, maintenance or operation. B. First Aid: Maintain a readily accessible, completely equipped first aid kit at each location where work is in progress. C. Safety Responsibility: Accept sole responsibility for safety and security at the site. Indemnify and hold harmless the COUNTY and the County's Manager or designee, including the ENGINEER, for any safety violation, or noncompliance with governing bodies and their regulations, and for accidents, deaths, injuries, or damage at the site during occupancy or partial occupancy of the site by CONTRACTOR's forces while performing any part of the Work. D. Hazard Communication: Furnish two copies of the CONTRACTOR's Hazard Communication Program required under OSHA regulations before beginning on site activities. Furnish two copies of amendments to Hazard Communications Program as they are prepared. 1.4 TEMPORARY UTILITIES A. Water: Provide all necessary and required water without additional cost, unless otherwise specified. If necessary, provide and lay water lines to the place of use; secure all necessary permits; pay for all taps to water mains and hydrants and for all water used at the established rates. B. Light and Power: Provide without additional cost to the COUNTY temporary lighting and power facilities required for the proper construction and inspection of the Work. If, in the ENGINEER's opinion, these facilities are inadequate, do NOT proceed with any portion of the Work affected thereby. Maintain temporary lighting and power until the Work is accepted. C. Heat: Provide temporary heat, whenever required, for work being performed during cold weather to prevent freezing of concrete, water pipes, and other damage to the Work or existing facilities. D. Sanitary Facilities: Provide sufficient sanitary facilities for construction personnel. Prohibit and prevent nuisances on the site of the Work or on adjoining property. Discharge any employee who violates this rule. Abide by all environmental regulations or laws applicable to the Work. 1.5 TEMPORARY CONSTRUCTION A. Bridges: Design and place suitable temporary bridges where necessary for the maintenance of vehicular and pedestrian traffic. Assume responsibility for the Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 2 of 8 1 1 E sufficiency and safety of all such temporary work or bridges and for any damage that may result from their failure or their improper construction, maintenance, or operation. Indemnify and save harmless the COUNTY and the COUNTY's representatives from all claims, suits or actions, and damages or costs of every description arising by reason of failure to comply with the above provisions. 1.6 BARRICADES, LIGHTS AND ENCLOSURES A. Protection of Workmen and Public: Effect and maintain at all times during the prosecution of the Work, barriers, lights and enclosures necessary for the protection of workmen and the public. Perform all work within the County right-of- way in strict accordance with the COUNTY Maintenance of Traffic Policy and other applicable statutory requirements. B. Provide suitable barricades, lights, signs and watchmen at excavation sites and all other places where the Work causes obstructions to normal traffic or constitutes in any way a hazard to the public. 1.7 FENCES A. Existing Fences: Obtain written permission from property owner(s) prior to relocating or dismantling fences that interfere with construction operations. Reach agreements with the fence owner as to the period the fence may be left relocated or dismantled. Install adequate gates where fencing must be maintained. Keep gates closed and locked at all times when not in use. B. Restoration: Restore all fences to their original or better condition and to their original location on completion of the Work. 1.8 SECURITY A. Preservation of Property: 1. Preserve from damage, all property along the line of the Work, in the vicinity of or in any way affected by the Work, the removal or destruction of which is not called for by the Drawings. Preserve from damage, public utilities, trees, lawn areas, building monuments, fences, pipe and underground structures, and public streets. Note: Normal wear and tear of streets resulting from legitimate use by the CONTRACTOR are not considered as damage. Whenever damages occur to such property, immediately restore to its original condition. Costs for such repairs are incidental to the Contract. 2. In case of failure on the part of the CONTRACTOR to restore property or make good on damage or injury, the County Manager or designee may, upon 24 hours written notice, proceed to repair, rebuild, or otherwise restore such property as may be deemed necessary, and the cost thereof will be deducted from any moneys due or which may become due the Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 3 of 8 1 1 E CONTRACTOR under this Contract. If removal, repair or replacement of public or private property is made necessary by alteration of grade or alignment authorized by the County Manager or designee and not contemplated by the Contract Documents, the CONTRACTOR will be compensated, in accordance with the General Conditions, provided that such property has not been damaged through fault of the CONTRACTOR or the CONTRACTOR's employees. B. Public Utility Installations and Structures: 1. Public utility installations and structures include all poles, tracks, pipes, wires, conduits, vaults, valves, hydrants, manholes, and other appurtenances and facilities, whether owned or controlled by public bodies or privately owned individuals, firms or corporations, used to serve the public with transportation, gas, electricity, telephone, storm and sanitary sewers, water, or other public or private utility services. Facilities appurtenant to public or private property that may be affected by the Work are deemed included hereunder. 2. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. Existing public utility installations and structures are indicated on the Drawings only to the extent such information was made available to, or found by, the ENGINEER in preparing the Drawings. These data are not guaranteed for completeness or accuracy, and the CONTRACTOR is responsible for making necessary investigations to become fully informed as to the character, condition, and extent of all public utility installations and structures that may be encountered and that may affect the construction operations. 3. Before starting construction, identify and mark all existing valves and maintain access to the valves at all times during construction. 4. Contact utility locating service sufficiently in advance of the start of construction to avoid damage to the utilities and delays to the completion date. 5. If existing utilities are damaged during the Work, immediately notify the owner of the affected utility. In coordination with or as directed by the owner, remove, replace, relocate, repair, rebuild, and secure any public utility installations and structures damaged as a direct or indirect result of the Work under this Contract. Costs for such work are incidental to the Contract. Be responsible and liable for any consequential damages done to or suffered by any public utility installations or structures. Assume and accept responsibility for any injury, damage, or loss that may result from or be consequent to interference with, or interruption or discontinuance of, any public utility service. Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 4 of 8 - 11E 6. At all times in the performance of Work, employ proven methods and exercise reasonable care and skill to avoid unnecessary delay, injury, damage, or destruction to public utility installations and structures. Avoid unnecessary interference with, or interruption of, public utility services. Cooperate fully with the owners thereof to that end. 7. Provide notice to the County Manager or designee of any proposed connections to existing utilities, interruptions of service or shutdowns in accordance with Section 020500. Give written notice to the owners of all public utility installations and structures affected by proposed construction operations sufficiently in advance of breaking ground in any area or on any unit of the Work, to obtain their permission before disrupting the lines and to allow them to take measures necessary to protect their interests. Advise the Transportation Operations Department, Fire and Rescue Services of any excavation in public streets or the temporary shut-off of any water main. Provide at least 48 hours notice to all affected property owners whenever service connections are taken out of service. C. Work on Private Property: Work on this project will require operations on private property, rights of way or easements. The County Manager or designee has secured the appropriate easements or rights of entry from the affected property owners. Comply with all easement or rights of entry provisions. Conduct operations along rights-of-way and easements through private property to avoid damage to the property and to minimize interference with its ordinary use. Upon completion of the Work through such property, restore the surface and all fences or other structures disturbed by the construction as nearly as possible to the preconstruction conditions. Do not remove any material from private property without the consent of the property owner or responsible party in charge of such property. Hold the COUNTY harmless from any claim or damage arising out of or in connection with the performance of work across and through private property. D. Miscellaneous Structures: Assume and accept responsibility for all injuries or damage to culverts, building foundations and walls, retaining walls, or other structures of any kind met with during the prosecution of the Work. Assume and accept liability for damages to public or private property resulting therefrom. Adequately protect against freezing all pipes carrying liquid. E. Protection of Trees and Lawn Areas: 1. Protect with boxes, trees and shrubs, except those ordered to be removed. Do not place excavated material so as to cause injury to such trees or shrubs. Replace trees or shrubs destroyed by accident or negligence of the CONTRACTOR or CONTRACTOR's employees with new stock of similar size and age, at the proper season, at no additional cost to the COUNTY. If required by Contract Documents, provide preconstruction audio-video recording of project in accordance with the Technical Specifications. Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 5 of 8 1 1 E 2. Leave lawn areas in as good condition as before the start of the Work. Restore areas where sod has been removed by seeding or sodding. 1.9 TEMPORARY CONTROLS A. During Construction: 1. Keep the site of the Work and adjacent premises free from construction materials, debris, and rubbish. Remove this material from any portion of the site if such material, debris, or rubbish constitutes a nuisance or is objectionable. 2. Remove from the site all surplus materials and temporary structures when they are no longer needed. 3. Neatly stack construction materials such as concrete forms and scaffolding when not in use. Store pipe to be incorporated into the Work in accordance with AWWA standards. Promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. 4. Properly store volatile wastes in covered metal containers and remove from the site daily. 5. Do not bury or burn on the site or dispose of into storm drains, sanitary sewers, streams, or waterways, any waste material. Remove all wastes from the site and dispose of in a manner complying with applicable ordinances and laws. B. Smoke Prevention: 1. Strictly observe all air pollution control regulations. 2. Open fires will be allowed only if permitted under current ordinances. C. Noises: 1. In accordance with the COUNTY's Noise Ordinance, maintain acceptable noise levels in the vicinity of the Work. Limit noise production to acceptable levels by using special mufflers, barriers, enclosures, equipment positioning, and other approved methods. 2. Supply written notification to the County Manager or designee sufficiently in advance of the start of any work that violates this provision. Proceed only when all applicable authorizations and variances have been obtained in writing. Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 6 of 8 11E D. Hours of Operation: 1. Operation of construction equipment is only permitted Monday through Saturday, 7:00 AM to 7:00 PM. Obtain written consent from the County Manager or designee for operation of construction equipment during any other period. 2. Do not carry out non-emergency work, including equipment moves, on Sundays without prior written authorization by the County Manager or designee. E. Dust Control: 1. Take measures to prevent unnecessary dust. Keep earth surfaces exposed to dusting moist with water or a chemical dust suppressant. Cover materials in piles or while in transit to prevent blowing or spreading dust. 2. Adequately protect buildings or operating facilities that may be affected adversely by dust. Protect machinery, motors, instrument panels, or similar equipment by suitable dust screens. Include proper ventilation with dust screens. F. Temporary Drainage Provisions: 1. Provide for the drainage of stormwater and any water applied or discharged on the site in performance of the Work. Provide adequate drainage facilities to prevent damage to the Work, the site, and adjacent property. 2. Supplement existing drainage channels and conduits as necessary to carry all increased runoff from construction operations. Construct dikes as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect the COUNTY's facilities and the Work, and to direct water to drainage channels or conduits. Provide ponding as necessary to prevent downstream flooding. 3. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. Dewater trenches in accordance with Sections 312319 and 330518. G. Pollution: Prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. Do not permit sanitary wastes to enter any drain or watercourse other than sanitary sewers. Do not permit sediment, debris, or other substances to enter sanitary sewers. Take reasonable measures to prevent such materials from entering any drain or watercourse. Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 7 of 8 1 1 E 1.10 TRAFFIC REGULATION A. Parking: Provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Contract, to avoid any need for parking personal vehicles where they may interfere with public traffic or construction activities. B. Access: Conduct Work to interfere as little as possible with public travel, whether vehicular or pedestrian. Provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accommodation of public and private travel. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when the CONTRACTOR has obtained permission from the owner or tenant of private property, or from the authority having jurisdiction over the public property involved, to obstruct traffic at the designated point. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 015000 COLLIER COUNTY CONSTRUCTION FACILITIES AND TECHNICAL SPECIFICATIONS TEMPORARY CONTROLS Page 8 of 8 1 1 E SECTION 015526 TRAFFIC REGULATION AND PUBLIC SAFETY PART 1 GENERAL 1.1 SECTION INCLUDES: A. General Requirements B. Traffic Control C. Public Safety 1.2 RELATED SECTIONS A. Section 015000— Construction Facilities and Temporary Controls B. Section 320117 — Pavement Repair and Restoration C. Section 330201 — Roadway Crossings by Open Cut 1.3 GENERAL REQUIREMENTS A. Perform all work within COUNTY rights-of-way in strict accordance with the County's Maintenance of Traffic Policy and other applicable statutory requirements to protect the public safety. B. Be responsible for providing safe and expeditious movement of traffic through construction zones. A construction zone is defined as the immediate areas of actual construction and all abutting areas which are used by the CONTRACTOR and which interfere with the driving or walking public. C. Remove temporary equipment and facilities when no longer required. Restore grounds to original or specified conditions. D. The requirements specified herein are in addition to the plan for Maintenance of Traffic as specified in Section 330201. 1.4 TRAFFIC CONTROL A. Include as necessary precautions, not to be limited to, such items as proper construction warning signs, signals, lighting devices, marking, barricades, channelization, and hand signaling devices. Be responsible for installation and maintenance of all devices and requirements for the duration of the Construction period. Section 015526 COLLIER COUNTY TRAFFIC REGULATION AND PUBLIC SAFETY TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E B. Provide notice, at least five (5) working days prior to construction, to the State or County Department of Transportation of the necessity to close any portion of a roadway carrying vehicles or pedestrians so that the final approval of such closings can be obtained at least 48 hours in advance. At no time will more than one (1) lane of roadway be closed to vehicles and pedestrians. With any such closings make adequate provision for the safe expeditious movement of each. C. Be responsible for notifying Transportation Operations Department, Police, Fire, and other Emergency Departments whenever construction is within roadways and of the alternate routes. D. Be responsible for removal, relocation, or replacement of any traffic control device in the construction area that exists as part of the normal pre-construction traffic control scheme. E. Immediately notify the County Manager or designee of any vehicular or pedestrian safety or efficiency problems incurred as a result of the construction of the project. F. Be responsible for notifying all residents of any road construction and limited access at least 72 hours in advance. 1.5 PUBLIC SAFETY (DURING CONSTRUCTION, ALTERATION OR REPAIR) A. In areas of high vehicular traffic, provide a safe walkway around the work area. B. Use barricades or other barriers to prevent any possibility of injury to the public caused by the CONTRACTOR's work. C. Keep walk areas around the work areas clean of sand, stones, and any other material that could cause a pedestrian accident. D. Barricade work areas left overnight. Install flashing warning lights in areas required by the COUNTY. E. Unless an approved detour is provided at any open cut crossings, a minimum of one-way traffic will be maintained during the daylight hours and two-way traffic at night. All traffic detours will be restricted to limits of the Right-of-Way with necessary flagmen and/or marking devices. These detours shall be approved by the COUNTY. Detour of traffic outside of the Right-of-Way will be considered with the approval of local governmental agencies and private concerns involved. F. Crossing and Intersections: Do not isolate residences and places of business. Provide access to all residences and places of business whenever construction interferes with existing means of access. Maintain access at all times. If pavement is disturbed, a cold mix must be applied at the end of the day. Section 015526 COLLIER COUNTY TRAFFIC REGULATION AND PUBLIC SAFETY TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E G. Detours 1. Construct and maintain detour facilities wherever it becomes necessary to divert traffic from any existing roadway or bridge, or wherever construction operations block the flow of traffic. The location of all detours will require prior approval of the COUNTY. 2. Furnishing of Devices and Barriers: Furnish all traffic control devices (including signs), warning devices and barriers. Costs of such devices shall be incidental to construction and included in unit prices bid. 3. Maintenance of Devices and Barriers: Keep traffic control devices, warning devices and barriers in the correct position, properly directed, clearly visible and clean, at all times. Immediately repair replace or clean damaged, defaced or dirty devices or barriers as necessary. H. Flagmen: Provide certified flagmen (flaggers) to direct traffic where one-way operation in a single lane is in effect and in other situations as may be required. Radios may be required if flagmen cannot maintain contact with each other. I. Utilize all necessary signs, flagmen, and other safety devices during construction. J. Perform all work with the requirements set forth by the Occupational Safety Health Administration. PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION Section 015526 COLLIER COUNTY TRAFFIC REGULATION AND PUBLIC SAFETY TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 015526 COLLIER COUNTY TRAFFIC REGULATION AND PUBLIC SAFETY TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, INCLUDING CONSTRUCTION REQUIRING DEWATERING PART 1 GENERAL 1.1 DESCRIPTION A. The work specified in this Section consists of designing, providing, maintaining and removing temporary erosion and sedimentation controls as necessary. B. Temporary erosion controls include, but are not limited to rip rap channels, road stabilization, grassing, mulching, setting, watering, and reseeding onsite surfaces and spoil and borrow area surfaces and providing interceptor ditches at ends of berms and at those locations which will ensure that erosion during construction will be either eliminated or maintained within acceptable limits as established by the COUNTY. C. Temporary sedimentation controls include, but are not limited to; silt dams, traps, barriers, public and private on- and off-site storm sewer inlets protectors, and appurtenances at the foot of sloped surfaces which will ensure that sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the COUNTY. D. If required by regulation or COUNTY, CONTRACTOR is responsible for providing an approved Erosion Control Plan for effective temporary erosion and sediment control measures during construction or until final controls become effective. 1.2 REFERENCE DOCUMENTS A. South Florida Building Code and Standard Building Code. PART 2 PRODUCTS 2.1 EROSION CONTROL A. Sodding and Seeding is specified in Section 329200. B. Rip Rap Channel. C. Road Stabilization. Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 1 of 6 1 1 E D. Netting -fabricated of material acceptable to the County Manager or designee. 2.2 SEDIMENTATION CONTROL A. Temporary Sediment Trap. B. Sediment Fence. C. Bales - clean, seed free pine needle or cereal hay type. D. Netting -fabricated of material acceptable to the County Manager or designee. E. Filter Stone - crushed stone conforming to Florida Department of Transportation specifications. F. Concrete Block- hollow, non-load-bearing type. G. Concrete - exterior grade not less than one inch thick. PART 3 EXECUTION 3.1 EROSION CONTROL A. Minimum procedures for grassing are: 1. Scarify slopes to a depth of not less than six inches and remove large clods, rock, stumps, roots larger than 1/2 inch in diameter and debris. 2. Sow seed within twenty-four (24) hours after the ground is scarified with either mechanical seed drills or rotary hand seeders. 3. Apply mulch loosely and to a thickness of between 3/4 inch and 1-1/2 inches. 4. Apply netting over mulched areas on sloped surfaces. 5. Roll and water seeded areas in a manner which will encourage sprouting of seeds and growing of grass. Reseed areas that exhibit unsatisfactory growth (less than 70 percent coverage). Backfill and seed eroded areas, removing eroded material from effected drainage facilities. B. Minimum procedures for rip rap channel are: 1. Clear the foundation of all trees, stumps, and roots. Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 2 of 6 1 1 E 2. Excavate the bottom and sides of the channel 30 inches below grade at all points to allow for the placement of riprap as shown in the typical cross-section in the Standard Details. 3. Install extra strength filter fabric on the bottom and sides of the channel foundation, placing the upstream fabric over the downstream fabric with at least a 1 foot overlap on all joints. The fabric is to be securely held in place with metal pins. 4. Place riprap evenly to the lines and grades shown on the drawings and staked in the field. Place riprap immediately following the installation of the filter fabric. 5. Riprap shall meet the specification for F.D.O.T. Class 2 Riprap. 6. Restore all disturbed areas in accordance with a vegetation plan submitted in advance and approved by the County Manager or designee. C. Minimum Procedures for road stabilization are: 1. Clear roadbed and parking areas of all vegetation, roots and other objectionable material. 2. Provide surface drainage. 3. Spread 6 inch course of lime rock evenly over the full width of road and parking area and smooth to avoid depressions. 4. After grading, seed or resod all disturbed areas adjoining roads and parking areas conforming to existing conditions prior to construction. 3.2 SEDIMENTATION CONTROL A. Install and maintain silt dams, traps, barriers, and appurtenances as required. Replace deteriorated hay bales and dislodged filter stone. B. Minimum requirements for sediment trap: 1. Clear, grub and strip the area under the embankment of all vegetation and root mat. 2. Clear retention area to elevation as approved by the County Manager or designee. 3. Use fill material free of roots, woody vegetation and organic matter. Place fill in lifts not to exceed 9 inches and machine compact. Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 3 of 6 1 1 E 4. Construct dam and stone spillway to dimensions, slopes and elevations shown. 5. Ensure that the spillway crest is level and at least 18 inches below the top of the dam at all points. 6. Stone used for spillway section - Class "B" erosion control stone. 7. Stone used on inside spillway face to control drainage -#67 washed stone. 8. Extend stone outlet section to vegetated road ditch on zero grade with top elevation of stone level with bottom of drain. 9. Ensure that the top of the dam at all points is 6 inches above natural surrounding ground. 10. Stabilize the embankment and all disturbed area above the sediment pools as shown in the vegetation plan. C. Minimum requirements for sediment fence: 1. Construct sediment fence on low side of topsoil stockpile to prevent sediment from being washed into the drainage system. Fence to extend around approximately 70 percent of the perimeter of the stockpile. Fence must be unobstructed so as to maintain a minimum of 75 percent of its design flow rate. 2. Locate posts down slope of fabric to help support fencing. 3. Bury toe of fence approximately 8 inches deep to prevent undercutting. 4. When joints are necessary, securely fasten the fabric at a support post with overlap to the next post. 5. Filter fabric shall be of nylon, polyester, propylene or ethylene yarn with extra strength — 50 pounds per linear inch (minimum) - and with a flow rate of at least 0.30 gallons per foot per minute. Fabric should contain ultraviolet ray inhibitors and stabilizers. 6. Post to be 4-inch diameter pine with a minimum length of 4 feet. D. Minimum Requirement for stormwater facilities protection: Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 4 of 6 1 1 E 1. Public and private stormsewer facilities, both on and offsite, shall be protected at all inlets affected by construction. Stormsewer facilities include streets, inlets, pipes, ditches, swales, canals, culverts, control structures, and detention/retention areas. 2. Grated drop inlets shall be rapped with filter fabric in a manner that allows removal of accumulated sediment from the fabric before removing the grate. 3. Curb inlets shall be protected from sediment, turbid water from stormwater or dewatering activities; also construction debris, concrete mix and rinsate, and any other pollution. 4. Stormwater runoff entering such stormsewer inlets and stormwater detention/retention facilities with a turbidity greater than 50 NTU shall be considered to be in non-compliance with these regulations. 3.3 PERFORMANCE A. Should any of the temporary erosion and sediment control measures employed fail to produce results which comply with the requirements of the State of Florida, immediately take steps necessary to correct the deficiency at no expense to the COUNTY. Sedimentation or turbid water violations to stormwater facilities on or offsite shall require the contractor to remove all sediment from the affected facilities. END OF SECTION Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 015713 TEMPORARY EROSION AND SEDIMENTATION CONTROL FOR COLLIER COUNTY CONSTRUCTION ACTIVITIES IMPACTING LESS THAN ONE ACRE, TECHNICAL SPECIFICATIONS INCLUDING CONSTRUCTION REQUIRING DEWATERING Page 6 of 6 1 1 E SECTION 016100 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Description B. Substitutions C. Manufacturer's Written Instructions D. Transportation and Handling E. Storage, Protection and Maintenance F. Manufacturer's Field Quality Control Services G. Post Startup Services H. Special Tools and Lubricating Equipment I. Lubrication 1.2 DESCRIPTION A. Proposed Manufacturers List: Within 15 calendar days of the date of the Notice to Proceed, submit to the ENGINEER a list of the names of proposed manufacturers, material men, suppliers and subcontractors, obtain approval of this list by the County Manager or designee prior to submission of any working drawings. Upon request submit evidence to ENGINEER that each proposed manufacturer has manufactured a similar product to the one specified and that it has previously been used for a like purpose for a sufficient length of time to demonstrate its satisfactory performance. B. All material and equipment designed or used in connection with a potable (drinking) water system shall conform to the requirements of the National Sanitation Foundation (NSF) Standard 61, "Drinking Water System Components — Health Effects." C. Furnish and install Material and Equipment which meets the following: 1. Conforms to applicable specifications and standards. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 1 of 12 1 1 E 2. Complies with size, make, type, and quality specified or as specifically approved, in writing, by ENGINEER. 3. Will fit into the space provided with sufficient room for operation and maintenance access and for properly connecting piping, ducts and services, as applicable. Make the clear spaces that will be available for operation and maintenance access and connections equal to or greater than those shown and meeting all the manufacturers' requirements. If adequate space is not available, the CONTRACTOR shall advise the ENGINEER for resolution. 4. Manufactured and fabricated in accordance with the following: a. Design, fabricate, and assemble in accordance with best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. c. Provide two or more items of same kind identical, by same manufacturer. d. Provide materials and equipment suitable for service conditions. e. Adhere to equipment capabilities, sizes, and dimensions shown or specified unless variations are specifically approved, in writing, in accordance with the Contract Documents. f. Adapt equipment to best economy in power consumption and maintenance. Proportion parts and components for stresses that may occur during continuous or intermittent operation, and for any additional stresses that may occur during fabrication or installation. g. Working parts are readily accessible for inspection and repair, easily duplicated and replaced. 5. Use material or equipment only for the purpose for which it is designed or specified. 1.3 SUBSTITUTIONS A. Substitutions: 1. Make any CONTRACTOR's requests for changes in equipment and materials from those required by the Contract Documents in writing, for approval by the COUNTY. Such requests are considered requests for substitutions and are subject to CONTRACTOR's representations and review provisions of the Contract Documents when one of following conditions are satisfied: Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 2 of 12 1 1 E a. Where request is directly related to an "or County approved equal" clause or other language of same effect in Specifications. b. Where required equipment or material cannot be provided within Contract Time, but not as result of CONTRACTOR's failure to pursue Work promptly or to coordinate various activities properly. c. Where required equipment or material cannot be provided in manner compatible with other materials of Work, or cannot be properly coordinated therewith. 2. CONTRACTOR'S Options: a. Where more than one choice is available as options for CONTRACTOR's selection of equipment or material, select option compatible with other equipment and materials already selected (which may have been from among options for other equipment and materials). b. Where compliance with specified standard, code or regulation is required, select from among products that comply with requirements of those standards, codes, and regulations. c. Or County approved Equal: For equipment or materials specified by naming one or more equipment manufacturer(s) and "or County approved equal", submit request for substitution for any equipment or manufacturer not specifically named. B. Conditions Which are Not Substitution: 1. Requirements for substitutions do not apply to CONTRACTOR options on materials and equipment provided for in the Specifications. 2. Revisions to Contract Documents, where requested by the County Manager or designee or ENGINEER, are "changes" not "substitutions". 3. CONTRACTOR's determination of and compliance with governing regulations and orders issued by governing authorities do not constitute substitutions and do not constitute basis for a Change Order, except as provided for in Contract Documents. 1.4 MANUFACTURER'S WRITTEN INSTRUCTIONS A. Instruction Distribution: When the Contract Documents require that installation, storage, maintenance and handling of equipment and materials comply with manufacturer's written instructions, obtain and distribute printed copies of such instructions to parties involved in installation, including six copies to ENGINEER. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 3 of 12 1 1 E 1. Maintain one set of complete instructions at jobsite during storage and installation, and until completion of work. B. Manufacturer's Requirements: Store, maintain, handle, install, connect, clean, condition, and adjust products in accordance with manufacturer's written instructions and in conformity with Specifications. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult ENGINEER for further instructions. 2. Do not proceed with work without written instructions. C. Performance Procedures: Perform work in accordance with manufacturer's written instructions. Do not omit preparatory steps or installation procedures, unless specifically modified or exempted by Contract Documents. 1.5 TRANSPORTATION AND HANDLING A. Coordination with Schedule: Arrange deliveries of materials and equipment in accordance with Construction Progress Schedules. Coordinate to avoid conflict with work and conditions at site. 1. Deliver materials and equipment in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Protect bright machined surfaces, such as shafts and valve faces, with a heavy coat of grease prior to shipment. 3. Immediately upon delivery, inspect shipments to determine compliance with requirements of Contract Documents and approved submittals and that material and equipment are protected and undamaged. B. Handling: Provide equipment and personnel to handle material and equipment by methods recommended by manufacturer to prevent soiling or damage to materials and equipment or packaging. 1.6 STORAGE, PROTECTION, AND MAINTENANCE A. On-site storage areas and buildings: 1. Conform storage buildings to requirements of Section 015000. 2. Coordinate location of storage areas with ENGINEER and the COUNTY. 3. Arrange on site storage areas for proper protection and segregation of stored materials and equipment with proper drainage. Provide for safe Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 4 of 12 1 1 E travel around storage areas and safe access to stored materials and equipment. 4. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 5. Store materials such as pipe, reinforcing and structural steel, and equipment on pallets, blocks or racks, off ground. 6. PVC Pipe may be damaged by prolonged exposure to direct sunlight, take necessary precautions during storage and installation to avoid this damage. Store pipe under cover, and install with sufficient backfill to shield it from the sun. 7. Store fabricated materials and equipment above ground, on blocking or skids, to prevent soiling or staining. Cover materials and equipment that are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. B. Interior Storage: 1. Store materials and equipment in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store materials and equipment, subject to damage by elements, in weathertight enclosures. 3. Maintain temperature and humidity within ranges required by manufacturer's instructions. C. Accessible Storage: Arrange storage in a manner to provide easy access for inspection and inventory. Make periodic inspections of stored materials or equipment to assure that materials or equipment are maintained under specified conditions and free from damage or deterioration. 1. Perform maintenance on stored materials of equipment in accordance with manufacturer's instructions, in presence of the County Manager or designee or ENGINEER. 2. Submit a report of completed maintenance to ENGINEER with each Application for Payment. 3. Failure to perform maintenance, to notify ENGINEER of intent to perform maintenance or to submit maintenance report may result in rejection of material or equipment. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 5 of 12 1 1 E D. COUNTY's Responsibility: The COUNTY assumes no responsibility for materials or equipment stored in buildings or on-site. CONTRACTOR assumes full responsibility for damage due to storage of materials or equipment. E. CONTRACTOR's Responsibility: For COUNTY Capital Improvement Projects, the CONTRACTOR assumes full responsibility for protection of completed construction until facilities (or portions of facilities) are accepted for operation and placed in service. Repair and restore damage to completed Work equal to its original condition. F. Special Equipment: Use only rubber tired wheelbarrows, buggies, trucks, or dollies to wheel loads over finished floors, regardless if the floor has been protected or not. This applies to finished floors and to exposed concrete floors as well as those covered with composition tile or other applied surfacing. G. Surface Damage: Where structural concrete is also the finished surface, take care to avoid marking or damaging surface. 1.7 MANUFACTURER'S FIELD QUALITY CONTROL SERVICES A. General: 1. Provide manufacturer's field services in accordance with this subsection for those tasks specified in other sections. 2. Include and pay all costs for suppliers' and manufacturers' services, including, but not limited to, those specified. B. Installation Instruction: Provide instruction by competent and experienced technical representatives of equipment manufacturers or system suppliers as necessary to resolve assembly or installation procedures that are attributable to, or associated with, the equipment furnished. C. Installation Inspection, Adjustments and Startup Participation: 1. Provide competent and experienced technical representatives of equipment manufacturers or system suppliers to inspect the completed installation as follows. a. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or for other conditions that may cause damage. b. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 6 of 12 1 1 E c. Verify that wiring and support components for equipment are complete. d. Verify that equipment or system is installed in accordance with the manufacturer's recommendations, approved shop drawings and the Contract Documents. e. Verify that nothing in the installation voids any warranty. 2. Provide manufacturer's representatives to perform initial equipment and system adjustment and calibration conforming to the manufacturer's recommendations and instructions, approved shop drawings and the Contract Documents. 3. Start-up of Equipment: Provide prior written notice of proposed start-up to the County Manager or designee and ENGINEER. Obtain ENGINEER's approval before start-up of equipment. COUNTY's departmental representative must be on-site during start-up. Execute start-up under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. 4. Furnish ENGINEER with three copies of the following. When training is specified, furnish the copies at least 48 hours prior to training. a. "Certificate of Installation, Inspection and Start-up Services" by manufacturers' representatives for each piece of equipment and each system specified, certifying: (1) That equipment is installed in accordance with the manufacturers' recommendations, approved shop drawings, and the Contract Documents. (2) That nothing in the installation voids any warranty. (3) That equipment has been operated in the presence of the manufacturer's representative. (4) That equipment, as installed, is ready to be operated by others. b. Detailed report by manufacturers' representatives, for review by ENGINEER of the installation, inspection and start-up services performed, including: (1) Description of calibration and adjustments if made; if not in Operation and Maintenance Manuals, attach copy. (2) Description of any parts replaced and why replaced. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 7 of 12 1 1 E (3) Type, brand name, and quantity of lubrication used, if any. (4) General condition of equipment. (5) Description of problems encountered, and corrective action taken. (6) Any special instructions left with CONTRACTOR or ENGINEER. D. Field Test Participation: Provide competent and experienced technical representatives of all equipment manufacturers and system suppliers as necessary to participate in field testing of the equipment specified in Section 014500. E. Trouble-Free Operation: Provide competent and experienced technical representatives of all equipment manufacturers and system suppliers as necessary to place the equipment in trouble-free operation after completion of start-up and field tests. 1.8 SPECIAL TOOLS AND LUBRICATING EQUIPMENT A. General: Furnish, per manufacturer's recommendations, special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) B. Time of Delivery: Deliver special tools and lubricating equipment to the COUNTY when unit is placed into operation and after operating personnel have been properly instructed in operation, repair, and maintenance of equipment. C. Quality: Provide tools and lubricating equipment of a quality meeting equipment manufacturer's requirements. 1.9 LUBRICATION A. General: Where lubrication is required for proper operation of equipment, incorporate in the equipment the necessary and proper provisions in accordance with manufacturer's requirements. Where possible, make lubrication automated and positive. B. Oil Reservoirs: Where oil is used, supply reservoir of sufficient capacity to lubricate unit for a 24-hour period. 1.10 WARRANTY A. Provide copies of any warranties of materials or equipment to the County Manager or designee with documentation showing compliance with warranty requirements. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 8 of 12 1 1 E PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 9 of 12 1 1 E CERTIFICATE OF INSTALLATION, INSPECTION AND START-UP SERVICES Project Equipment Specification Section Contract I hereby certify that the named equipment has been inspected, adjusted and operated by the Manufacturers' Representative and further certify: 1. That the equipment is installed in accordance with the manufacturer's recommendations, approved shop drawings, and the Contract Documents. 2. That nothing in the installation voids any warranty. 3. That equipment has been operated in the presence of the manufacturer's representative. 4. That equipment, as installed, is ready to be operated by others. MANUFACTURERS' REPRESENTATIVE Signature Date Name (print) Title Representing CONTRACTOR Signature Date Name (print) Title Attach the detailed report called for by Specification Section 016100. Complete and submit three copies of this form with the detailed report to ENGINEER as specified. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 10 of 12 11E CERTIFICATE OF POST START-UP SERVICES Project Equipment Specification Section Contract I hereby certify the Manufacturers' Representative has inspected this equipment, made adjustments and calibrations, and that it is operating in conformance with the design, specifications, and manufacturer's requirements. Detailed notation of improper operation with corresponding recommendations, if any, are made and attached to this form. MANUFACTURERS' REPRESENTATIVE Signature Date Name(print) Title Representing CONTRACTOR Signature Date Name (print) Title ENGINEER Signature Date Name(print) Title Complete and submit three copies of this form to the County Manager or designee upon completion of 6 to 11 months reinspection as required by Specification Section 016100. Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 11 of 12 1 1 E END OF SECTION Section 016100 COLLIER COUNTY MATERIAL AND EQUIPMENT TECHNICAL SPECIFICATIONS Page 12 of 12 1 1 E SECTION 017300 MISCELLANEOUS WORK AND CLEANUP PART 1 GENERAL 1.1 SCOPE OF WORK A. This Section includes operations that cannot be specified in detail as separate items but can be sufficiently described as to the kind and extent of work involved. Furnish all labor, materials, equipment and incidentals to complete the work under this Section. B. The work of this Section includes, but is not limited to, the following: 1. Restoring of sidewalks, driveways, curbing and gutters. 2. Crossing utilities. 3. Relocation of existing water lines, low pressure, gas lines, telephone lines, electric lines, cable TV lines and storm drains as necessary, all as shown on the drawings. 4. Restoring easements and rights-of-ways. 5. Cleaning up. 6. Incidental work. 1.2 WORK SPECIFIED UNDER OTHER SECTIONS A. Complete all work in a workmanlike manner by competent workmen in full compliance with all applicable sections of these Specifications. PART 2 PRODUCTS 2.1 MATERIALS A. Materials required for this Section shall be of at least the same type and quality as materials that are to be restored. Where possible, reuse existing materials that are removed and then replaced, with the exception of paving. Section 017300 COLLIER COUNTY MISCELLANEOUS WORK AND CLEANUP TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E PART 3 EXECUTION 3.1 RESTORING OF CURBING, FENCES, AND GUARD RAILS A. Protect existing curbing. If necessary, remove curbing from joint to joint and replace after backfilling. Replace curbing that is damaged during construction with curbing of equal quality and dimension. 3.2 CROSSING UTILITIES A. This item shall include any extra work required in crossing culverts, water courses, drains, water mains, and other utilities, including all sheeting and bracing, extra excavation and backfill, or any other work required for the crossing, whether or not shown on the drawings. 3.3 RELOCATIONS OR REPLACEMENT OF EXISTING GAS LINES, TELEPHONE LINES, ELECTRIC LINES, CABLE TV LINES AND DRAINAGE CULVERT A. Notify the proper authority of the utility involved when relocation or replacement of these lines is required. Coordinate all work by the utility so that the progress of construction will not be hampered. B. Reference all side drains, side ditches, swales, and storm sewers as to grade and location prior to construction, maintain them during construction, and repair them as necessary after construction. Where drainage structures are disturbed and must be replaced, the minimum size replacement shall be twelve inches (12"). All drainage culverts installed shall have mitered ends in conformance with the Collier County Standard Details. Place the culvert to the specified elevations and regrade or reshape the swale and road shoulders that have been disturbed or damaged during construction. 3.4 PROTECTION AND RESTORATION OF PROPERTY A. Protection and Restoration of Property: During the course of construction, take special care and provide adequate protection in order to minimize damage to vegetation, surfaced areas, and structures within the construction right-of-way, easement or site, and take full responsibility for the replacement or repair thereof. Immediately repair any damage to private property created by encroachment thereon. Should the removal or trimming of valuable trees, shrubs, or grass be required to facilitate the installation within the designated construction area, this work shall be done in cooperation with the County and/or local communities which the work takes place. Said valuable vegetation, removed or damaged, shall be replanted, if possible, or replaced by items of equal quality, and maintained until growth is re-established. Topsoil damaged in the course of work shall be replaced in kind with suitable material, graded to match existing grade. Following construction completion, the work area along the route of the installation shall be finish grade to elevations compatible with the adjacent surface, with grassing or hand raking required within developed areas. Section 017300 COLLIER COUNTY MISCELLANEOUS WORK AND CLEANUP TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E B. Existing lawn surfaces damaged by construction shall be re-graded and re-sodded or re-seeded. These areas shall be maintained until all work under this Contract has been completed and accepted. 3.5 CLEANING UP A. Remove all construction material, excess excavation, buildings, equipment and other debris remaining on the job as a result of construction operations and shall render the site of the work in a neat and orderly condition. B. Work site clean-up shall follow construction operations without delay and in accordance with Section 017423. 3.6 INCIDENTAL WORK A. Do all incidental work not otherwise specified, but obviously necessary for the proper completion of the Contract as specified and as shown on the drawings. END OF SECTION Section 017300 COLLIER COUNTY MISCELLANEOUS WORK AND CLEANUP TECHNICAL SPECIFICATIONS Page 3 of 4 1 I E NO TEXT FOR THIS PAGE Section 017300 COLLIER COUNTY MISCELLANEOUS WORK AND CLEANUP TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 017416 SITE CLEARING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for clearing of all areas within the Contract limits and other areas shown, including work designated in permits and other agreements, in accordance with the requirements of Division 1. B. Related Work Specified in Other Sections Includes: 1. Section 024100 — Demolition 2. Section 312316 - Excavation - Earth and Rock 3. Section 312323 — Backfilling 4. Section 329200 — Restoration by Sodding or Seeding 1.2 DEFINITIONS A. Clearing: Clearing is the removal from the ground surface and disposal, within the designated areas, of trees, brush, shrubs, down timber, decayed wood, other vegetation, rubbish and debris as well as the removal of fences. B. Grubbing: Grubbing is the removal and disposal of all stumps, buried logs, roots larger than 1-1/2 inches, matted roots and organic materials. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 PROTECTION OF EXISTING UTILITIES A. Prior to site clearing, locate and mark all existing utilities in coordination with the COUNTY and other affected owners. Protect all existing utilities and markings from damage. In case of damage to existing utilities caused by construction activities, contact the owner of the utility or appropriate COUNTY department (Water or Wastewater) immediately. Repair any damage to existing utilities or markings caused by construction activities in coordination with or as directed by the owner of the utility. Section 017416 COLLIER COUNTY SITE CLEARING TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E 3.2 TREE REMOVAL A. Tree Removal Within Right-of-Way Limits: Remove trees and shrubs within the right-of-way unless otherwise indicated. 1. Remove trees and shrubs to avoid damage to trees and shrubs designated to remain. 2. Grub and remove tree stumps and shrubs felled within the right-of-way to an authorized disposal site. Fill depressions created by such removal with material suitable for backfill as specified in Section 312323. B. Tree Removal Outside Right-of-Way Limits: Do not cut or damage trees outside the right-of-way unless plans show trees to be removed or unless written permission has been obtained from the property owner. Furnish three copies of the written permission before removal operations commence. C. If the landowner desires the timber or small trees, cut and neatly pile it in 4 foot lengths for removal by the owner; otherwise, dispose of it by hauling it away from the project site. If hauled timber is of merchantable quality, credit shall accrue to the CONTRACTOR. 3.3 TREES AND SHRUBS TO BE SAVED A. Protection: Protect trees and shrubs within the work limits that are so delineated or are marked in the field to be saved from defacement, injury and destruction. 1. Work within the limits of the tree drip line with extreme care using either hand tools or equipment that will not cause damage to trees. a. Do not disturb or cut roots unnecessarily. Do not cut roots 1-1/2 inches and larger unless approved. b. Immediately backfill around tree roots after completion of construction in the vicinity of trees. c. Do not operate any wheeled or tracked equipment within drip line. 2. Protect vegetation from damage caused by emissions from engine-powered equipment. 3. During working operations, protect the trunk, foliage and root system of all trees to be saved with boards or other guards placed as shown and as required to prevent damage, injury and defacement. a. Do not pile excavated materials within the drip line or adjacent to the trunk of trees. Section 017416 COLLIER COUNTY SITE CLEARING TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E b. Do not allow runoff to accumulate around trunk of trees. c. Do not fasten or attach ropes, cables, or guy wires to trees without permission. When such permission is granted, protect the tree before making fastening or attachments by providing burlap wrapping and softwood cleats. d. The use of axes or climbing spurs for trimming will not be permitted. e. Provide climbing ropes during trimming. 4. Remove shrubs to be saved, taking a sufficient earth ball with the roots to maintain the shrub. a. Temporarily replant if required, and replace at the completion of construction in a condition equaling that which existed prior to removal. b. Replace in kind if the transplant fails. 5. Have any tree and shrub repair performed by a tree surgeon properly licensed by the State of Florida and within 24 hours after damage occurred. 3.4 CLEARING AND GRUBBING A. Clearing: Clear all items specified to the limits shown and remove cleared and grubbed materials from the site. 1. Do not start earthwork operations in areas where clearing and grubbing is not complete, except that stumps and large roots may be removed concurrent with excavation. 2. Comply with erosion, sediment control and storm management measures as specified in Division 1. B. Grubbing: Clear and grub areas to be excavated, areas receiving less than 3 feet of fill and areas upon which structures are to be constructed. 1. Remove stumps and root mats in these areas to a depth of not less than 18 inches below the subgrade of sloped surfaces. 2. Fill all depressions made by the removal of stumps or roots with material suitable for backfill as specified in Section 312323. C. Limited Clearing: Clear areas receiving more than 3 feet of fill by cutting trees and shrubs as close as practical to the existing ground. Grubbing will not be required. Section 017416 COLLIER COUNTY SITE CLEARING TECHNICAL SPECIFICATIONS Page 3 of 4 11E D. Dispose of all material and debris from the clearing and grubbing operation by hauling such material and debris away to an approved dump. The cost of disposal (including hauling) of cleared and grubbed material and debris shall be considered a subsidiary obligation of the CONTRACTOR; include the cost in the bid for the various classes of work. 3.5 TOPSOIL A. Stripping: Strip existing topsoil from areas that will be excavated or graded prior to commencement of excavating or grading and place in well-drained stockpiles in approved locations. END OF SECTION Section 017416 COLLIER COUNTY SITE CLEARING TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 017423 CLEANING PART 1 GENERAL 1.1 SECTION INCLUDES: A. General Requirements B. Disposal Requirements 1.2 GENERAL REQUIREMENTS A. Execute cleaning during progress of the work and at completion of the work. 1.3 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 DURING CONSTRUCTION A. Execute daily cleaning to keep the work, the site, and adjacent properties free from accumulations of waste materials, rubbish, and windblown debris, resulting from construction operations. B. Provide onsite containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in onsite containers. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. Section 017423 COLLIER COUNTY CLEANING TECHNICAL SPECIFICATIONS Page 1 of 4 1 I E 3.2 FINAL CLEANING A. Requirements: At the completion of work and immediately prior to final inspection, clean the entire project as follows: 1. Thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. Leave the structures and site in a complete and finished condition to the satisfaction of the ENGINEER. 2. Direct all subcontractors to similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. Remove all temporary structures and all debris, including dirt, sand, gravel, rubbish and waste material. 4. Should the CONTRACTOR not remove rubbish or debris or not clean the buildings and site as specified above, the OWNER reserves the right to have the cleaning done at the expense of the CONTRACTOR. B. Employ experienced workers, or professional cleaners, for final cleaning. C. Use only cleaning materials recommended by manufacturer of surface to be cleaned. D. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces. E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. G. Replace air-handling filters if units were operated during construction. H. Clean ducts, blowers, and coils, if air-handling units were operated without filters during construction. I. Vacuum clean all interior spaces, including inside cabinets. J. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw materials from heights. K. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly-painted surfaces. Section 017423 COLLIER COUNTY CLEANING TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E L. Clean interior of all panel cabinets, pull boxes, and other equipment enclosures. M. Wash and wipe clean all lighting fixtures, lamps, and other electrical equipment that may have become soiled during installation. N. Perform touch-up painting. O. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. P. Remove erection plant, tools, temporary structures and other materials. Q. Remove and dispose of all water, dirt, rubbish or any other foreign substances. 3.3 FINAL INSPECTION A. After cleaning is complete the final inspection may be scheduled. The inspection will be done with the OWNER and ENGINEER. END OF SECTION Section 017423 COLLIER COUNTY CLEANING TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 017423 COLLIER COUNTY CLEANING TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 017823 OPERATION AND MAINTENANCE MANUALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Description B. Quality Assurance C. Format and Contents 1.2 DESCRIPTION A. Scope: Furnish to the ENGINEER three (3) printed copies and one (1) electronic copy of an Operation and Maintenance Manual for all equipment and associated control systems furnished and installed. 1.3 QUALITY ASSURANCE A. Reference Codes and Specifications: No current government or commercial specifications or documents apply. 1.4 FORMAT AND CONTENTS A. Prepare and arrange each copy of the manual as follows: 1. One copy of an equipment data summary (see sample form) for each item of equipment. 2. One copy of an equipment preventive maintenance data summary (see sample form) for each item of equipment. 3. One copy of the manufacturer's operating and maintenance instructions. Operating instructions include equipment start-up, normal operation, shutdown, emergency operation and troubleshooting. Maintenance instructions include equipment installation, calibration and adjustment, preventive and repair maintenance, lubrication, troubleshooting, parts list and recommended spare parts. Include Manufacturer's telephone numbers for Technical Support. 4. List of electrical relay settings and control and alarm contact settings. 5. Electrical interconnection wiring diagram for equipment furnished including all control and lighting systems. Section 017823 COLLIER COUNTY OPERATION AND MAINTENANCE MANUALS TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E 6. One valve schedule giving valve number, location, fluid, and fluid destination for each valve installed. Group all valves in same piping systems together in the schedule. Obtain a sample of the valve numbering system from the ENGINEER. 7. Furnish all O&M Manual material on 8-1/2 by 11 commercially printed or typed forms or an acceptable alternative format. B. Organize each manual into sections paralleling the equipment specifications. Identify each section using heavy section dividers with reinforced holes and numbered plastic index tabs. Use 3-ring, hard-back binders. Punch all loose data for binding. Arrange composition and printing so that punching does not obliterate any data. Print on the cover and binding edge of each manual the project title, and manual title, as furnished and approved by the ENGINEER. C. Leave all operating and maintenance material that comes bound by the equipment manufacturer in its original bound state. Cross-reference the appropriate sections of the CONTRACTOR's O&M manual to the manufacturers' bound manuals. D. Label binders Volume 1, 2, and so on, where more than one binder is required. Include the table of contents for the entire set, identified by volume number, in each binder. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 017823 COLLIER COUNTY OPERATION AND MAINTENANCE MANUALS TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E Collier County Utilities Equipment Data Summary Equipment Name: Specification Reference: Manufacturer: Name: Address: Telephone: Number Supplied: Location/Service: Model No: Serial No: Type: Size/Speed/Capacity/Range (as applicable): Power Requirement (PhaseNolts/Hertz): Local Representative: Name: Address: Telephone: NOTES: Section 017823 COLLIER COUNTY OPERATION AND MAINTENANCE MANUALS TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E Collier County Utilities Preventive Maintenance Summary Equipment Name: Location: Manufacturer: Name: Address: Telephone: Model No: Serial No: Maintenance O&M Manual Task Lubricant/Part D W M Q SA A Reference NOTES: *D-Daily W-Weekly M-Monthly Q-Quarterly SA-Semi-Annual A-Annual Section 017823 COLLIER COUNTY OPERATION AND MAINTENANCE MANUALS TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 017839 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.1 SECTION INCLUDES Requirements for preparation, maintenance and submittal of project record documents. The Contractor's attention is specifically directed to Part 3.2.B. of this Section, which requires use of a Florida licensed surveyor to sign and seal all record drawings. 1.2 RELATED SECTIONS A. Section 014500— Quality Control B. Section 022100— Lines and Grades 1.3 SUBMITTALS A. General: Provide all submittals as specified. B. At Contract close out, three (3) sets of signed and sealed Record Drawings for the potable water OR non-potable irrigation water OR wastewater systems to be conveyed shall be submitted to the County or District. If potable water AND wastewater, AND/OR non-potable irrigation water systems or portion(s) thereof are being conveyed, five (5) sets of signed and sealed Record Drawings shall be submitted to the County. C. Provide electronic submittal as specified in Part 3.02.B of this Section. 1.4 REQUIREMENTS (For County Capital Projects Only) Contractor shall maintain at the site for the County one record copy of: A. Drawings B. Specifications C. Addenda D. Change orders and other modifications to the Contract E. Design Engineer's field orders or written instructions F. Approved shop drawings, working drawings and samples G. Field test records PART 2 PRODUCTS (not used) Section 017839 COLLIER COUNTY PROJECT RECORD DOCUMENTS TECHNICAL SPECIFICATIONS Page 1 of 4 PART 3 EXECUTION 1 1 E 3.1 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Project record documents shall be stored in Contractor's field office or other location approved by the County apart from documents used for construction B. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. C. Make documents and samples available at all times for inspection by the County. 3.2 RECORDING A. General 1. Record Drawings shall accurately depict the constructed configuration of all potable water, non-potable irrigation water and/or wastewater systems or portion(s) thereof. All revisions to County staff approved construction drawings shall be precisely identified and illustrated on the Record Drawings. All Record Drawings of utility systems or portion(s) thereof that are not being conveyed to the Board shall bear, on the cover sheet, a prominently displayed DISCLAIMER, in bold lettering at least one-quarter (1/4) inch high, stating: "All on-site potable water, non-potable irrigation and/or wastewater systems shall be owned, operated and maintained by the private owner(s) and/or the master condominium/homeowners' association, successors or assigns" (or other comparable private ownership). 2. Label each document "PROJECT RECORD" or similar text in neat, large printed letters. 3. Survey information can be obtained as needed by the use of 2-inch PVC labeled pipes installed over underground improvements by the contractor during construction. This method is an adequate process for obtaining record information. 4. Record information in red ink. B. Record Drawings 1. The Record Drawings require signed and sealed as-built information, including above and below ground improvements including underground piping, valves and ductbanks, by a Florida Licensed Land Surveyor. 2. The Record Drawings shall identify the entity that provided the record data. 3. Drawings shall be referenced to and tie-in with the state plane coordinate system, with a Florida East Projection, and a North American Datum 1983/1990 (NAD 83/90 datum), and with United States Survey Feet (USFEET) units, and North American Vertical Datum 1988 (NAVD 88), as established by a registered Florida surveyor and mapper. Section 017839 COLLIER COUNTY PROJECT RECORD DOCUMENTS TECHNICAL SPECIFICATIONS Page 2 of 4 11E 4. Files shall be also submitted in two digital file formats, specifically Drawing File (DWG) format in AutoCAD Release 2004 or later version as well as PDF format (latest version). 5. Record drawings shall be submitted to the County staff within 60 days of the final construction completion date. 6. The following items shall be accurately depicted in vertical and horizontal directions on the Record Drawings: a) All associated rights-of-way and utility easements whether shown on the Contract Drawings, found during construction or added during the Work. b) Sewer system inverts, pipe slopes, manhole rims and run lengths. c) Sewer lateral locations stationed from the nearest downstream manhole. d) Sewer main stub extension inverts at both ends, pipe slope, run length and location. e) Tie-ins to all valves, air release assemblies, fire hydrants, manholes, blowoffs, etc. f) Top elevations of treatment plant structures and tanks. g) Manhole center for sanitary sewers and storm sewers as related to utility improvements. h) Pipe changes in direction or slope. i) Buried valves, tees and fittings. j) Pipe invert, or centerline, elevations at crossing with other pipe. k) Invert, or centerline, elevations and coordinates of existing exposed pipe at crossing with underground pipe installed under this project. I) Other horizontal and vertical record data pertinent to completed Work. 7. Each pipe elevation shall be clearly identified as to whether it is top of pipe, centerline of pipe or invert of pipe. 8. For County Capital Projects only, Record Drawings shall indicate all deviations from Contract Drawings including: a) Field changes. b) Changes made by Change Order. c) Details, utilities, piping or structures not on original Contract Drawings. d) Equipment and piping relocations. C. Specifications and Addenda (For County Capital Projects Only) Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by Field Order or Change Order. Section 017839 COLLIER COUNTY PROJECT RECORD DOCUMENTS TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E D. Shop Drawings (For County Capital Projects Only) 1. Keep one copy of the final, approved shop drawing with the Record Documents. 2. Record documents should include all shop drawing information submitted. Additional information submitted during the review process should be filed with the appropriate submittal. END OF SECTION Section 017839 COLLIER COUNTY PROJECT RECORD DOCUMENTS TECHNICAL SPECIFICATIONS Page 4 of 4 liE SECTION 020500 CONNECTIONS TO EXISTING SYSTEMS PART 1 GENERAL 1.1 SECTION INCLUDES A. General Requirements B. Submittals C. Scheduling of Shutdown 1.2 RELATED SECTIONS A. Section 011000 — Summary of Work B. Section 015000 — Construction Facilities and Temporary Controls C. Section 015526 —Traffic Regulations and Public Safety D. Section 320117 — Pavement Repair and Restoration 1.3 GENERAL REQUIREMENTS A. Be responsible for all connection to existing systems, cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. B. Coordination: Before connection is performed, verify and provide for any pipe restraint that may be required for the new connection. Perform all cutting, fitting or patching of the Work that may be required to make the several parts thereof join in accordance with the Contract Documents. Perform restoration with competent workmen skilled in the trade. C. If changes to a "looped" water distribution system occurring during construction result in dead ends to any new or relocated water mains, connect such dead Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 1 of 8 1 1 E ends to the nearest water main. In cases where no nearby water main is available, provide a flushing device in coordination with the COUNTY at no additional cost to the COUNTY. D. Improperly Timed Work: Perform all cutting and patching required to install improperly timed work, to remove samples of installed materials for testing, and to provide for alteration of existing facilities or for the installation of new Work in the existing construction. E. Limitations: Except when the cutting or removal of existing construction is specified or indicated, do not undertake any cutting or demolition, which may affect the structural stability of the Work or existing facilities without the ENGINEER's concurrence. F. Collier County Damage Prevention Policy: 1. This policy has been put in place to avoid damage to Collier County underground utilities. A minimum distance of five feet (5') horizontally and eighteen inches (18") vertically must be maintained away from Collier County utilities (in accordance with pipe separation criteria located in the Design Criteria section). Any and all variations from this order must be approved by the Water or Wastewater Department. 2. Before commencement of any excavation, the existing underground utilities in the area affected by the work must be marked by Sunshine One Call, in accordance with State Statute Chapter 556 "Underground Facility Damage Prevention and Safety", after proper notification to them by either calling 811 in Florida or toll free at 1-800-432-4770. Visit www.callsunshine.com for more information. Before commencing excavation for the work, potholing of all potential conflicts must be performed. 3. All lines in conflict must be physically located by the contractor and verified by Collier County Locate Department personnel before performing work. Utilities under concrete or pavement may require soft dig vacuum locates which also is the contractor's responsibility to perform. All utilities will be field marked per Sunshine State One Call's statutes and guidelines. For line verification or any other information concerning locates, please call the Locate Department at 239- 252-5922 during normal business hours. For line verification or emergency locates after hours, call emergency numeric pager at 239-890-0809. In the event the potholing and/or vacuum soft dig does not locate the marked utility, work must be stopped and the affected utility owner contacted. Failure to comply with this policy and obtain required signature(s) may result in delay or denial of permit. 1.4 SUBMITTALS A. Submit a written request to the ENGINEER well in advance of executing any cutting or alteration which affects: Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 2 of 8 1 1 E 1. Work of the COUNTY or any separate contractor. 2. Structural value or integrity of any element of the project or work. 3. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Include in request: 1. Identification of the work. 2. Description of affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of the COUNTY or any separate contract, or on structural or weatherproof integrity of work. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any separate contractor whose work will be affected. C. SUBMIT WRITTEN NOTICE TO THE ENGINEER DESIGNATING THE DATE AND THE TIME THE WORK WILL BE UNCOVERED. 1.5 SCHEDULING OF SHUTDOWN A. Connections to Existing Facilities: If any connections, replacement, or other work requiring the shutdown of an existing facility is necessary, schedule such work at times when the impact on the COUNTY's normal operation is minimal. If shutdown involves the water distribution or transmission system, provide notice to Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 3 of 8 11E the COUNTY Water Department at least two (2) weeks prior to the proposed shutdown, including date, time and anticipated length of interruption of service. Overtime, night and weekend work without additional compensation from the COUNTY, may be required to make these connections, especially if the connections are made at times other than those specified. The connection of new or existing pipelines is prohibited from starting until CONTRACTOR assures that the system can receive the new flow. B. Interruptions of Service: Perform cut-ins into lines at a time approved in writing by the County Manager or designee. Whenever it is required to turn off valves which may interrupt the water supply of residents or businesses, notify all concerned parties or agencies with personal contact, door hangers or written notice at least forty-eight (48) hours in advance of such cut-off, after having obtained the approval of the County Manager or designee. Provide a copy of the written notice to the Water Distribution Section by fax. ONLY COUNTY PERSONNEL MAY OPERATE COUNTY-OWNED VALVES. Maintain water service to existing connections during construction, under any and all conditions and at no additional cost to the COUNTY. Thoroughly clean and swab all pipe and fittings for cut-ins with a concentrated solution of calcium hypochlorite. C. Request for Water System Shutdowns: When plans call for connection to existing water distribution facilities or the CONTRACTOR plans to shut down existing utilities or where damage to such facilities is likely in order to complete construction of items under this contract, furnish the County Manager or designee with a written request for connection. The COUNTY Water Distribution Section will identify the locations of all water valves needed to isolate the point of connection in the event that the existing facilities are damaged while making the connection. Identify in the request means which the CONTRACTOR proposes to use in order to provide effective shutdown of the system. Include in a connection and shutdown schedule details of shutdown time and duration. No connections to existing utilities—or construction where shutdown of, or damage to, existing utilities may occur— shall commence prior to County Manager or designee approval of the connection and shutdown plan and schedule. D. Request for Wastewater Diversion: Submit a request for each diversion necessary during construction to the County Manager or designee and the ENGINEER sufficiently in advance of any required diversion. Identify in the request the valves, bypass piping, portable pumper trucks or any other means which the CONTRACTOR proposes to use in order to provide effective shutdown of the system. Include in a connection and shutdown schedule details of shutdown time and duration. No connections to existing utilities — or construction where shutdown of, or damage to, existing utilities may occur — shall commence prior to County Manager or designee approval of the connection and shutdown plan and schedule. PART 2 PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific product involved. Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 4 of 8 1 1 E PART 3 EXECUTION 3.1 INSPECTION A. Inspect existing conditions of projects, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of products, or performance of the work. C. Report unsatisfactory or questionable conditions to the ENGINEER in writing; do not proceed with work until the ENGINEER has provided further instructions. 3.2 PREPARATION A. In cases where service to utility customers is interrupted, provide adequate equipment with backup onsite to assure prompt restoration of service. B. Provide adequate temporary support as necessary to assure structural value or integrity or affected portion of work. C. Provide devices and methods to protect other portions of project from damage. D. Provide protection from elements for that portion of the project that may be exposed by cutting and patching work, and maintain excavations free from water. E. Material Removal: Cut and remove all materials to the extent shown or as required to complete the work. Remove materials in a careful manner with no damage to adjacent facilities. Remove materials that are not salvageable from the site. 3.3 PERFORMANCE A. Execute cutting and demolition by methods that will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original installer or fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 5 of 8 liE E. Restore work, which has been cut or removed; install new products to provide completed work in accord with requirements of contract documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. 3.4 PAVEMENT RESTORATION A. Restore all pavement or roadway surfaces in accordance with Section 320117 — Pavement Repair and Restoration. B. Restore, replace or rebuild existing street paving, including underdrains, if any are encountered, where damaged, using the same type of construction as was in the original. Be responsible for restoring all such work, including subgrade, base courses, curb and gutter or other appurtenances where present. The County Manager or designee will obtain the permits listed in the Contract Documents. Obtain and pay for at CONTRACTOR's expense any additional local or other governmental permits as may be required for the opening of streets and be satisfied as to any requirements other than those herein set forth which may effect the type, quality and manner of carrying on the restoration of surfaces by reason of jurisdiction of such governmental bodies. C. This section does not describe the construction of new road surfaces or the complete resurfacing of existing pavements. D. In all cases, the CONTRACTOR will be required to maintain, without additional compensation, all permanent replacement of street paving, done by him under this Contract for a period of 12 months after the acceptance of the Contract, including the removal and replacement of such work wherever surface depressions or underlying cavities result from settlement of trench backfill. E. Perform all the final resurfacing or repaving of streets or roads, over the excavations made and be responsible for relaying paving surfaces of roads that have failed or been damaged at any time before the termination of the maintenance period on account of work done by him. Resurface or repave over any tunnel jacking, or boring excavation that settles or breaks the surface, repave to the satisfaction of the County Manager or designee and at the CONTRACTOR's expense. Conform backfilling of trenches and the preparation of subgrades to the requirements of excavation and backfilling of pipeline trenches. Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 6 of 8 1 1 E F. Where pipeline construction crosses paved streets, driveways or sidewalks, the CONTRACTOR may elect, at no additional cost to the COUNTY, to place the pipe by the jacking and boring, horizontal direction drilling, or tunneling method in lieu of cutting and patching of the paved surfaces. Such work shall be accomplished in accordance with all applicable sections of the Contract Documents. END OF SECTION Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 7 of 8 1 1 E NO TEXT FOR THIS PAGE Section 020500 COLLIER COUNTY CONNECTIONS TO EXISTING SYSTEMS TECHNICAL SPECIFICATIONS Page 8 of 8 liE SECTION 022100 LINES AND GRADES PART 1 GENERAL 1.1 SECTION INCLUDES A. General B. Surveys C. Datum Plane D. Protection of Survey Data 1.2 GENERAL A. Construct all work in accordance with the lines and grades shown on the Drawings. Assume full responsibility for keeping all alignment and grade. 1.3 SURVEYS A. Reference Points: The COUNTY will provide reference points for the work as described in the General Conditions. Base horizontal and vertical control points will be designated by the ENGINEER and used as datum for the Work. Perform all additional survey, layout, and measurement work. 1. Keep ENGINEER informed, sufficiently in advance, of the times and places at which work is to be performed so that base horizontal and vertical control points may be established and any checking deemed necessary by ENGINEER may be done, with minimum inconvenience to the ENGINEER and at no delay to CONTRACTOR. It is the intention not to impede the Work for the establishment of control points and the checking of lines and grades set by the CONTRACTOR. When necessary, however, suspend working operations for such reasonable time as the ENGINEER may require for this purpose. Costs associated with such suspension are deemed to be included in the Contract Price, and no time extension or additional costs will be allowed. 2. Provide an experienced survey crew including an instrument operator, competent assistants, and any instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement of work performed by the CONTRACTOR. Section 022100 COLLIER COUNTY LINES AND GRADES TECHNICAL SPECIFICATIONS Page 1 of 2 liE 1.4 DATUM PLANE A. All elevations indicated or specified refer to the North American Vertical Datum 1988 (NAVD 88), of the United States Coast and Geodetic Survey and are expressed in feet and decimal parts thereof, or in feet and inches. 1.5 PROTECTION OF SURVEY DATA A. General: Safeguard all points, stakes, grade marks, known property corners, monuments, and benchmarks made or established for the Work. Reestablish them if disturbed, and bear the entire expense of checking reestablished marks and rectifying work improperly installed. B. Records: Keep neat and legible notes of measurements and calculations made in connection with the layout of the Work. Furnish copies of such data to the ENGINEER for use in checking the CONTRACTOR's layout. Data considered of value to the County Manager or designee will be transmitted to the County Manager or designee by the ENGINEER with other records on completion of the Work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION Section 022100 COLLIER COUNTY LINES AND GRADES TECHNICAL SPECIFICATIONS Page 2 of 2 1 1 E SECTION 022200 PRE-CONSTRUCTION AUDIO-VIDEO RECORDING PART 1 GENERAL 1.1 DESCRIPTION OF WORK A. The work specified in this section includes the requirements for pre-construction audio-video recordings necessary to document existing conditions on public and private property. PART 2 PRODUCTS 2.1 CONTRACTOR REQUIREMENTS A. The Contractor shall provide color videos showing pre-construction site conditions of all public and private property within the scope of construction. The videos shall be 1.2-inch VHS format indicating on the beginning and front of each cassette, the date, job title and location where the video was taken. The videos shall be clear and shall thoroughly document all existing structures and landscaping. B. Two copies of the video cassettes (including the original) shall be delivered to the County Manager or designee for review. PART 3 EXECUTION 3.1 INSPECTION A. Construction on private property shall not commence until the County Manager or designee has reviewed and approved the audio-video recording. 3.2 PERFORMANCE A. The Contractor may be required to restore private properties to conditions better than existing, at no additional cost to the COUNTY, if the Contractor fails to sufficiently document existing conditions. END OF SECTION Section 022200 COLLIER COUNTY PRE-CONSTRUCTION AUDIO- TECHNICAL SPECIFICATIONS VIDEO RECORDING Page 1 of 2 1 1 E NO TEXT FOR THIS PAGE Section 022200 COLLIER COUNTY PRE-CONSTRUCTION AUDIO- TECHNICAL SPECIFICATIONS VIDEO RECORDING Page 2 of 2 1 1 E SECTION 022501 LEAKAGE TESTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Testing for any signs of leakage in all pipelines and structures required to be watertight. 1. Test gravity sewers and drain lines by infiltration/exfiltration testing. 2. Test all other pipelines with water under the specified pressures. B. Operation of Existing Facilities: Conduct all tests in a manner to minimize as much as possible any interference with the day-to-day operations of existing facilities or other contractors working on the site. 1.2 PERFORMANCE REQUIREMENTS A. Written Notification of Testing: Provide written notice when the work is ready for testing, and make the tests as soon thereafter as possible. 1. Personnel for reading meters, gauges, or other measuring devices, will be furnished. 2. Furnish all other labor, equipment, air, water and materials, including meters, gauges, smoke producers, blower, pumps, compressors, fuel, water, bulkheads and accessory equipment. 1.3 REFERENCES A. Codes and standards referred to in this Section are: 1. AWWA C 600 - Installation of Ductile-Iron Water Mains and Their Appurtenances 1.4 SUBMITTALS A. General: Provide all submittals, including the following, as specified in Division 1. B. Testing Report: Prior to placing the sewer system in service submit for review and approval a detailed report summarizing the leakage test data, describing the test procedure and showing the calculations on which the leakage test data is based. 1. Reference Sewer Line Data Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 1 of 10 1 1 E a. For Low Pressure Testing (1) The length and diameter of the section of line tested (MH to MH), including any laterals. (2) A complete description of the test procedure, including: (a) Trench backfilling and sewer cleaning status (b) Type of plugs used and where (c) Depth of sewer, and ground water pressure over sewer pipe (d) Stabilization time period and air pressure (e) Actual air test pressures used if ground water is present (f) The time allowed by specifications (g) The actual test time (h) The air pressure at beginning and end of test (3) The name of the inspector/tester and the date(s) and time(s) of all testing performed, including any retesting. (4) A description of any repairs made. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 LEAKAGE TESTING A. All new sewer and water pipelines installed shall be tested for leakage. The test used will be Hydrostatic Testing for pressure lines and Infiltration/Exfiltration Testing for gravity lines. Tests to be performed will be indicated by the ENGINEER and witnessed by the ENGINEER and the County Manager or designee. 1. Flushing Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 2 of 10 1 1 E a. Full-bore flush all mains to remove all sand and other foreign matter. Flushing shall be terminated at the direction of the ENGINEER. Dispose of the flushing water without causing nuisance or property damage. b. Install temporary flush out connections on all dead end water mains at the locations shown on plans and in accordance with the Collier County Standard Details. 2. Hydrostatic Testing for DIP and PVC Pipelines: Perform hydrostatic testing of the system as set forth in the following, and conduct said tests in the presence of the County Manager or designee and other authorized agencies, with 48 hours advance notice provided. Piping and appurtenances to be tested shall be within sections between valves unless alternate methods have received prior approval from the County Manager or designee. Testing shall not proceed until concrete thrust blocks are in place and cured, or other restraining devices installed. Thoroughly clean and flush all piping prior to testing to clear the lines of all foreign matter. While the piping is being filled with water care shall be exercised to permit the escape of air from extremities of the test section, with additional release cocks provided if required. Perform hydrostatic testing with a sustained minimum pressure of 150 psi for a period of not less than two (2) hours. If sustained pressure goes 5 psi above or below 150 psi during the first two (2) hours, the test fails (AWWA regulation). After two (2) hours, use the AWWA formula if less than 5 psi to determine whether test fails. Testing shall be in accordance with the applicable provisions as set forth in the most recent edition of AWWA Standards C600 for Ductile Iron Pipe and C605 for PVC Pipe. The allowable rate of leakage shall be less than the number of gallons per hour determined by the following formula: L = SD (P)"2 133,200 Where, L = Allowable leakage in gallons per hour; S = Length of pipe tested in feet; D = Nominal diameter of pipe in inches; P = Average test pressure maintained during the leakage test in pounds per square inch For 150 psi, L = (9.195 x 10-5) SD Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 3 of 10 1 1 E The testing procedure shall include the continued application of the specified pressure to the test system, for the one-hour period, by way of a pump taking supply from a container suitable for measuring water loss. The amount of loss shall be determined by measuring the volume displaced for the said container. Should the test fail, repair the fault and repeat the test until results are within the established limits. Furnish the necessary labor, water, pumps, and gauges at specified location(s) and all other items required to conduct the required testing and perform necessary repairs. General - All sanitary sewers and associated service lines shall be constructed watertight to prevent infiltration and/or exfiltration. 3. Hydrostatic Testing for HDPE Pipelines: Perform hydrostatic testing of all HDPE pipelines as set forth in the following, and conduct said tests in the presence of the County Manager or designee and other authorized agencies, with 48 hours advance notice provided. Provide all labor, equipment and material required for testing the pipeline upon completion of installation, pipe laying and backfilling operations, and placement of any required temporary roadway surfacing. Disinfect all HDPE potable water mains prior to testing in accordance with the requirements of Section 025400 — Disinfection. Test pipelines at 150 psi. Field test all HDPE pipelines for leakage in accordance with manufacturer's recommendations for the size and class of pipeline installed. Unless other procedures recommended by the manufacturer are approved by the County Manager or designee, pressure test the pipeline as follows: a. Fill pipeline slowly with water. Maintain flow velocity less than two (2) feet per second. b. Expel air completely from the line during filling and again before applying test pressure. Expel air by means of taps at points of highest elevation. c. Apply initial test pressure and allow to stand without makeup pressure for two (2) to three (3) hours, to allow for diametric expansion or pipe stretching to stabilize. Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 4 of 10 1 1 E d. After this equilibrium period, apply the specified test pressure and turn the pump off. The final test pressure shall be held for not less than two (2) hours. e. Upon completion of the test, the pressure shall be bled off from the location other than the point where the pressure is monitored. The pressure drop shall be witnessed by the County Manager or designee at the point where the pressure is being monitored. Allowable amount of makeup water for expansion of the pipeline during the pressure test shall conform to Table III, Test Phase Make-up Amount, contained in the manual "Inspections, Test and Safety Considerations" published by the Plastics Pipe Institute, Inc. If any test of pipeline installed exceeds the amount of makeup water as allowed above, locate and repair the cause of leakage and retest the pipeline, without additional cost to the COUNTY. Repair all visible leaks regardless of the amount of leakage. 4. Force Main Pressure Testing: All force mains shall be subject to pressure testing at the following standards: System Operating Pressure Test pressure Duration 50 PSI or less 100 PSI 2 hours Greater than 50 PSI 150 PSI or 2 2 hours times the operating pressure, whichever is greater. Allowable leakage on force mains shall be computed utilizing the standards for water loss in conformance with AVWVA C600, the latest revision thereof. 5. Infiltration/Exfiltration Testing for Gravity Lines The allowable limits of infiltration or exfiltration for the entire system, or any portion thereof, shall not exceed a rate of 50 gallons per inch of inside pipe diameter per mile of pipe per 24 hours. No additional allowance shall be made for house service lines. Any part of or all of the system shall be tested for infiltration or exfiltration, as directed by the ENGINEER or as required by the County Manager or designee. The procedures and limitations for conducting infiltration/exfiltration tests shall be established at the pre- construction conference on a project-by-project basis. Air testing of gravity sewer mains may be required. All testing shall be run continuously for 24 hours, unless the County Inspector can visually verify that this test duration is not required due to the observed infiltration/exfiltration rate. The amounts of infiltration or exfiltration shall be determined by pumping water into or out Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 5 of 10 1 1 E of calibrated drums, or by other methods approved by the Public Utilities Division, such as in-line V-notch weirs. Where infiltration or exfiltration exceeds the allowable limits specified herein, locate and repair the defective pipe, joints or other faulty construction at no additional cost to the COUNTY. If the defective portions cannot be located, remove and reconstruct as much of the work as is necessary in order to conform to the specified allowable limits. All visible leaks shall be repaired regardless of the amount of leakage. Provide all labor, equipment and materials required and conduct all testing required under the direction of the ENGINEER. a. Infiltration: Prior to testing for infiltration, the system shall be pumped out so that normal infiltration conditions exist at the time of testing. The cumulative results of the entire collection system results shall not be a satisfactory method for gauging infiltration compliance. Each sewer section between manholes must permit infiltration no greater than the maximum allowable, as specified above. b. Exfiltration: The exfiltration test, when required due to groundwater levels, will be conducted by filling the portion of the system being tested with water to a level 2 feet above the uppermost manhole invert in the section being tested. The cumulative results of the entire collection system results shall not be a satisfactory method for gauging exfiltration compliance. Each sewer section between manholes must permit exfiltration no greater than the maximum allowable, as specified above. 6. Low Pressure Air Testing Contractor shall conduct air testing in accordance with ASTM specifications: a. ASTM C-828 —for clay pipes. b. ASTM C-924 —for concrete pipes. c. ASTM F-1417 —for plastic pipes. When low pressure air testing of gravity sewer mains is specifically required, all testing shall be run continuously for 24 hours, unless the County Inspector can visually verify that this test duration is not required due to the observed infiltration/exfiltration rate. When air testing is specifically required, after completing backfill of a section of gravity sewer line, conduct a Line Acceptance Test using low pressure air. The test shall be performed using the below stated equipment, according to state procedures and under the supervision of the ENGINEER and in the presence of the County Manager or designee, with 48 hours advanced notice. Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 6 of 10 1 1 E d. Equipment: (1) Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. (2) Pneumatic plugs shall resist internal bracing or blocking. (3) All air used shall pass through a single control panel. (4) Three individual hoses shall be used for the following connections: (a) From control panel to pneumatic plugs for inflation. (b) From control panel to sealed line for introducing the low- pressure air. (c) From sealed line to control panel for continually monitoring the air pressure rise in the sealed line. e. Procedure: All pneumatic plugs shall be seal tested before being used in the actual test installation. One length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be checked. Air shall be introduced into the plugs to 25 psi. The sealed pipe shall be pressurized to 5 psi. The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. After a manhole-to-manhole reach of pipe has been backfilled and cleaned and the pneumatic plugs are checked by the above procedure, the plugs shall be placed in the line at each manhole and inflated to 25 psi. Low-pressure air shall be introduced into this sealed line until the internal air pressure reaches 4 psi greater than the average back pressure of any ground water that may be over the pipe. At least two (2) minutes shall be allowed for the air pressure to stabilize. After the stabilization period (3.5 psi minimum pressure in the pipe), the air hose from the control panel to the air supply shall be disconnected. The portion of the line being tested shall be termed "Acceptable", if the time required in minutes for the pressure to decrease from 3.5 to 2.5 psi (greater than the average back pressure of any ground water that may be over the pipe) is greater than the time shown for the given diameters in the following table: Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 7 of 10 liE Pipe Diameter In Inches Minutes 8 4.0 10 5.0 12 5.5 16 7.5 18 8.5 24 11.5 Time in Minutes = 0.472 D D = Diameter of pipe in inches In areas where ground water is known to exist, install capped pipe adjacent to the top of the sewer lines. This shall be done at the time of the sewer line is installed. Immediately prior to the performance of the Line Acceptance Test, the ground water shall be determined by removing the pipe cap, and a measurement of the height in feet of water over the invert of the pipe shall be taken. The height in feet shall be divided by 2.3 to establish the pounds of pressure that will be added to all readings. (For example, if the height of water is 11-1/2 feet, then the added pressure will be 5 psi. This increases the 3.5 psi to 8.5 psi, and the 2.5 psi to 7.5 psi. The allowable drop of one pound and the timing remain the same). If the installation fails to meet this requirement, determine the source of the leakage and repair or replace all defective materials and/or workmanship, all at no additional cost to the COUNTY. B. DEP approval is required to use reclaimed (IQ) water for flushing and pressure testing of irrigation mains and potable water mains. The requirements for submitting a request to DEP are available from the County PUED. 3.2 LEAKAGE TESTS FOR STRUCTURES A. Structure Leakage Testing: Perform leakage tests of manholes, wet wells, tanks, vaults and similar purpose structures before backfilling, by filling the structure with water to the overflow water level and observing the water surface level for the following 24 hours. 1. Make an inspection for leakage of the exterior surface of the structure, especially in areas around construction joints. 2. If visible leaks appear, repair the structure by removing and replacing the leaking portions of the structure, waterproofing the inside, or by other methods approved. Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 8 of 10 11E 3. Water for testing will be provided by the COUNTY at the CONTRACTOR's expense. END OF SECTION Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 9 of 10 1 1 E NO TEXT FOR THIS PAGE Section 022501 COLLIER COUNTY LEAKAGE TESTS TECHNICAL SPECIFICATIONS Page 10 of 10 1 1 E SECTION 024100 DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: All work necessary for the removal and disposal of structures, foundations, piping, equipment and roadways, or any part thereof including masonry, steel, reinforced concrete, plain concrete, electrical facilities, and any other material or equipment shown or specified to be removed. B. Basic Procedures and Schedule: Carry out demolition so that adjacent structures, which are to remain, are not endangered. Schedule the work so as not to interfere with the day-to-day operation of the existing facilities. Do not block doorways or passageways in existing facilities. C. Additional Requirements: Provide dust control and make provisions for safety. D. Related Work Specified in Other Sections Includes: 1. Section 017416 — Site Clearing 2. Section 020500 — Connection to Existing Systems 1.2 SUBMITTALS A. Provide all submittals, including the following, as specified in Division 1. B. Site Inspection: Visit the site and inspect all existing structures. Observe and record any defects that may exist in buildings or structures adjacent to but not directly affected by the demolition work. Provide the County Manager or designee with a copy of this inspection record and obtain the ENGINEER's and the County's Manager or designee approval prior to commencing the demolition. 1.3 QUALITY ASSURANCE A. Limits: Exercise care to break concrete well for removal in reasonably small masses. Where only parts of a structure are to be removed, cut the concrete along limiting lines with a suitable saw so that damage to the remaining structure is held to a minimum. PART 2 PRODUCTS Not Used Section 024100 COLLIER COUNTY DEMOLITION TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E PART 3 EXECUTION 3.1 EXAMINATION OF EXISTING DRAWINGS A. Available drawings of existing structures and equipment will be available for inspection at the office of the ENGINEER. 3.2 PROTECTION A. General Safety: Provide warning signs, protective barriers, and warning lights as necessary adjacent to the work as approved or required. Maintain these items during the demolition period. . B. Existing Services: Undertake no demolition work until all mechanical and electrical services affected by the work have been properly disconnected. Cap, reroute or reconnect interconnecting piping or electrical services that are to remain in service either permanently or temporarily in a manner that will not interfere with the operation of the remaining facilities. C. Hazards: Perform testing and air purging where the presence of hazardous chemicals, gases, flammable materials or other dangerous substances is apparent or suspected, and eliminate the hazard before demolition is started. 3.3 DEMOLITION REQUIREMENTS A. Explosives: The use of explosives will not be permitted. B. Protection: Carefully protect all mechanical and electrical equipment against dust and debris. C. Removal: Remove all debris from the structures during demolition and do not allow debris to accumulate in piles. D. Abandoned Pipelines: Fill all abandoned pipelines using grout in accordance with Section 033100. E. Access: Provide safe access to and egress from all working areas at all times with adequate protection from falling material. F. Protection: Provide adequate scaffolding, shoring, bracing railings, toe boards and protective covering during demolition to protect personnel and equipment against injury or damage. Cover floor openings not used for material drops with material substantial enough to support any loads placed on it. Properly secure the covers to prevent accidental movement. G. Lighting: Provide adequate lighting at all times during demolition. Section 024100 COLLIER COUNTY DEMOLITION TECHNICAL SPECIFICATIONS Page 2 of 4 11E H. Closed Areas: Close areas below demolition work to anyone while removal is in progress. I. Material Drops: Do not drop any material to any point lying outside the exterior walls of the structure unless the area is effectively protected. J. Chemicals: All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with manufacturer's instructions or government regulations as applicable. 3.4 ASBESTOS-CONCRETE (AC) PIPE A. If existing asbestos-cement pipe is encountered during the course of construction, remove the AC pipe and replace it with C900 PVC pipe having a pressure rating as required elsewhere in these specifications. Replace the AC pipe with PVC pipe for a distance of 10 feet each way from the centerline of the pipe under construction or 5 feet beyond the length of AC pipe exposed by trench excavation, whichever is greater. A change order will be issued for required replacement of AC pipe not shown on the drawings. B. Coordinate the shutdown of the AC pipeline with the County Manager or designee in accordance with Section 020500, including proper notice to the County Manager or designee and any customers that may be affected by the shutdown as required by these specifications and/or current Water Department policy. In the event of an unanticipated encounter with AC pipe, immediately recover and protect the pipe and notify the COUNTY Water Department. C. Perform cutting of AC pipe by means of cutting wheels mounted in a chain wrapped around the pipe barrel. Do not use power driven saws with abrasive discs or any other means that produce concentrations of airborne asbestos dust. 3.5 DISPOSAL OF MATERIALS A. Final Removal: Dispose of AC pipe in accordance with COUNTY special handling requirements and coordination with Collier County Solid Waste Management Department. Remove all other debris, rubbish, scrap pieces, equipment, and materials resulting from the demolition. Take title to all demolished materials and remove such items from the site. END OF SECTION Section 024100 COLLIER COUNTY DEMOLITION TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 024100 COLLIER COUNTY DEMOLITION TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 025400 DISINFECTION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Disinfection of all pipelines, tanks, structures, conduits and equipment that are to store, handle or carry potable water. Furnish all labor, water, chemicals and equipment, including taps, corporation stops, temporary pumps and other items necessary to perform the Work, except as otherwise specified. 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. AWWA C651 - Disinfecting Water Mains 2. AWWA C652 - Disinfection of Water-Storage Facilities 1.3 QUALITY ASSURANCE A. Disinfection Standards: Disinfect in accordance with AWWA C651 for water mains and AWWA C652 for water storage facilities and equipment. B. Chlorinated Water Disposal: Dispose of old highly chlorinated water in accordance with applicable regulations. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 FLUSHING A. After coordination with the COUNTY Water Distribution Section, perform all flushes, pigging or swabbing, disinfection and post flushes in the presence of Water department personnel. Fill all water lines with potable water, pig or swab and perform a line flushing. All lines larger than 12 inches in diameter shall be pigged to clear debris prior to flushing. Use a swab-type pig for HDPE pipe. Use a 5- to 7-lb. density poly-jacketed bullet style pig for all other pipe material. Under no circumstances is a pig or swab considered reusable. A section of pipe shall be inserted in the gap specified in the jumper shown in the Standard Details to Section 025400 COLLIER COUNTY DISINFECTION TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E connect the new construction to the existing facilities for the purpose of accomplishing the full-bore flush. Immediately after completion of the flush, remove the connection. The facilities shall be capped and returned to the jumper connection shown in the Standard Details until final connection is permitted by County Manager or designee at the completion of construction and after finalization of all test procedures and bacterial clearance for new water facilities. 3.2 WATER MAIN DISINFECTION A. Following acceptable pressure testing, disinfect all sections of the water distribution system and receive approval thereof from the appropriate agencies, prior to placing in service. Provide advance notice of 48 hours to the County Manager or designee before disinfecting procedures start. The disinfection shall be accomplished in accordance with the applicable provisions of AWWA Standard C651, "Disinfecting Water Mains" and all appropriate approval agencies. B. The disinfecting agent shall be free chlorine in aqueous solution with sustained concentration for 48 hours of not less than 50 parts per million. After 48 hours, if chlorine solution contains at least 25 parts per million of chlorine, the line may then be flushed and samples taken at various points. Chlorine may be derived from Chlorine gas, or 70% (high test) calcium hypochlorite (HTH or Perchloron, or equal). Administration may be by any of the several methods described in AWWA Standard C651 as proposed by the CONTRACTOR and approved by the ENGINEER. Proposals as to method must be made prior to commencement of the disinfection process. C. Following contact with chlorine solution, the system shall be thoroughly flushed out. Schedule water sampling in coordination with the COUNTY Water Distribution Section. The COUNTY Water Department will obtain all water samples for analysis. D. If samples do not demonstrate satisfactory results, the line shall be flushed and a resample taken. If the samples fail on the second attempt, redisinfection per AWWA standards must be repeated until two satisfactory samples are obtained. The period between samples must be a minimum of 24 hours. E. After approval of the samples, and before placing the system in service, perform another flushing of the water lines to remove any stagnant water. 3.3 DISINFECTION PROCEDURES FOR TANKS A. Disinfect potable water storage tanks and equipment in accordance with AWWA C652, Method 2 or 3, using sodium hypochlorite. 1. In Method 2, spray method, spray the entire interior surface of the tank with chlorinated water containing 200 mg/I of available chlorine. After spraying, allow the tank to stand at least two hours before filling with fresh water. Section 025400 COLLIER COUNTY DISINFECTION TECHNICAL SPECIFICATIONS Page 2 of 4 1 B. After disinfection, allow the tanks and equipment to overflow until the chlorine residual is approximately 2 mg/I. 3.4 BACTERIAL SAMPLE POINTS A. For the purpose of new water main construction, bacterial sampling points shall be positioned at the beginning of each new system, at 1000-foot intervals and all dead ends unless otherwise directed. These sampling points will be utilized by Utilities personnel for water main bacterial clearance procedures. At the completion of the project, when authorization is given by the County Manager or designee, permanent sampling points shall remain every 3000 feet or one at 2/3 of the length from the point of connection to the COUNTY system if the line is less than 3000 feet long. All others shall be removed down to the main and properly capped by the CONTRACTOR. The permanent sampling points shall be constructed as shown in the Utility Detail Drawings. Collier County staff will review the permanent sampling point locations during final plans review. END OF SECTION Section 025400 COLLIER COUNTY DISINFECTION TECHNICAL SPECIFICATIONS Page 3 of 4 I I E NO TEXT FOR THIS PAGE Section 025400 COLLIER COUNTY DISINFECTION TECHNICAL SPECIFICATIONS Page 4 of 4 1 SECTION 031100 CONCRETE FORMWORK PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Provide concrete formwork for architectural concrete and structural concrete as specified to form concrete to profiles shown. 1. Provide concrete with smooth rubbed finish. 2. Structural concrete is defined as all concrete that is not architectural concrete. B. Related Work Specified in Other Sections Includes: 1. Section 03200 - Concrete Reinforcement 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ACI 318 - Building Code Requirements for Reinforced Concrete 2. ACI SP-4 - Formwork for Concrete 1.3 SUBMITTALS A. Provide all submittals, including the following, as specified in Division 1. 1. CONTRACTORS Shop Drawings: Proposed form layout drawings and tie pattern layout drawings for Concrete. Review of these drawings does not relieve the CONTRACTOR of responsibility for adequately designing and constructing forms. 2. Samples: Pieces of each type of sheeting, chamfer strips, form ties, form liners and rustication strips 1.4 QUALITY ASSURANCE A. Formwork Compliance: Use formwork complying with ACI SP-4, ACI 347 and ACI 303R. Section 031100 COLLIER COUNTY CONCRETE FORMWORK TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E PART 2 PRODUCTS 2.1 MANUFACTURER A. For acceptable manufacturers of concrete release agent, concrete form coating, concrete form liners, or concrete rustications see County Approved Product List, Appendix F. 2.2 MATERIALS A. Structural Concrete: Provide structural concrete form materials as follows: 1. Obtain approval for form material before construction of the forms. 2. Use a barrier type form release agent. 3. Use form ties, hangers, and clamps of such type that, after removal of the forms, no metal will be closer than one inch from concrete surface. Wire ties will not be permitted. 4. Provide ties with swaged washers or other suitable devices to prevent seepage of moisture along the ties. Leave the ties in place. 5. Use lugs, cones, washers, or other devices that do not leave holes or depressions greater than 7/8-inch in diameter. PART 3 EXECUTION 3.1 DESIGN A. Design Responsibility: Be responsible for the design, engineering and construction of the architectural concrete formwork and the structural concrete formwork. Conform the work to the recommendations of ACI SP-4 and ACI 303R. B. Setting Time and Slag Use: The presence of fly ash or ground granulated blast furnace slag in the concrete mix for architectural concrete and structural concrete will delay the setting time. Take this into consideration in the design and removal of the forms. C. Responsibility During Placement: Assume and take sole responsibility for adequate design of all form elements for support of the wet concrete mixtures specified and delivered. D. Consistency: Design forms to produce concrete members identical in shape, lines and dimensions to members shown. Section 031100 COLLIER COUNTY CONCRETE FORMWORK TECHNICAL SPECIFICATIONS Page 2 of 4 liE 3.2 CONSTRUCTION DETAILS FOR FORMWORK A. Structural Concrete Details: Follow the following details for all structural concrete: 1. Provide forms that are substantial, properly braced, and tied together to maintain position and shape and to resist all pressures to which they may be subjected. Make forms sufficiently tight to prevent leakage of concrete. 2. Determine the size and spacing of studs and wales by the nature of the work and the height to which concrete is placed. Make forms adequate to produce true, smooth surfaces with not more than 1/8-inch variation in either direction from a geometrical plane. Provide horizontal joints that are level, and vertical joints, which are plumb. 3. Supply forms for repeated use in sufficient number to ensure the required rate of progress. 4. Thoroughly clean all forms before reuse and inspect forms immediately before concrete is placed. Remove deformed, broken, or defective forms from the work. 5. Provide temporary openings in forms at convenient locations to facilitate cleaning and inspection. 6. Coat the entire inside surfaces of forms with a suitable form release agent just prior to placing concrete. Form release agent is not permitted on the reinforcing steel. 7. Assume and take responsibility for the adequacy of all forms and remedying any defects resulting from their use. 3.3 FORM REMOVAL A. Structural Concrete Form Removal: Do not remove forms for structural concrete until the concrete has hardened sufficiently to support its own load safely, plus any superimposed load that might be placed thereon. 3.4 TOLERANCES A. Tolerance Limits: Design, construct and maintain concrete form and place the concrete to provide completed concrete work within the tolerance limits set forth in ACI SP-4. END OF SECTION Section 031100 COLLIER COUNTY CONCRETE FORMWORK TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 031100 COLLIER COUNTY CONCRETE FORMWORK TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 032000 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for providing concrete reinforcement as shown and specified herein. Reinforcement includes all steel bars, wire and welded wire fabric as shown and specified. B. Related Work Specified in Other Sections Includes: 1. Section 031100 - Concrete Formwork 2. Section 034100 - Precast Concrete Structures 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ACI SP66 - ACI Detailing Manual 2. ACI 318 - Latest edition "Building Code Requirements for Reinforced Concrete" 3. ASTM A 185 - Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 4. ASTM A 615/A615M - Deformed and Plains Billet-Steel Bars for Concrete 5. ASTM A 706/A706M - Low Alloy Steel Deformed Bars for Concrete Reinforcement 6. ASTM A 775/A775M - Epoxy Coated Reinforcing Steel Bars 7. AWS D1.4 - Structural Welding Code - Reinforcing Steel 1.3 SUBMITTALS A. Provide all submittals, including the following, as specified in Division 1. 1. Product Data and Information: Submit manufacturers literature with product data, and material description of fusion bonded epoxy coating for reinforcement and reinforcement accessories, including manufacturer's Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E recommendations for field touch-up of mars and cut ends when epoxy coated reinforcement is specified to be used. 2. CONTRACTORS' Shop Drawings: Submit checked Working Drawings, including bar lists, schedules, bending details, placing details and placing plans and elevations for fabrication and placing reinforcing steel conforming to "ACI Detailing Manual SP-66". a. Do not bill wall and slab reinforcing in sections. Show complete elevations of all walls and complete plans of all slabs, except that, when more than one wall or slab are identical, only one such elevation or plan is required. These plans and elevations need not be true views of the walls or slabs shown. Bill every reinforcing bar in a slab on a plan. Bill every reinforcing bar in a wall on an elevation. Take sections to clarify the arrangement of the steel reinforcement. Identify all bars, but do not bill on such sections. b. For all reinforcing bars, unless the location of a bar is clear, give the location of such bar or bars by a dimension to some structural feature that will be readily distinguishable at the time bars are placed. c. Make the reinforcing steel placing drawings complete for placing reinforcement including the location of support bars and chairs, without reference to the design drawings. d. Submit Detailer certification that every reinforcing steel placing drawing and bar list is completely checked and corrected before submittal for approval. e. If, after reinforcing steel placing drawings and bar lists have been submitted for approval, a review reveals that the drawings and lists obviously have not been checked and corrected they will be returned for checking and correcting by the Detailer. 3. Samples: Submit the following samples when epoxy coated reinforcement is specified to be used. a. 12-inch long epoxy-coated steel reinforcing bar, of any size typical to this Project b. One of each type of epoxy-coated reinforcement accessory used on this Project c. 12-inch long, nylon coated tie wire 4. Certificates: Test certificates of the chemical and physical properties covering each shipment of reinforcing steel bars. Test for bars 3/4 inches in diameter and larger shall consist of the bar being bent cold to 90 degrees Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E around a pin 3 times the diameter of the test bar without evidence of cracking. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all products and materials as specified in Division 1 (and as follows:) 1. Delivery Requirements: Have reinforcing steel delivered to the work in strongly tied bundles. Identify each group of both bent and straight bars with a metal tag giving the identifying number corresponding to the reinforcing steel placing drawings and bar lists. 2. Storage: Properly store all bars in an orderly manner, with all bars completely off the ground. Keep bars clean after delivery to the site of the work. PART 2 PRODUCTS 2.1 MANUFACTURERS A. The brand of manufacturer shall be legibly rolled on all bars, and when loaded for mill shipment, all bars shall be properly separated and tagged with manufacturer's test identification number. B. For acceptable manufacturers of mechanical connections see County Approved Product List, Appendix F. 2.2 MATERIALS A. Steel Bars: Use new billet steel bars, deformed bars, meeting the requirements of ASTM A615/A625M Grade 60 for reinforcing steel bars. 1. Roll all reinforcing steel bars with special deformations or identifying marks indicating the ASTM Specification and Grade. 2. Use bars free from defects, kinks and from bends that cannot be readily and fully straightened in the field. 3. Supply reinforcing bars in lengths that will allow convenient placement in the work and provide the required length of at least 40 diameters of lap of joints as shown. Provide dowels of proper length, size and shape for tying walls, beams, floors, and the like together. B. Epoxy Coating: Conform fusion bonded epoxy coated reinforcing steel bars to ASTM A775/A775M when used. Leave portions of the reinforcing steel bars uncoated where mechanical connections are shown. Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E C. Welded Wire Fabric: Use welded wire fabric of the electrically welded type, with wires arranged in rectangular patterns, of the sizes shown or specified and meeting the requirements of ASTM A185. D. Supports and Accessories: Provide bar supports and other accessories and, if necessary, additional supports to hold bars in proper position while concrete is being placed. 1. Use side form spacers against vertical or sloping forms to maintain prescribed side cover and cross position of bars. 2. Use individual hi-chairs with welded cross ties or circular hoops to support top bars in slabs thicker than 8 inches. 3. Bolsters, chairs and other accessories: a. Use hot-dipped galvanized or provide plastic coated legs when in contact with forms for surfaces of concrete other than architectural surfaces. b. Use stainless steel when in contact with forms for architecturally exposed surfaces. c. Use epoxy coated bolsters, chairs and accessories including wire ties for epoxy coated reinforcing bars. d. Use chairs of an approved type and space them properly to support and hold reinforcing bars in position in all beams and slabs including slabs placed directly on the subgrade or work mat. Do not use continuous hi-chairs for supporting of top bars in slabs over 8 inches in thickness. E. Mechanical Connections: Provide mechanical connections that develop at least 125 percent of the specified yield strength of the bar in tension. F. Stirrups and Ties: Provide stirrups and ties as shown and specified and meeting the requirements of ASTM A185. 2.3 FABRICATION A. Drawing Review Prior to Fabrication: Do not fabricate any material before final review and approval of shop drawings. B. Bending and Cutting: Cut bars to required length and bend accurately before placing. Bend bars in the shop unless written approval for field bending is obtained. If field bending is permitted, do it only when the air temperature, where Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E the bending operation is performed, is above 30 degrees F. Do not field bend bars that have been partially embedded in concrete. C. Splices: Use lapped splices for tension and compression splices unless otherwise noted. D. Cleaning: Clean and bend reinforcement in accordance with ACI 315 and ACI 318. PART 3 EXECUTION 3.1 INSTALLATION A. Placement: Place all bars in accordance with CRSI "Recommended Practice for Placing Reinforcing Bars". B. Tolerances: Place bars used for top reinforcement in slabs to a vertical tolerance of plus or minus 1/4-inch. Place all other reinforcement to the tolerances given to ACI 318. C. Cleaning: Have reinforcing steel delivered without rust other than that accumulated during transportation to the work. At all times, fully protect reinforcing steel from moisture, grease, dirt, mortar and concrete. Before being placed in position, thoroughly clean reinforcing steel of all loose mill scale and rust and of any dirt, oil, grease coatings, or other material that might reduce the bond. If there is a delay in depositing concrete, inspect and satisfactorily clean the steel immediately before the concrete is placed. D. Bar Positioning: Place bars in the exact positions shown with the required spacing and cross wire bars securely in position at intersections to prevent displacement during the placing of the concrete. Fasten the bars with annealed wire of not less than 17 gauge or other approved devices. E. Bar Extension Beyond Formwork: On any section of the work where horizontal bars extend beyond the length of the forms, perforate the form or head against which the work ends or at the proper places to allow the bars to project through a distance at least equal to the lap specified. F. Unacceptable Materials: Do not place reinforcing steel with damaged, unsuitably bonded epoxy coating or rusting. If approved, mars, exposed threads of mechanical connections and cut ends may be field coated with approved epoxy coating material. G. Review of Placement: Have reinforcing placement reviewed by the ENGINEER before concrete is placed. Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 5 of 6 liE H. Welding - Not Approved: Do not use reinforcing bar assemblies made by welding of any kind, or accessories of any kind which require field welding to reinforcing bars. I. Welding - Approved: Where welding of reinforcing steel is shown, AWS D1.4 "Structural Welding Code - Reinforcing Steel" applies. J. Tension and Compression Lap Splices: Conform tension and compression lap splices to ACI 318 with all supplements. Avoid splices at points of maximum tensile stress wherever possible. Provide temperature bars with the clear spacing shown. Stagger all bar splices in hoop tension bars in circular tanks with not more than 50 percent of the bars spliced in any one direction. Have welded splices made by certified welders in accordance with AWS D1.4. K. Welded Wire Fabric: Place welded wire fabric in the positions shown, specified or required to fit the work. Furnish and place suitable spacing chairs or supports, as specified for bars, to maintain the fabric in the correct location. Where a flat surface of fabric is required, provide flat sheets, when available. Otherwise reverse roll the fabric or straighten to make a perfectly flat surface before placing. Obtain approval for the length of laps not indicated. L. Concrete Cover: Place reinforcing steel and welded wire fabric and hold in position so that the concrete cover, as measured from the surface of the bar or wire to the surface of the concrete, is as shown or specified. END OF SECTION Section 032000 COLLIER COUNTY CONCRETE REINFORCEMENT TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 033100 CONCRETE, MASONRY MORTAR AND GROUT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Cement, sand, aggregate admixtures and water for use in concrete, masonry mortar and grout. 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM C 91 — Masonry Cement 2. ASTM C 144 —Aggregate for Masonry Mortar 3. ASTM C 150 — Portland Cement 4. ASTM C 207 — Hydrated Lime for Masonry Purposes 5. ASTM C 270 — Mortar for Unit Masonry 6. ASTM C 231 —Air Content of Freshly Mixed Concrete 7. ASTM C 404 —Aggregate for Masonry Grout 8. ASTM C 476 — Grout for Masonry 9. ASTM C 780 — Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry 10. ASTM C 1019 — Sampling and Testing Grout 11. CRD C-619 — Specification for Grout Fluidifier. 12. CRD C-621 — Specification for Non-Shrink Grout. 13. Brick Institute of America Research Report No. 15 14. ACI 530.1/ASCE 6-92 — Specifications for Masonry Structures 1.3 SUBMITTALS A. Provide all submittals, including the following, as specified in Division 1. Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E B. Product Data and Information: Submit the following: 1. Furnish notarized certificates of manufacture as evidence that the cement conforms to the specified requirements. Include mill-test reports on the cement. 2. Furnish notarized certificates to verify that the hydrated lime and aggregates meet the specified requirements. 3. Furnish laboratory tests as evidence that the air content and masonry mortar compressive strength meet the requirements of ASTM 270 Type N and that the efflorescence tendency meets the requirements of the wick test in Brick Institute of America Research Report No. 15. 4. Furnish laboratory tests as evidence that the masonry grout compressive strength is equal to or greater than 2,500 psi at 28 days. 1.4 DELIVERY, STORAGE AND HANDLING A. General: Deliver, store and handle all mortar and grout materials as recommended by the manufacturers and as specified in Division 1 (and as follows:) B. Cement: Store cement in weathertight buildings that will exclude moisture and contaminants. Do not use cement that has deteriorated from storage. C. Hydrated Lime: Store hydrated lime in weathertight buildings which will exclude moisture and contaminants. D. Aggregates: Keep aggregates clean and free from all other materials during transportation and handling. Stockpile aggregate in a manner to prevent segregation. PART 2 PRODUCTS 2.1 CEMENT A. Portland Cement shall be of a standard brand and shall conform to the requirements of ASTM C150-latest edition, except as hereinafter stated. One bag of cement shall be considered as weighing 94 pounds. Type I shall be used unless higher cement is specified, in which event Type III shall be used. For Type I, the maximum amount of tricalcium silicate shall be 60 percent. Cement may be shipped either in paper or cloth sacks and the package shall have the brand and name of manufacturer plainly marked on the outside. All cement shall be stored in weatherproof buildings in such a manner as will prevent absorption of moisture by the lower layers. Shipment shall be segregated by lot for identification. Type I Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E, cement which has been in storage more than 90 days shall be re-tested before use. Where carload shipments are used, a certificate from an approved testing laboratory shall be submitted prior to use of such cement on the job. 2.2 AGGREGATE A. Fine Aggregate: 1. Composition: Fine aggregate shall consist of natural sand and shall be graded from coarse to fine within the following limits shown in the table below. Sand failing to meet the minimum requirement for material passing the Number 50 and/or Number 100 Sieve may be used, provided other satisfactory inorganic fine materials are added. If two sands are used, each must be mixed, after separate weighing, in proportions approved by the County Manager or designee. U.S. Standard Square Percent of Total By Weight Passing Opening Sieve Minimum Maximum No. 4 97 100 No. 8 80 100 No. 30 25 75 No. 50 10 30 No. 100 2 10 No. 200 (By Washing) 0 4 2. Stockpiling: Fine aggregate shall be stored on a well-drained site, which has been cleared, grubbed and cleaned. Stockpiles shall be built up so as to prevent segregation of large and small particles. 3. Unsuitable Materials in Fine Aggregate: Not more than one percent (1%) by weight of clay lumps or soft, disintegrated or coated grains shall be present in the fine aggregate. It shall also be free from foreign material such as dirt, wood, paper, burlap, or other unsuitable material. When tested in accordance with AASHTO T-21-27, it shall show a color not darker than standard. When tested for mortar strength in accordance with AASHTO T-71-38, the fine aggregate shall have a tensile strength at three (3) days (Type III), or at seven (7) days, (Type I); not less than 95 percent of that developed by mortar having the same water-cement ratio and consistency, made of the same cement and graded Ottawa Sand having a fineness modulus of 2.40, plus or minus 0.05. B. Coarse Aggregate: Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 3 of 6 1. Composition: Coarse aggregate shall consist of crushed stone. It shall be C washed to remove clay, loam and dust. At his/her discretion, the County Manager or designee may waive the washing requirement for stone having a loss of not more than 30 percent when tested in accordance with the provisions of AASHTO T-96-38. 2. Unsuitable Material in Coarse Aggregate: The coarse aggregate shall not contain more than the following percentages of deleterious material: Soft Fibrous, Disintegrated Particles (Weight) 3.0% Clay Lump (Weight) 0.2% Finer Than No. 200 Sieve (Weight) 0.5% Flat or Elongated Particles (Count) 10.0% When subjected to AASHTO Test T-96-38, the aggregate shall have a loss not greater than 65 percent. Aggregate shall be free from loam, wood, leaves, or other foreign material. 3. Gradation: For unreinforced foundations, for paving or for other unreinforced mass concrete, the gradation of coarse aggregate shall be as shown in Table 1. For reinforced footings, reinforced walls over 6" in thickness, ordinary floor slabs and similar structures, the gradation shall be as shown on Table 2. For handrails, reinforced walls, thin reinforced floor slabs electrical conduit encasement, and similar construction, the gradation shall be as shown on Table 3. Table 1 Percent Passing Percent By Weight Square Opening Sieve 2-1/2 inch 100 2 inch 95— 100 1 inch 35— 70 % inch 10 - 30 No. 4 0— 5 Table 2 Percent Passing Percent By Weight Square Opening Sieve 1-1/2 inch 100 1 inch 90— 100 % inch 25—60 No. 4 0- 10 No. 8 0 - 5 Table 3 Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E Percent Passing Percent By Weight Square Opening Sieve 1 inch 100 3h inch 90 - 100 3/8 inch 20— 55 No. 4 0 - 10 No. 8 0- 5 4. Stockpiles: Stockpiles shall be constructed in layers not exceeding three feet (3') in height, and material shall be deposited in such manner as to prevent segregation of coarse and fine materials. Each type of aggregate shall be placed in a separate stockpile. Stockpile sites shall be cleared, grubbed and drained before using. 2.3 HYDRATED LIME A. Provide hydrated lime meeting the requirements of ASTM C 207. 2.4 WATER A. Water shall be clean and free from salt, oil or organic substances. Laboratory tests shall be made to determine suitability of any water for use in concrete unless it is secured from a public water supply. PART 3 EXECUTION 3.1 CONCRETE PROPORTIONING A. Concrete aggregate shall be proportioned by weight. When the sources of supply shall have been determined by the CONTRACTOR and approved by the County Manager or designee, the mix shall be set by an approved testing laboratory. Mix shall be designed for a "slump" suitable for the character of structure in which the concrete is to be incorporated. All concrete shall be as specified herein. B. After a suitable design mix has been approved by the County Manager or designee, it shall not be changed so long as materials of the same characteristics are used in the mix. Within the limits of the various cement factors shown above, the mix shall be varied until the homogenous workable mixture, suitable for the class of structure intended, has been obtained. 3.2 CONCRETE MIXING A. Concrete mixing shall be by means of a modern batch mixer equipped with accurately operating water measuring device and an automatic time locking device. Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 5 of 6 11E B. Where a central batching plant is not operated, each mixer must have available an approved portable weighing device for use in proportioning. Each batch shall be mixed for one and one-half (1'h) minutes after charging has been completed, and during such mixing period, that drum shall operate with a peripheral speed of not less than one-hundred and fifty-three (153), nor more than two-hundred and twenty-five (225) feet per minute. The number of revolutions per minute shall be between fourteen (14) and twenty (20). Retempering concrete or use of concrete in which initial set has taken place will not be allowed. Transit mixed concrete from an approved batching plant and suitable truck mixer may be approved by the County Manager or designee. 3.3 PIPE GROUT A. Mix lean grout for backfilling the space surrounding the pipe sections in tunnel or other areas as specified or directed in the proportion of 1 part Portland cement to 12 parts sand by volume. B. Mix grout to a consistency that can be pumped into the pipe. Use a grout fluidifier to reduce water quantity and improve workability. 3.4 TESTING A. Masonry Mortar: Make and test specimens for preconstruction and construction evaluation of masonry mortar in accordance with the requirements of ASTM C 780. B. Masonry Grout: Make and test specimens for preconstruction and construction evaluation of masonry grout in accordance with the requirements of ASTM C 1019. C. Concrete shall contain cement, coarse aggregate, and fine aggregate meeting the Specifications contained in previous paragraphs of this Part. Unless otherwise specified or shown in the plans, the design strength of the several elements included in the plans shall be: 1. Four thousand (4,000) pounds minimum compressive strength per square inch at 28 days for all piers, reinforced walls, floors, slabs, precast structures and other special sections where specifically shown on the plans or Standard Details. 2. Two thousand five hundred (2,500) pounds minimum compressive strength per square inch at 28 days for all blocking, reinforced footings, for retaining walls not subject to hydrostatic pressure, or where specifically shown on the plans or shown in the Standard Details. END OF SECTION Section 033100 COLLIER COUNTY CONCRETE, MASONRY MORTAR AND GROUT TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 034100 PRECAST CONCRETE STRUCTURES PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all materials, labor, and equipment and construct manholes, wet wells, valve pits, meter pits, and accessory items, consisting of precast sections as shown on the Drawings and as specified herein. B. The forms, dimensions, concrete, and construction methods shall be approved by the ENGINEER in advance of construction. C. These specifications are intended to give a general description of what is required, but do not purport to cover all of the structural design details which will vary in accordance with the requirements of the equipment as offered. It is, however, intended to cover the furnishing, shop testing, delivery, and complete installation of all precast structures whether specifically mentioned in these specifications or not. D. The supplier of the precast manholes, wet wells, valve pits, meter pits, and accessory items shall coordinate his work with that of the CONTRACTOR to the end that the unit will be delivered and installed in the excavation provided by the CONTRACTOR, in accordance with the CONTRACTOR's construction schedule. E. Coordinate the precast structures fabrication with the equipment supplied to achieve the proper structural top slab openings, spacings, and related dimensions for the selected equipment frames and covers. The top slabs, frames, covers, and subsurface structures shall be capable of supporting a live load of 150 pounds per square foot. 1.2 SUBMITTALS A. Submit to the ENGINEER, as provided in the General Conditions, shop drawings showing details of construction, reinforcing and joints. B. Shop Drawings 1. Content a. Dimensions and finishes b. Estimated camber c. Reinforcing and connection details Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E d. Anchors e. Lifting and erection inserts f. Other items cast into members 2. Show location of unit by same identification mark placed on member. 3. Include design calculations. C. Manufacturer's Literature: Manufacturer's recommended installation instructions. D. Manufacturer's certificates of material conformance with specifications. E. Test Reports: Reports of tests on concrete. F. Testing 1. Manholes and Valve Vaults: Four (4) concrete test cylinders shall be taken for every 50 cubic yards (cu. yds) for each type of precast structure. 2. Pump Stations: Four (4) concrete test cylinders shall be taken for each pump station wet well. Four (4) concrete test cylinders shall be taken for each pump station's top and bottom slabs. 3. Certification: The supplier shall provide the certified results of testing (7 day, 28 day) for the test cylinders stated herein. Random test cylinders may be taken at any time by the ENGINEER at the COUNTY's expense. 1.3 INSPECTION A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the ENGINEER, or the County Manager or designee. Such inspection may be made at the place of manufacture, or at the site after delivery, or at both places, and the sections shall be subject to rejection at any time on account of failure to meet any of the Specification requirements; even though sample sections may have been accepted as satisfactory at the place of manufacture. Sections rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed, shall be repaired, if permitted and accepted by ENGINEER, or removed and replaced, entirely at the CONTRACTOR's expense. B. At the time of inspection, the sections will be carefully examined for compliance with ASTM C478 designation and these Specifications, and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E dimension, "scratch-strength", blisters, cracks, roughness, soundness, etc. The surface shall be dense and close-textured. C. Imperfections may be repaired, subject to the approval of the ENGINEER, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at the end of 7 days and 5,000 psi at the end of 28 days, Epoxy mortar may be utilized for repairs subject to the approval of the ENGINEER. PART 2 PRODUCTS 2.1 PRECAST CONCRETE WET WELLS AND VALVE VAULTS A. Precast submersible pump station wet wells shall consist of precast base, precast wet well sections, and top cover slab. Precast valve vaults shall consist of precast base, sidewalls and top slab. Concrete shall be air entrained at the time of delivery and shall have a minimum compressive strength of 4,000 psi at the end of 28 days. B. Joints between precast concrete sections shall be set by plastic shims and fitted with non-metallic non-shrink grout as shown on the drawings. C. The top slab sections shall be fitted with watertight hatches. The frames and covers will be sized for the openings shown on the drawings. D. The various precast sections should have the inside dimensions and minimum thickness of concrete as indicated on the drawings. All precast and cast-in-place concrete members shall conform to the Building Code Requirements for Reinforced Concrete ACI 318. E. A vent pipe shall be furnished and installed as shown on the drawings. F. Fillets shall be provided and installed in the wet wells as shown on the drawings. G. Precast structures shall be constructed to the dimensions as shown on the drawings and as specified in these Specifications. H. Type II cement shall be used except as otherwise approved. I. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. J. Sections shall be cured by an approved method and shall not be shipped until the minimum 7-day compressive strength has been attained. Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E K. Each pre-cast section manufactured in accordance with the drawings shall be clearly marked to indicate the intended pump station installation location. The CONTRACTOR shall be responsible for the installation of the correct pre-cast sections in their designated pump station locations. L. Paint all exterior surfaces with two coats of coal tar bitumastic, each coat to be 9 mils each. All interior surfaces of valve vaults shall be coated with two coats of coal tar epoxy (9 mils each). 2.2 PRECAST CONCRETE SECTIONS FOR CIRCULAR WET WELLS A. Wet wells shall meet the requirements of ASTM C478, Specification for Precast Reinforced Concrete Manhole Sections, with the exclusion of Section 10(a), except as modified herein. Cement shall meet the requirements of ASTM C150-74, Specification for Portland Cement, Type II. Concrete shall meet the minimum requirement for 4000 psi concrete. Minimum wall thickness shall be 8 inches or 1/8 the inside manhole diameter as shown, whichever is greater. The required minimum strength of concrete shall be confirmed by making and testing three standard cylinders at seven days. Rings shall be custom made with openings to meet indicated pipe alignment conditions and invert elevations. Submit shop drawings, consisting of manufacturers' standard details of various sections for approval prior to placing order for wet wells. Drawings of individual wet wells showing invert elevations, pipe sizes and similar details will not be required. B. Joints Form joint contact surfaces with machined castings. Surfaces shall be exactly parallel with nominal 1/16 inch clearing and the tongue equipped with a proper recess for the installation of an 0-ring rubber gasket. Gaskets shall meet the requirements of Specification for Joint for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. "RAM-NEK" sealing compound conforming to Federal Specification SSS-00210 (GSA-FSS), Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints may be used in lieu of 0-ring rubber gaskets. If joints are sealed with "RAM-NEK" sealing compound the recess in the tongue for an 0-ring gasket may be omitted. C. Wet Well Liners and Coatings Coat or line (see internal protection on County Approved Product List, Appendix F) the interior of all wet wells. Furnish, install, test and inspect liners and coating in accordance with manufacturer's recommendations, and in accordance with Section 099723 "Concrete Coatings". Extend coating and liner and seal onto wet well hatch frame, around pipe openings and other protrusions to prevent contact of wet well surface with corrosive sewer gases. Provide factory or field applied bituminous or epoxy Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E sealer exterior coatings. If exterior coating is factory applied, CONTRACTOR shall provide field touch-up as required. 2.3 PIPE CONNECTIONS AT STRUCTURES A. Where pipes are to extend into or through structures from the exterior, provide flexible connections (mechanical or push-on type joints) at the exterior wall face. B. For pipes passing through structural walls, install wall pipes with water stops where the location is below the surface of the ground or at any point where fluid levels will exceed that elevation. Neoprene sleeves with watertight caulking and 316 Series SS stainless steel clamps will be suitable at other locations. C. All of the following conditions apply to any proposed pipe penetration into an existing sanitary manhole: 1. The opening for the penetration must be core bored and fitted with a neoprene sleeve as specified above. 2. The core boring or penetration shall not affect a structural joint, and the boring edge must be no closer than six inches to an existing structural joint. 3. The proposed piping within the manhole must comply with all other provisions of these Utilities Standards. 4. Connections requiring drop pipes shall be constructed in accordance with these Utilities Standards and shall require two penetrations. 5. The existing manhole flume or invert must be modified as required to accept the discharge from the proposed pipe. 6. The interior lining of the existing structure including flume or invert shall be repaired by an approved applicator for the lining system. 7. Any damage to the exterior coating of the existing structure shall be repaired with two coats of coal tar epoxy (9 mils each) in accordance with the manufacturer's recommendations. PART 3 XECUTION 3.1 INSTALLATION A. Control ground water to provide firm, dry subgrade for the structure, and prevent water rising on new poured in place concrete or grouted joint sections within 24 hours after placing. Guard against flotation or other damage resulting from ground water or flooding. Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E B. Place a 12-inch layer (minimum thickness) of crushed stone or shell as specified under Section 312323 as a foundation for the wet well base slabs, valve pits, and meter pits. C. Provide backfill material around the wet well and above the pipe bedding as specified in Section 312323. D. Precast bases, conforming to all requirements of ASTM C478 and above listed requirements for precast sections, may be used. Set the base in place on a thoroughly compacted crushed stone sub-base and adjust grade for the correct structure elevation. E. Do not set the station into the excavation until the installation procedure and excavation have been approved by the County Manager or designee. F. The base may be cast-in-place concrete as specified in Division 3, placed on a thoroughly compacted crushed stone sub-base. Shape the tops of the cast-in-place bases to mate with the precast barrel section, and adjust in grade so that the top slab section is at the approximately correct elevation. G. Set the precast concrete structure sections so as to be vertical and with sections in true alignment with a 3 inch maximum tolerance to be allowed. Fill the outside and inside joint with a non-shrink grout and finish flush with the adjoining surfaces. Allow joints to set for 24 hours before backfilling. Backfill in a careful manner, bringing the fill up evenly on all sides. If leaks appear in the structures, caulk the inside joints with lead wool to the satisfaction of the ENGINEER. Install the precast sections in a manner that will result in a watertight joint. H. Plug holes in the concrete sections required for handling or other purposes with a non-shrinking grout or by grout in combination with concrete plugs. I. Where holes must be cut in the precast sections to accommodate pipes, cutting shall be done by core drilling prior to setting them in place to prevent any subsequent jarring which may loosen the mortar joints. END OF SECTION Section 034100 COLLIER COUNTY PRECAST CONCRETE STRUCTURES TECHNICAL SPECIFICATIONS Page 6 of 6 11E SECTION 055600 METAL CASTINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Miscellaneous ferrous and nonferrous castings. 1. This classification includes wheel guards, valve boxes, manhole frames and covers, manhole steps, stop plank grooves, brackets and supports for piping and gutter inlets, floor drains, cleanouts and special malleable iron castings and inserts. 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM A 27/A27M - Specification for Steel Castings, Carbon for General Applications 2. ASTM A 47 - Specification for Ferric Malleable Iron Castings 3. ASTM A 48 - Specifications for Gray Cast Iron Castings 4. ASTM A 148/A148M - Specifications for Steel Castings 5. ASTM A 536 - Specifications for Ductile Iron Castings 6. ASTM B 26/B26M - Aluminum 7. ASTM B 148 - Aluminum Bronze Sand Castings 8. ASTM B 584 - Manganese Bronze PART 2 PRODUCTS 2.1 WORKMANSHIP A. Provide castings accurately made to the approved dimensions, and plane or grind castings where marked or where otherwise necessary to secure flat and true surfaces. Make allowance in the patterns so that the specified thickness is not re- duced. Provide manhole covers which conform to the details shown and which are true and seat at all points. Supply castings showing the name of the manufacturer and the country of manufacture. No plugging or welding of defective castings will be permitted. Section 055600 COLLIER COUNTY METAL CASTINGS TECHNICAL SPECIFICATIONS Page 1 of 2 liE 2.2 WEIGHTS A. Reject castings with a weight which is less than the theoretical weight based on required dimensions by more than 5 percent. Provide facilities at the site for weighing castings in the presence of the ENGINEER, or furnish invoices showing true weights, certified by the supplier. PART 3 EXECUTION 3.1 INSTALLATION A. Erect all castings to accurate grades and alignment, and when placing in concrete carefully support castings to prevent movement during concreting. 3.2 PAINTING A. Deliver all manhole castings to the job site unpainted. If painting is specified, clean metal castings thoroughly before painting. Give manhole frames and covers and valve boxes one coat of primer and two coats of an approved asphaltum varnish or other approved coating at the point of manufacture. Paint all other castings as specified in the Collier County Standard Details. END OF SECTION Section 055600 COLLIER COUNTY METAL CASTINGS TECHNICAL SPECIFICATIONS Page 2 of 2 11E SECTION 099723 CONCRETE COATINGS PART 1 SEWPERCOAT LINING SYSTEM/ IET COATING SYSTEM 1.1 SCOPE OF WORK A. This section provides details for furnishing and installing the SewperCoat lining system where shown on the drawings for protection of concrete structures against hydrogen sulfide corrosion. Perform installation by workers experienced in the application of the lining system to be used. B. This section provides details for furnishing and installing the Integrated Environmental Technologies (IET) coating system where shown on the drawings for protection of concrete structures against hydrogen sulfide corrosion. Perform installation by workers experienced in the application of the coating to be used. PART 2 PART 2 PRODUCTS 2.1 SEWPERCOAT LINING SYSTEM A. The SewperCoat (calcium aluminate) lining system shall be as manufactured by Lafarge Calcium Aluminates, Chesapeake, VA. B. Pure-fused Calcium Aluminate Cement Lining: The cement lining material shall be a pure fused calcium aluminate mortar with pure fused calcium aluminate aggregate equal to SewperCoat as manufactured by Lafarge Calcium Aluminates, Inc. The material shall be spray applied in accordance with the manufacturer's specifications. 1. The material shall be packaged from the manufacturer so as not to require field mixing of mortar and aggregate to obtain recommended composition. 2. The material shall form a mechanical and chemical bond to the wetwell surface with zero shrinkage. The material shall have a minimum 28-day compressive strength of 9000 psi. 3. The material shall be suitable for use in a severe hydrogen sulfide (H2S) environment. 4. Provide documentation that the material has a minimum 5-year history in the reconstruction of sanitary sewer structures. 2.2 IET COATING SYSTEM A. The IET Coating System shall be as manufactured by Integrated Environmental Technologies, Santa Barbara, CA. The County knows of no equal product to IET. Section 099723 COLLIER COUNTY CONCRETE COATINGS TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E B. Polymorphic Resin shall be a 100% solids, two-component, highly modified polyester resin system, exhibiting no adhesion-interfering shrinkage upon curing. Resin shall cure rapidly within fifteen minutes to one hour without the use of heat or cooling at surface temperatures ranging from —30 degrees Fahrenheit to over +150 degrees. Excellent resistance to a broad range of corrosive chemicals, including sulfuric acid created by hydrogen sulfide gas as well as other chemicals typically found in sanitary sewers, and impact and abrasion attack shall be provided. PART 3 EXECUTION 3.1 SEWPERCOAT LINING A. Plug or bypass all pipes in service before any work is started on the structure. No debris is to be flushed down the line. B. Anyone entering the structure must conform to all OSHA requirements for "Confined Space Entry" equipment and permitting. C. Prepare surface in accordance with the requirements of SewperCoat Data Sheets on Concrete Preparation. Interior surfaces of wetwell shall be sound, porous, dry, and free of dust, dirt, oil, grease and other contaminants prior to application of lining. D. Interior surface of structure must be abrasive-blasted to remove all loose patching, old coatings and any contamination in the concrete. Do not use silica sand. 1. Abrasive-blast "new" structures to remove all oils and patch mud, and to open pinholes and expose aggregate. 2. Abrasive-blast "rehab" structures to remove all loose patching, old coatings, and any contamination that penetrated the concrete. The finished interior of the structure shall be gray. Coat the exposed invert/floor also. Where there is severe deterioration of the mortar, place new concrete to match the original interior dimensions after abrasive blasting and removal of all loose material and by-products of corrosion. Restore invert/floor to the original elevation. 3. Vacuum to remove all abrasives and debris. 4. Condition of the wetwell may require the use of a 10% solution of hydrochloric (muriatic) acid over all surfaces or the use of a detergent. If an acid or detergent solution is used, the surface shall be thoroughly rinsed and neutralized prior to the installation of the liner system. E. Repair all leaks by injecting grout using Avanti Multi-grout AV-202 or equivalent. Hydraulic cement shall not be used to stop any water leaks. Section 099723 COLLIER COUNTY CONCRETE COATINGS TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E F. Spray Application: Mix and apply the pure fused calcium aluminate cement liner system in strict accordance with the manufacturer's written instructions using only manufacturers approved equipment. This includes the preparation, installation, curing and finish operation required for the completion of the process. 1. Wet gun: Spray the material directly to the damp wetwell surface in a two- coat application. Trowel the material smooth after each coat, completely covering the interior surface of the wetwell from the frame to the invert with a minimum thickness of 1 inch. Apply a "brushed" finish to the second coat after troweling. 2. Dry Gun: Spray the material directly to the damp wetwell surface in a one- coat application. Trowel the material smooth after the application, completely covering the interior surface of the wetwell from the frame to the invert with a minimum thickness of 1 inch. Apply a "brushed" finish after troweling. G. Curing: The material shall cure in strict accordance with the manufacturer's recommendations and instructions. H. Inspect lining system for holidays (i.e., discontinuity), cracks and pinholes. Take particular care to check lining over brick, block, heavy spalled surfaces, and other very rough surfaces and locate holes in the lining caused by voids in bricks, block, concrete and structure joints. Fill voids and holidays in accordance with the lining system manufacturer's instructions. I. Provide a five (5) year unlimited warranty on all workmanship and products. The work includes the surface preparation and application of the SewperCoat lining system, and shall protect the structure for at least five (5) years from all leaks, and from failure due to corrosion from exposure to corrosive gases such as hydrogen sulfide. 3.2 IET COATING A. Plug or bypass all pipes in service before any work is started on the structure. No debris is to be flushed down the line. B. Anyone entering the structure must conform to all OSHA requirements for "Confined Space Entry" equipment and permitting. C. Prepare surface in accordance with the requirements of IET Systems Data Sheets on Concrete Preparation. Interior surfaces of manhole shall be sound, porous, dry, and free of dust, dirt, oil, grease and other contaminants prior to application of lining. D. Dry abrasive-blast Interior surface of structure to remove all loose patching, old coatings and any contamination in the concrete. Do not use silica sand. 1. Dry abrasive-blast "new" structures to remove all oils and patch mud, and to open pin holes and expose aggregate. Section 099723 COLLIER COUNTY CONCRETE COATINGS TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E 2. Dry abrasive-blast "rehab" structures to remove all loose patching, old coatings, and any contamination that penetrated the concrete. The finished interior of the structure shall be gray. Coat the exposed invert/floor also. Where there is severe deterioration of the mortar, place new concrete to match the original interior dimensions after abrasive blasting and removal of all loose material and by-products of corrosion. Restore invert/floor to the original elevation. 3. Vacuum to remove all abrasives and debris. E. Repair all leaks by injecting grout using Avanti Multi-grout AV-202 or equivalent. Hydraulic cement shall not be used to stop any water leaks. F. Clean and remove dust material with pressure washing for maximum adhesion. Blow dry concrete at 250 cfm with 120 psi. G. Apply IET Systems Coating by the use of the IET Systems Spray Unit and IET Systems Spincaster. Apply IET coating at least three different intervals — prime coat, intermediate coat and finish coat, per IET Systems manufacturer instructions and specifications. The total thickness of the IET coating shall be at least 125 mils. H. Inspect lining system for holidays, cracks and pinholes. Take particular care to check lining over brick, block, heavy spalled surfaces, and other very rough surfaces and locate holes in the lining caused by voids in bricks, block, concrete and structure joints. Fill voids and holidays in accordance with the lining system manufacturer's instructions. I. Provide a five (5) year unlimited warranty on all workmanship and products. The work includes the surface preparation and application of the IET coating system, and shall protect the structure for at least five (5) years from all leaks, and from failure due to corrosion from exposure to corrosive gases such as hydrogen sulfide. END OF SECTION Section 099723 COLLIER COUNTY CONCRETE COATINGS TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 312316 EXCAVATION - EARTH AND ROCK PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for performing opencut excavations to the widths and depths necessary for constructing structures and pipelines, including excavation of any material necessary for any purpose pertinent to the construction of the Work. B. Related Work Specified In Other Sections Includes: 1. Section 017416 — Site Clearing 2. Section 033100 — Concrete, Masonry, Mortar and Grout 3. Section 312319 — Groundwater Control for Open Cut Excavation 4. Section 312323 — Backfilling 5. Section 314000 — Shoring, Sheeting and Bracing 1.2 DEFINITIONS A. Earth: "Earth" includes all materials which, in the opinion of the ENGINEER, do not require blasting, barring, wedging or special impact tools for their removal from their original beds, and removal of which can be completed using standard excavating equipment. Specifically excluded are all ledge and bedrock and boulders or pieces of masonry larger than one cubic yard in volume. B. Rock: "Rock" includes all materials which, in the opinion of the ENGINEER, require blasting, barring, wedging and/or special impact tools such as jack hammers, sledges, chisels, or similar devices specifically designed for use in cutting or breaking rock for removal from their original beds and which have compressive strengths in their natural undisturbed state in excess of 300 psi. Boulders or masonry larger than one cubic yard in volume are classed as rock excavation. 1.3 SUBMITTALS A. General: Provide all submittals, including the following, as specified in Division 1. Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 1 of 10 1 1 E B. Engage the services of a Professional Engineer who is registered in the State of Florida to design all cofferdam and sheeting and bracing systems which the CONTRACTOR feels necessary for the execution of his work. Submit to the ENGINEER a signed statement that he has been employed by the CONTRACTOR to design all sheeting and bracing systems. After the systems have been installed, furnish to the ENGINEER an additional signed statement that the cofferdams and sheeting and bracing systems have been installed in accordance with his design. C. If a detour is required, submit a traffic control plan for approval to County Manager or designee and/or the Florida Department of Transportation as described in Section 015526. 1.4 SITE CONDITIONS A. Geotechnical Investigation: A geotechnical investigation may have been prepared by the COUNTY and ENGINEER in preparing the Contract Documents. 1. The geotechnical investigation report may be examined for what ever value it may be considered to be worth. However, this information is not guaranteed as to its accuracy or completeness. 2. The geotechnical investigation report is not part of the Contract Documents. B. Actual Conditions: Make any geotechnical investigations deemed necessary to determine actual site conditions. C. Underground Utilities and Collier County Damage Prevention Policy: 1. This policy has been put in place to avoid damage to Collier County underground utilities. A minimum distance of five feet (5') horizontally and eighteen inches (18") vertically must be maintained away from Collier County utilities. Any and all variations from this order must be the Water or Wastewater Department. 2. Before commencement of any excavation at road crossings or any boring or any drilling, the contractor shall mark the proposed run alignment with white paint or flags. Subsequent to placement of the white markings, the existing underground utilities in the area affected by the work must be marked by Sunshine One Call after proper notification to them by either calling 811 in Florida or toll free at 1-800-432-4770. Visit www.callsunshine.com for more information. Before commencing excavation for the work, potholing of all potential conflicts must be performed. 3. All lines in conflict must be physically located by the contractor and verified by Collier County Locate Department personnel before performing work. Utilities under concrete or pavement may require soft dig vacuum locates which also is the contractor's responsibility to perform. All utilities will be field marked per Sunshine State One Call's statutes and guidelines. For line verification or any Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 2 of 10 1 1 E other information concerning locates, please call the Locate Department at 239- 252-5922 during normal business hours. For line verification or emergency locates after hours, call emergency numeric pager at 239-890-0809. In the event the potholing and/or vacuum soft dig does not locate the marked utility, work must be stopped and the affected utility owner contacted. Failure to comply with this policy and obtain required signature(s) may result in delay or denial of permit. 4. The contractor must comply with all provisions of Florida Statute 556, the Underground Facility Damage Prevention and Safety Act. D. Quality and Quantity: Make any other investigations and determinations necessary to determine the quality and quantities of earth and rock and the methods to be used to excavate these materials. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 GENERAL A. Clearing: Clear opencut excavation sites of obstructions preparatory to excavation. Clearing in accordance with Section 017416, includes removal and disposal of vegetation, trees, stumps, roots and bushes, except those specified to be protected during trench excavation. B. Banks: Shore or slope banks to the angle of repose to prevent slides or cave-ins in accordance with Section 314000. C. Safety: Whenever an excavation site or trench is left unattended by the CONTRACTOR or when an area is not within 100 feet of observation by the CONTRACTOR, the excavation site or trench shall be filled and/or, at the County's Manager or designee discretion, protected by other means to prevent accidental or unauthorized entry. Include barricades and other protection devices requested by the ENGINEER or County Manager or designee, including temporary fencing, snow fencing, or temporary "structure" tape. Such safety items shall not relieve the CONTRACTOR of any site safety requirements or liabilities established by Federal, State and local laws and agencies, including OSHA, but is intended as additional safety measures to protect the general public. D. Hazardous Materials: If encountered, take care of hazardous materials not specifically shown or noted in accordance with Section 015000. Section 312316 COLLIER COUNTY EXCAVATION-EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 3 of 10 1 1 E E. During excavation and any site work, take storm water pollution prevention measures to ensure that water quality criteria are not violated in the receiving water body and all state and local regulatory requirements are met. 3.2 STRUCTURE EXCAVATION A. Excavation Size: Provide excavations of sufficient size and only of sufficient size to permit the Work to be economically and properly constructed in the manner and of the size specified. B. Excavation Shape: Shape and dimension the bottom of the excavation in earth or rock to the shape and dimensions of the underside of the structure or drainage blanket wherever the nature of the excavated material permits. C. Compaction: Before placing foundation slabs, footings or backfill, proof roll the bottom of the excavations to detect soft spots. 1. For accessible areas, proof roll with a ten wheel tandem axle dump truck loaded to at least 15 tons or similarly loaded construction equipment. 2. For small areas, proof roll with a smooth-faced steel roller filled with water or sand, or compact with a mechanical tamper. 3. Make one complete coverage, with overlap, of the area. 4. Overexcavate soft zones and replace with compacted select fill. 3.3 TRENCH EXCAVATION A. Preparation: Properly brace and protect trees, shrubs, poles and other structures which are to be preserved. Unless shown or specified otherwise, preserve all trees and large shrubs. Hold damage to the root structure to a minimum. Small shrubs may be preserved or replaced with equivalent specimens. B. Adequate Space: Keep the width of trenches to a minimum, however provide adequate space for workers to place, joint and backfill the pipe properly. 1. The minimum width of the trench shall be equal to at least 3.5 feet or the outside diameter of the pipe at the joint plus 8-inches for unsheeted trench or 12 inches for sheeted trench, whichever is greater. Conform the trench walls to OSHA Regulations. 2. In sheeted trenches, measure the clear width of the trench at the level of the top of the pipe to the inside of the sheeting. C. Depth: Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 4 of 10 1 1 E 1. Excavate trenches to a minimum depth of 8 inches, but not more than 12 inches, below the bottom of the pipe so that bedding material can be placed in the bottom of the trench and shaped to provide a continuous, firm bearing for pipe barrels and bells. 2. Standard trench grade shall be defined as the bottom surface of the utility to be constructed or placed within the trench. Trench grade for utilities in rock or other non-cushioning material shall be defined as additional undercuts backfilled with crushed stone compacted in 6-inch lifts, below the standard 8-inches minimum trench undercut. Backfill excavation below trench grade not ordered in writing by the ENGINEER with acceptable Class I, II or III embedment material to trench grade and compact to density equal to native soil. D. Unstable or Unsuitable Materials: If unstable or unsuitable material is exposed at the level of the bottom of the trench excavation, excavate the material in accordance with the subsection headed "Authorized Additional Excavation". 1. Remove material for the full width of the trench and to the depth required to reach suitable foundation material. 2. When in the judgment of the ENGINEER the unstable or unsuitable material extends to an excessive depth, the ENGINEER may advise, in writing, the need for stabilization of the trench bottom with additional select fill material, crushed stone, washed shell, gravel mat or the need to provide firm support for the pipe or electrical duct by other suitable methods. 3. Crushed stone, washed shell and gravel shall be as specified in Section 312323. 4. Payment for such trench stabilization will be made under the appropriate Contract Items or where no such items exist, as a change in the Work. E. Length of Excavation: Keep the open excavated trench preceding the pipe laying operation and the unfilled trench, with pipe in place, to a minimum length which causes the least disturbance. Provide ladders for a means of exit from the trench as required by applicable safety and health regulations. F. Excavated Material: Neatly deposit excavated material to be used for backfill at the sides of the trenches where space is available. Where stockpiling of excavated material is required, obtain the sites to be used and maintain operations to provide for natural drainage and not present an unsightly appearance. G. Water: Allow no water to rise in the trench excavation until sufficient backfill has been placed to prevent pipe flotation. Provide trench dewatering in accordance with Section 312319. Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 5 of 10 11E 3.4 EXCAVATION FOR JACKING AND AUGERING A. Jacking and Augering Requirements: Allow adequate length in jacking pits to provide room for the jacking frame, the jacking head, the reaction blocks, the jacks, auger rig, and the jacking pipe. Provide sufficient pit width to allow ample working space on each side of the jacking frame. Allow sufficient pit depth such that the invert of the pipe, when placed on the guide frame, will be at the elevation desired for the completed line. Tightly sheet the pit and keep it dry at all times. 3.5 ROCK EXCAVATION A. Rock Excavation: Excavate rock within the boundary lines and grades as shown, specified or required. 1. Rock removed from the excavation becomes the property of the CONTRACTOR. Transport and dispose of excavated rock at an off site disposal location. Obtain the off site disposal location. 2. Remove all shattered rock and loose pieces. B. Structure Depths: For cast-in-place structures, excavate the rock only to the bottom of the structure, foundation slab, or drainage blanket. C. Trench Width: Maintain a minimum clear width of the trench at the level of the top of the pipe of the outside diameter of the pipe barrel plus 2 feet, unless otherwise approved. D. Trench Depth: For trench excavation, in which pipelines are to be placed, excavate the rock to a minimum depth of 8 inches below the bottom of the pipe or duct encasement. Provide a cushion of sand or suitable crushed rock. Refill the excavated space with pipe bedding material in accordance with Section 312323. Include placing, compacting and shaping pipe bedding material in the appropriate Contract Items. E. Manhole Depths: For manhole excavation, excavate the rock to a minimum depth of 8 inches below the bottom of the manhole base for pipelines 24 inches in diameter and larger and 6 inches below the bottom manhole base for pipelines less than 24 inches in diameter. Refill the excavated space with pipe bedding material in accordance with Section 312323. Include placing, compacting and shaping pipe bedding material for manhole bases in the appropriate Contract Items. F. Over-excavated Space: Refill the excavated space in rock below structures, pipelines, conduits and manholes, which exceeds the specified depths with 2,500 psi concrete, crushed stone, washed shell, or other material as directed. Include refilling of over-excavated space in rock as part of the rock excavation. Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 6 of 10 1 1 E G. Other Requirements: Follow, where applicable, the requirements of the subsections on "Trench Excavation" and "Structure Excavation". H. Payment: Rock excavation, including placing, compacting and shaping of the select fill material, will be paid for under the appropriate Contract Items or where no such items exist, as a change in the Work. 3.6 FINISHED EXCAVATION A. Finish: Provide a reasonably smooth finished surface for all excavations, which is uniformly compacted and free from irregular surface changes. B. Finish Methods: Provide a degree of finish that is ordinarily obtainable from blade- grade operations and in accordance with Section 312323. 3.7 PROTECTION A. Traffic and Erosion: Protect newly graded areas from traffic and from erosion. B. Repair: Repair any settlement or washing away that may occur from any cause, prior to acceptance. Re-establish grades to the required elevations and slopes. C. It shall be the CONTRACTOR's responsibility to acquaint himself with all existing conditions and to locate all structures and utilities along the proposed utility alignment in order to avoid conflicts. Where actual conflicts are unavoidable, coordinate work with the facility owner and perform work so as to cause as little interference as possible with the service rendered by the facility disturbed in accordance with Section 020500. Repair and/or replace facilities or structures damaged in the prosecution of the work immediately, in conformance with current standard practices of the industry, or according to the direction of the owner of such facility, at the CONTRACTOR's expense. D. Other Requirements: Conduct all Work in accordance with the environmental protection requirements specified in Division 1. 3.8 AUTHORIZED ADDITIONAL EXCAVATION A. Additional Excavation: Carry the excavation to such additional depth and width as authorized in writing, for the following reasons: 1. In case the materials encountered at the elevations shown are not suitable. 2. In case it is found desirable or necessary to go to an additional depth, or to an additional depth and width. B. Refill Materials: Refill such excavated space with either authorized 2500 psi concrete or compacted select fill material, in compliance with the applicable provisions of Section 312323. Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 7 of 10 1 1 E C. Compaction: Compact fill materials to avoid future settlement. As a minimum, backfill layers shall not exceed 6-inches in thickness for the full trench width and compaction shall equal 95% of maximum density, or 98% if under paved area of roadway, as determined by using ASTM D 1557. Perform compaction density tests at all such backfill areas with spacing not to exceed 100 feet apart and on each 6-inch compacted layer. D. Payment: Additional earth excavations so authorized and concrete or select fill materials authorized for filling such additional excavation and compaction of select fill materials will be paid for under the appropriate Contract Items or where no such items exist, as a change in the Work. 3.9 UNAUTHORIZED EXCAVATION A. Stability: Refill any excavation carried beyond or below the lines and grades shown, except as specified in the subsection headed "Authorized Additional Excavation", with such material and in such manner as may be approved in order to provide for the stability of the various structures. B. Refill Materials: Refill spaces beneath all manholes, structures, pipelines, or conduits excavated without authority with 2500 psi concrete or compacted select fill material, as approved. C. Payment: Refill for unauthorized excavation will not be measured and no payment will be made therefor. 3.10 SEGREGATION STORAGE AND DISPOSAL OF MATERIAL A. Stockpiling Suitable Materials: Stockpile topsoil suitable for final grading and landscaping and excavated material suitable for backfilling or embankments separately on the site in approved locations. B. Stockpile Locations: Store excavated and other material a sufficient distance away from the edge of any excavation to prevent its falling or sliding back into the excavation and to prevent collapse of the wall of the excavation. Provide not less than 2 feet clear space between the top of any stockpile and other material and the edge of any excavation. C. Excess Materials: Be responsible for transport and disposal of surplus excavated material and excavated material unsuitable for backfilling or embankments at an off site disposal location secured by the CONTRACTOR. 3.11 REMOVAL OF WATER A. Water Removal: At all times during the excavation period and until completion and acceptance of the WORK at final inspection, provide ample means and Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 8 of 10 1 1 E equipment with which to remove promptly and dispose of properly all water entering any excavation or other parts of the WORK. B. Dry Excavations: Keep the excavation dry, in accordance with Section 312319. C. Water Contact: Allow no water to rise over or come in contact with masonry and concrete until the concrete and mortar have attained a set and, in any event, not sooner than 12 hours after placing the masonry or concrete. D. Discharge of Water: Dispose of water pumped or drained from the Work in a safe and suitable manner without damage to adjacent property or streets or to other work under construction. E. Protection: Provide adequate protection for water discharged onto streets. Protect the street surface at the point of discharge. F. Sanitary Sewers: Discharge no water into sanitary sewers. G. Storm Sewers: Discharge no water containing settleable solids into storm sewers. H. Repair: Promptly repair any and all damage caused by dewatering the Work. END OF SECTION Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 9 of 10 1 1 E NO TEXT FOR THIS PAGE Section 312316 COLLIER COUNTY EXCAVATION—EARTH AND ROCK TECHNICAL SPECIFICATIONS Page 10 of 10 iiE SECTION 312319 GROUNDWATER CONTROL FOR OPEN CUT EXCAVATION PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. This section provides for furnishing all permits, labor, materials, equipment, power and incidentals for performing all operations necessary to dewater, depressurize, drain and maintain excavations as described herein and as necessary for installation of pipeline and appurtenances. Included are installing, maintaining, operating and removing dewatering systems and other approved devices for the control of surface and groundwater during the construction of pipelines and appurtenances, open cut excavations, directional drilling. Included also are protecting work against rising waters and repair of any resulting damage. 1.2 CONTRACTOR'S RESPONSIBILITY A. It is the sole responsibility of the CONTRACTOR to identify groundwater conditions and to provide any and all labor, material, equipment, techniques and methods to lower, control and handle the groundwater as necessary for his construction methods and to monitor the effectiveness of this installed system and its effect on adjacent facilities. B. Operate, maintain and modify the system(s) as required to conform to these Specifications. Upon completion of the Construction, remove the system(s). The development, drilling and abandonment of all wells used in the dewatering system shall comply with regulations of the Florida Department of Environmental Protection and the governing Water Management District. C. Assume sole responsibility for dewatering systems and for all loss or damage resulting from partial or complete failure of protective measures and any settlement or resultant damage caused by the dewatering operation. 1.3 PLANS AND OTHER DATA TO BE SUBMITTED A. Prior to commencement of work, submit complete drawings, details and layouts showing the proposed dewatering plans in sufficient detail (i.e., general arrangements, procedures to be used, etc.) so as to allow the ENGINEER to evaluate the proposed dewatering systems. Include the following, as required by the CONTRACTOR's proposed operation: 1. Names of equipment suppliers. 2. Names of installation subcontractors. Section 312319 COLLIER COUNTY GROUNDWATER CONTROL FOR TECHNICAL SPECIFICATIONS OPEN CUT EXCAVATION Page 1 of 4 liE 3. Plan for dewatering at access shafts and control of surface drainage. 4. Plan for dewatering for cut-and-cover excavations, or otherwise controlling groundwater. 5. Eductor system layout and details. 6. Deep well locations and details. 7. Well point system layout and details. 8. Installation reports for eductors, deep wells and well points. 9. Water level readings from piezometers or observation wells, and method of maintenance. 10. As part of his request for approval of a dewatering system, demonstrate the adequacy of the proposed system and well point filler sand by means of a test installation. PART 2 PRODUCTS A. Select equipment including but not limited to pumps, eductors, well points and piping and other material desired. PART 3 EXECUTION 3.1 DEWATERING EXCAVATIONS A. Obtain all permits necessary for dewatering operations and file a copy of all such permits with the County Manager or designee and ENGINEER. B. Furnish, install, operate and maintain all necessary equipment for dewatering the various parts of the Work and for maintaining free of water the excavations and such other parts of the Work as required for Construction operations. Dewatering system should provide for continuous operation including nights, weekends, holidays, etc. Provide appropriate backup if electrical power is primary energy source for dewatering system. C. Continue dewatering in all required areas, until the involved work is completed, including the placing and compaction of backfill materials. D. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove the pipe drain when it has served its purpose. If removal of the pipe is impractical, provide grout connections at 50-foot intervals, and fill the pipe with clay grout or cement and sand grout when the pipe has served its purpose. Section 312319 COLLIER COUNTY GROUNDWATER CONTROL FOR TECHNICAL SPECIFICATIONS OPEN CUT EXCAVATION Page 2 of 4 1 1 E 3.2 DEWATERING TRENCH A. Dewatering Excavation Plan: Develop an excavation dewatering plan that considers site ground and groundwater conditions, the type and arrangement of the equipment to be used and the proper method of groundwater disposal. Prepare the dewatering plan before beginning excavations below groundwater. Maintain one copy of the dewatering plan at the project site to be available for inspection while all dewatering operations are underway. B. Do not lay any pipeline in a trench in the presence of water. Remove all water from the trench sufficiently ahead of the pipeline placing operation. The ENGINEER shall have full and final authority to require dewatering of the trench to ensure a dry, firm bed on which to place the pipeline. As a minimum, maintain water levels at least 6 inches below the bottom of the trench. Continue to dewater trench until trench backfilling operations have been completed. 1. If a dry trench bottom has not been obtained with usual methods of trench dewatering, then the order to excavate below grade and place sufficient select fill material, crushed stone, or 2500 psi concrete over the trench bottom may be given. 2. If all efforts fail to obtain a stable dry trench bottom, and it is determined that the trench bottom is unsuitable for pipe foundation, present an alternate system for stabilization to the Engineer of Record for approval by the County Manager or designee on a case-by-case basis. C. Removal of water may be accomplished by pumping in connection with well point installation as the particular situation may warrant. D. If the soils encountered at the trench grade are suitable for the passage of water, without destroying the sides or utility foundation of the trench, sumps may be provided at intervals at the side of the main trench excavation. Use pumps to lower the water level by taking their suction from said sumps. 3.3 REQUIREMENTS FOR EDUCTOR, WELL POINTS OR DEEP WELLS A. Eductor, well points or deep wells, where used, must be furnished, installed and operated by a reputable CONTRACTOR regularly engaged in this business, and approved. 3.4 DURATION OF DRAINAGE A. In areas where concrete is to be placed, carry out the foundation drainage so that the required lowering of the water table will be effected prior to placing reinforcing steel. Keep foundation beds free from water to the same levels for 3 days after placing concrete. Section 312319 COLLIER COUNTY GROUNDWATER CONTROL FOR TECHNICAL SPECIFICATIONS OPEN CUT EXCAVATION Page 3of4 1 1 E 3.5 PROTECTION OF STRUCTURES A. Provide adequate protection for all structures to avoid damage to concrete. B. Operate construction equipment over completed concrete slabs or structures only with approval. Rubber tire equipment heavier than 5 tons and crawlers heavier than 7 tons will require adequate load spreading by sand fill or other means. 3.6 DISCHARGE OF WATER A. Do not discharge pumped drainage water into the sanitary sewer system or inhibit pedestrian or vehicular traffic with the groundwater control system. B. Discharge pumped drainage water into the storm sewer system or drainage ditch by direct means (i.e., discharge hose to inlet, burying header, etc.). Monitor the discharged water to determine that soil particles are not being removed. C. Conform all discharge to current South Florida Water Management District and Collier County Department of Stormwater Management rules, regulations, procedures and regulatory permits and if discharged into receiving waters, shall not exceed 29 N.T.U.'s above background. 3.7 REPAIR OF DAMAGE A. Assume full responsibility for all loss and damage due to flooding, rising water or seepage resulting from dewatering operations in any part of the work. Repair any damage to partially completed work from these or other causes, including the removal of slides, repair of foundation beds and performance of any other work necessitated by lack of adequate dewatering or drainage facilities. END OF SECTION Section 312319 COLLIER COUNTY GROUNDWATER CONTROL FOR TECHNICAL SPECIFICATIONS OPEN CUT EXCAVATION Page 4 of 4 1 1 E SECTION 312323 BACKFILLING PART 1 GENERAL 1.1 SUMMARY A. General Requirements: Backfill all excavation to the original surface of the ground or to such other grades as may be shown or required. For areas to be covered by topsoil, leave or stop backfill (12) inches below the finished grade. Obtain approval for the time elapsing before backfilling against masonry structures. Remove from all backfill, any compressible, putrescible, or destructible rubbish and refuse and all lumber and braces from the excavated space before backfilling is started. Leave sheeting and bracing in place or remove as the work progresses. B. Equipment Limitations: Do not permit construction equipment used to backfill to travel against and over cast-in-place concrete structures until the specified concrete strength has been obtained, as verified by concrete test cylinders. In special cases where conditions warrant, the above restriction may be modified providing the concrete has gained sufficient strength, as determined from test cylinders, to satisfy design requirements for the removal of forms and the application of load. C. Related Work Specified In Other Sections Includes: 1. Section 017416 — Site Clearing 2. Section 312316 — Excavation — Earth and Rock 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM D 1557 - Standard Test Methods for Moisture-Density Relations of Soil and Soil-Aggregate Mixtures Using 10 lb Rammer and 18 in Drop PART 2 PRODUCTS 2.1 BACKFILL MATERIAL - GENERAL A. General: Refer to Utilities Standards and Procedures Ordinance Section 9.1.2 for laying and backfilling requirements. Backfill with sound materials, free from waste, organic matter, rubbish, boggy or other unsuitable materials. Acceptable backfill shall not contain rocks or stones larger than 2 inches in size. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 1 of 8 1 1 E B. General Materials Requirements: Conform materials used for backfilling to the requirements specified. Follow common fill requirements whenever drainage or select fill is not specified. Determine and obtain the approval of the appropriate test method where more than one compaction test method is specified. C. Classification of Approved Embedment Materials: Embedment materials listed here include a number of processed materials plus the soil types defined according to the Unified Soil Classification System (USCS) in ASTM D2487. These materials are grouped into 5 broad categories according to their suitability for this application. 1. Class I: Angular, 0.25 inch to 1.5 inch (6 to 40 mm) graded stone, including a number of fill materials that have regional significance such as coral, slag, cinders, crushed shells and crushed stone. (Note: The size range and resulting high void ratio of Class I material makes it suitable for use to dewater trenches during pipe installation. This permeable characteristic dictates that its use be limited to locations where pipe support will not be lost by migration of fine grained natural material from the trench walls and bottom or migration of other embedment materials into the Class I material. When such migration is possible, the material's minimum size range should be reduced to finer than 0.25 inch (6 mm) and the gradation properly designed to limit the size of the voids. An alternative to modifying the gradation is to use a geotextile fabric as a barrier to migration to fines.) 2. Class II: Coarse sands and gravels with maximum particle size of 1.5 inches (40 mm), including variously graded sands and gravels containing small percentages of fines, generally granular and non-cohesive, either wet or dry. Soil Types GW, GP, SW and SP are included in this class. (Note: Sands and gravels, which are clean or borderline between clean and with fines, should be included. Coarse-grained soils with less than 12 percent, but more than 5 percent fines are neglected in ASTM D2487 and the USCS, but should be included. The gradation of Class II material influences its density and pipe support strength when loosely placed. The gradation of Class II material may be critical to the pipe support and stability of the foundation and embedment, if the material is imported and is not native to the trench excavation. A gradation other than well graded, such as uniformly graded or gap graded, may permit loss of support by migration into void spaces of a finer grained natural material from the trench wall and bottom. An alternative to modifying the gradation is to use a geotextile fabric as a barrier to migration of fines.) 3. Class Ill: Fine sand and clayey (clay filled) gravels, including fine sands, sand-clay mixtures and gravel-clay mixtures. Soil Types GM, GC, SM and SC are included in this class. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 2 of 8 1 1 E 4. Class IV: Silt, silty clays and clays, including inorganic clays and silts of medium to high plasticity and liquid limits. Soil Types MH, ML, CH and CL are included in this class. (Note: Use caution in the design and selection of the degree and method of compaction for Class IV soils because of the difficulty in properly controlling the moisture content under field conditions. Some Class IV soils with medium to high plasticity and with liquid limits greater than 50 percent (CH, MH, CH-MH) exhibit reduced strength when wet and should only be used for bedding, haunching and initial backfill in arid locations where the pipe embedment will not be saturated by groundwater, rainfall or exfiltration from the pipe. Class IV soils with low to medium plasticity and with liquid limits lower than 50 percent (CL, ML, CL-ML) also require careful consideration in design and installation to control moisture content, but need not be restricted in use to arid locations.) 5. Class V: This class includes the organic soils OL, OH and PT as well as soils containing frozen earth, debris, rocks larger than 1.5 inches (40 mm) in diameter and other foreign materials. Do not use these materials for bedding, haunching or backfill. 2.2 SELECT FILL A. Materials for Select Fill: Use clean gravel, crushed stone, washed shell, or other granular or similar material as approved which can be readily and thoroughly compacted to 95 percent of the maximum dry density obtainable by ASTM D 1557. 1. Allowed Materials: Grade select fill between the following limits: U.S. Standard Percent Passing Sieve By Weight 2 inch 100 1-1/2 inch 90-100 1 inch 75-95 1/2 inch 45-70 #4 25-50 #10 15-40 #200 5-15 2. Unallowed Materials: Very fine sand, uniformly graded sands and gravels, sand and silt, soft earth, or other materials that have a tendency to flow under pressure when wet are unacceptable as select fill. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 3 of 8 1 1 E 2.3 COMMON FILL A. Materials for Common Fill: Material from on-site excavation may be used as common fill provided that it can be readily compacted to 90 percent of the maximum dry density obtainable by ASTM D 1557, and does not contain unsuitable material. Select fill may be used as common fill at no change in the Contract Price. B. Granular Materials On-Site: Granular on-site material, which is fairly well graded between the following limits may be used as granular common fill: U.S. Standard Percent Passing Sieve by Weight 2 inch 100 #10 50-100 #60 20-90 #200 0-20 C. Cohesive Materials On-Site: Cohesive site material may be used as common fill. 1. The gradation requirements do not apply to cohesive common fill. 2. Use material having a liquid limit less than or equal to 40 and a plasticity index less than or equal to 20. D. Material Approval: All material used as common fill is subject to approval. If there is insufficient on-site material, import whatever additional off-site material is required which conforms to the specifications and at no additional cost. 2.4 UTILITY PIPE BEDDING A. Gradation for Small Piping: For pipe 18 inches or less in diameter, use pipe bedding of material 90 percent of which will be retained on a No. 8 sieve and 100 percent of which will pass a 1/2-inch sieve and be well graded between those limits. B. Gradation for Large Piping: For pipe larger than 18 inches in diameter, use the same pipe bedding material as specified for smaller pipe or use a similar well graded material 90 percent of which will be retained on a No. 8 sieve and 100 percent of which will pass a 1-inch sieve. C. Provide a minimum of six (6) inches bedding material under all gravity sewer piping. In areas where poor soil conditions or rock exist, provide a minimum of six (6) inches of pipe bedding material under water or force main pressure pipe. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 4 of 8 liE PART 3 EXECUTION 3.1 PRECAST MANHOLE BEDDING A. Bedding Compaction: Bed all precast manholes in well graded, compacted 12- inch layer of crushed stone. Compact bedding thickness no less than 6 inches for precast concrete manhole bases. B. Concrete Work Mats: Cast cast-in-place manhole bases and other foundations for structures against a 2500 psi concrete work mat in clean and dry excavations. C. Bedding Placement: Place select fill used for bedding beneath precast manhole bases, in uniform layers not greater than 9 inches in loose thickness. Thoroughly compact in place with suitable mechanical or pneumatic tools to not less than 95 percent of the maximum dry density as determined by ASTM D 1557. D. Use of Select Fill: Bed existing underground structures, tunnels, conduits and pipes crossing the excavation with compacted select fill material. Place bedding material under and around each existing underground structure, tunnel, conduit or pipe and extend underneath and on each side to a distance equal to the depth of the trench below the structure, tunnel, conduit or pipe. 3.2 PIPE BEDDING AND INITIAL BACKFILL A. Placement: Place backfill for initial pipe backfill from top of bedding to 1 foot over top of pipes in uniform layers not greater than 8 inches in loose thickness. Tamp under pipe haunches and thoroughly compact in place the backfill with suitable mechanical or pneumatic tools to not less than 98 percent of the maximum dry density as determined by ASTM D 1557. B. Foundation Bedding: Place bedding, to a depth specified by the County Manager or designee, as a foundation in wet, yielding or mucky locations. Construct foundation bedding by removal of the wet, yielding or mucky material and replacement with sufficient Class I material to correct soil instability. C. Stone Placement: Do not place large stone fragments in the pipe bedding or backfill within 2 feet over or around pipelines, or nearer than 2 feet at any point from any casing pipe, conduit or concrete wall. D. Machine Compaction: Machine Compaction of initial backfill is prohibited unless adequate cover as deemed by the County Manager or designee is provided. In no case shall adequate cover be less than 12 inches. E. Unallowed Materials: Pipe bedding containing very fine sand, uniformly graded sands and gravels, sand and silt, soft earth, or other materials that have a tendency to flow under pressure when wet is unacceptable. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 5 of 8 1 1 E 3.3 TRENCH BACKFILL A. General: Backfill trenches from 1 foot over the top of the pipe, from the top of electrical duct bedding or as shown to the bottom of pavement base course, subgrade for lawns or lawn replacement, to the top of the existing ground surface or to such other grades as may be shown or required. B. Materials: All backfill material shall be acceptable dry materials, and shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks, or stones, or other deleterious material which in the opinion of the County Manager or designee is unsuitable. C. Depth of Placement - Place trench backfill in uniform layers not greater than 12 inches in loose thickness and that can be thoroughly compacted in place using suitable mechanical or pneumatic equipment to not less than 98 percent of the maximum dry density as determined by ASTM D 1557. D. Depth of Placement - Undeveloped Areas: In nondeveloped areas and where select fill material or hand-placed backfill are not specified or required, place suitable job-excavated material or other approved backfill in lifts not exceeding 12 inches in loose thickness. Lifts of greater thickness may be permitted by the County Manager or designee if the CONTRACTOR demonstrates compliance with required densities. When the trench is full, consolidate the backfill by jetting, spading, or tamping to ensure complete filling of the excavation. Mound the top of the trench approximately 12 inches to allow for consolidation of backfill. E. Compaction: Compact backfill as a percentage of the maximum density at optimum moisture content as determined by the standard proctor test, ASTM D698 as demonstrated in the following table: Area (Mod.)ASTM D1557 Around and 1' (Min) above top of pipe 98 Remaining Trench 98 Pavement Sub-Grade and Shoulders (Last 3' of 98 Fill) Base Material and Pavement 98 Adjacent to Structures (Areas not Paved) 98 Under Structures 98 Sub-Base 98 F. Density Tests: Density tests will be made at the request of the County Manager or designee. Deficiencies will be corrected at the expense of the CONTRACTOR. G. Dropping of Material on Work: Do trench backfilling work in such a way as to prevent dropping material directly on top of any conduit or pipe through any great vertical distance. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 6 of 8 1 1 E H. Distribution of Large Materials: Break lumps up and distribute any stones, pieces of crushed rock or lumps which cannot be readily broken up, throughout the mass so that all interstices are solidly filled with fine material. 3.4 STRUCTURE BACKFILL A. Use crushed stone underneath all structures, and adjacent to structures where pipes, connections and structural foundations are to be located within this fill. Use crushed stone beneath all pavements, walkways, and railroad tracks, and extend to the bottom of pavement base course or ballast. 1. Place backfill in uniform layers not greater than 8 inches in loose thickness and thoroughly compact in place with suitable approved mechanical or pneumatic equipment. 2. Compact backfill to not less than 95 percent of the maximum dry density as determined by ASTM D 1557. B. Use of Common Fill: Use common granular fill adjacent to structures in all areas not specified above. Select fill may be used in place of common granular fill at no additional cost. 1. Extend such backfill from the bottom of the excavation or top of bedding to the bottom of subgrade for lawns or lawn replacement, the top of previously existing ground surface or to such other grades as may be shown or required. 2. Place backfill in uniform layers not greater than 8 inches in loose thickness and thoroughly compact in place with suitable equipment, as specified above. 3. Compact backfill to not less than 90 percent of the maximum dry density as determined by ASTM D 1557. 3.5 COMPACTION EQUIPMENT A. Equipment and Methods: Carry out all compaction with suitable approved equipment and methods. 1. Compact clay and other cohesive material with sheep's-foot rollers or similar equipment where practicable. Use hand held pneumatic tampers elsewhere for compaction of cohesive fill material. 2. Compact low cohesive soils with pneumatic-tire rollers or large vibratory equipment where practicable. Use small vibratory equipment elsewhere for compaction of cohesionless fill material. Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 7 of 8 liE 3. Do not use heavy compaction equipment over pipelines or other structures, unless the depth of fill is sufficient to adequately distribute the load. 3.6 FINISH GRADING A. Final Contours: Perform finish grading in accordance with the completed contour elevations and grades shown and blend into conformation with remaining natural ground surfaces. 1. Leave all finished grading surfaces smooth and firm to drain. 2. Bring finish grades to elevations within plus or minus 0.10 foot of elevations or contours shown. B. Surface Drainage: Perform grading outside of building or structure lines in a manner to prevent accumulation of water within the area. Where necessary or where shown, extend finish grading to ensure that water will be carried to drainage ditches, and the site area left smooth and free from depressions holding water. 3.7 RESPONSIBILITY FOR AFTERSETTLEMENT A. Aftersettlement Responsibility: Take responsibility for correcting any depression which may develop in backfilled areas from settlement within one year after the work is fully completed. Provide, as needed, backfill material, pavement base replacement, permanent pavement, sidewalk, curb and driveway repair or replacement, and lawn replacement, and perform the necessary reconditioning and restoration work to bring such depressed areas to proper grade as approved. 3.8 INSPECTION AND TESTING OF BACKFILLING A. Sampling and Testing: Provide sampling, testing, and laboratory methods in accordance with the appropriate ASTM Standard Specification. Subject all backfill to these tests. B. Correction of Work: Correct any areas of unsatisfactory compaction by removal and replacement, or by scarifying, aerating or sprinkling as needed and recompaction in place prior to placement of a new lift. C. Testing Schedule: 1. Compaction Schedule 2. Optimum Moisture Content (Proctor Test) END OF SECTION Section 312323 COLLIER COUNTY BACKFILLING TECHNICAL SPECIFICATIONS Page 8 of 8 1 1 E SECTION 314000 SHORING, SHEETING AND BRACING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Work required for protection of an excavation or structure through shoring, sheeting, and bracing. B. Related Work Specified In Other Sections Includes: 1. Section 312316 — Excavation — Earth and Rock 2. Section 312323 — Backfilling 1.2 SUBMITTALS A. General: Provide all submittals, including the following, as specified in Division 1. B. CONTRACTOR's Submittals: All sheeting and bracing shall be the responsibility of the CONTRACTOR to retain qualified design services for these systems, and to be completed with strict adherence to OSHA Regulations. Submit complete design calculations and working drawings of proposed shoring, sheeting and bracing which have been prepared, signed and sealed by a Licensed Professional Engineer experienced in Structural Engineering and registered in the State of Florida, before starting excavation for jacking pits and structures. Use the soil pressure diagram shown for shoring, sheeting and bracing design. ENGINEER's review of calculations and working drawings will be limited to confirming that the design was prepared by a licensed professional engineer and that the soil pressure diagram shown was used. 1.3 REFERENCES A. Design: Comply with all Federal and State laws and regulations applying to the design and construction of shoring, sheeting and bracing. B. N.B.S. Building Science Series 127 "Recommended Technical Provisions for Construction Practice in Shoring and Sloping Trenches and Excavations." 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Do work in accordance with the U.S. Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54), and the Florida Section 314000 COLLIER COUNTY SHORING, SHEETING AND BRACING TECHNICAL SPECIFICATIONS Page 1 of 4 liE Trench Safety Act. Observe 29 CFR 1910.46 OSHA regulations for Confined Space Entry. PART 2 PRODUCTS 2.1 MANUFACTURERS AND MATERIALS A. Material Recommendations: Use manufacturers and materials for shoring, sheeting and bracing as recommended by the Licensed Professional Engineer who designed the shoring, sheeting, and bracing. 1. Wood Materials: Oak, or treated fir or pine for wood lagging. PART 3 EXECUTION 3.1 SHORING, SHEETING AND BRACING INSTALLATION A. General: Provide safe working conditions, to prevent shifting of material, to prevent damage to structures or other work, to avoid delay to the work, all in accordance with applicable safety and health regulations. Properly shore, sheet, and brace all excavations which are not cut back to the proper slope and where shown. Meet the general trenching requirements of the applicable safety and health regulations for the minimum shoring, sheeting and bracing for trench excavations. 1. CONTRACTOR's Responsibility: Sole responsibility for the design, methods of installation, and adequacy of the shoring, sheeting and bracing. B. Arrange shoring, sheeting and bracing so as not to place any strain on portions of completed work until the general construction has proceeded far enough to provide ample strength. C. If ENGINEER is of the opinion that at any point the shoring, sheeting or bracing are inadequate or unsuited for the purpose, resubmission of design calculations and working drawings for that point may be ordered, taking into consideration the observed field conditions. If the new calculations show the need for additional shoring, sheeting and bracing, it should be installed immediately. D. Monitoring: Periodically monitor horizontal and vertical deflections of sheeting. Submit these measurements for review. E. Accurately locate all underground utilities and take the required measures necessary to protect them from damage. Keep all underground utilities in service at all times as specified in Division 1. Section 314000 COLLIER COUNTY SHORING, SHEETING AND BRACING TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E F. Driven Sheeting: Drive tight sheet piling in that portion of any excavation in paved or surface streets City collector and arterial streets and in State and County highways below the intersection of a one-on-one slope line from the nearest face of the excavation to the edge of the existing pavement or surface. G. Sheeting Depth: In general drive or place sheeting for pipelines to a depth at elevation equal to the top of the pipe as approved. 1. If it is necessary to drive sheeting below that elevation in order to obtain a dry trench or satisfactory working conditions, cut the sheeting off at the top of the pipe and leave in place sheeting below the top of the pipe. 2. Do not cut the sheeting until backfill has been placed and compacted to the top of the pipe. H. Sheeting Removal: In general, remove sheeting and bracing above the top of the pipe as the excavation is refilled in a manner to avoid the caving in of the bank or disturbance to adjacent areas or structures. Remove sheeting as backfilling progresses so that the sides are always supported or when removal would not endanger the construction of adjacent structures. When required to eliminate excessive trench width or other damages, shoring or bracing shall be left in place and the top cut off at an elevation 2.5 feet below finished grade, unless otherwise directed. 1. Carefully fill voids left by the withdrawal of the sheeting by jetting, ramming or otherwise. 2. No separate payment will be made for filling of such voids. END OF SECTION Section 314000 COLLIER COUNTY SHORING, SHEETING AND BRACING TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 314000 COLLIER COUNTY SHORING, SHEETING AND BRACING TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 320117 PAVEMENT REPAIR AND RESTORATION PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and remove and replace pavements over trenches excavated for installation of pipelines as shown on the drawings and/or specified herein. 1.2 GENERAL A. Repair all damage, as a result of work under this project, done to existing pavement, driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, utility poles, utility pipe lines, conduits, drains, catch basins, or stabilized areas or driveways and including all obstructions not specifically named herein, in a manner satisfactory to the ENGINEER. Include in the bid price, the furnishing of all labor, materials, equipment, and incidentals necessary for the cutting, repair, and restoration of the damaged areas unless pay items for specific types of repair are included in the Bid Form. B. Keep the surface of the backfilled area of excavation in a safe condition and level with the remaining pavement until the pavement is restored in the manner specified herein. All surface irregularities that are dangerous or obstructive to traffic are to be removed. Conform the repair to applicable COUNTY or State requirements for pavement repair and as described herein. C. The COUNTY reserves the right to require soil bearing or loading tests or materials tests, should the adequacy of the foundation or the quality of materials used be questionable. Costs of these tests shall be the responsibility of the COUNTY, if found acceptable; the costs of all failed tests shall be the responsibility of the CONTRACTOR. D. Make all street and road repair in accordance with the details indicated on the drawings and in accordance with the applicable requirements of these Specifications and meeting the permit requirements and approval of the governing Department of Transportation agencies. E. Replace pavement or roadway surfaces cut or damaged in equal or better condition than the original, including stabilization, base course, surface course, curb and gutter or other appurtenances. Obtain the necessary permits prior to any roadway work. Provide advance notice to the appropriate authority, as required, prior to construction operations. Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E 1. Roadway Restoration (within Collier County Department of Transportation & Engineering jurisdiction): Perform restoration in accordance with the requirements set forth in the "Right-of-Way Utility Construction Activities Policy" and these Standards. Obtain prior approval from Collier County DOT for the materials of construction and method of installation, along with the proposed restoration design for items not referred or specified herein. a. Where existing pavement is to be removed, mechanical saw cut the surface prior to trench excavation, leaving a uniform and straight edge parallel or perpendicular to the roadway centerline with minimum disturbance to the remaining adjacent surfacing. Provide minimal width of cut for this phase of existing pavement removal. b. Immediately following the specified backfilling and compaction, apply a temporary sand seal coat surface to the cut areas. For this temporary surfacing, provide a smooth traffic surface with the existing roadway and maintain until final restoration. Ensure that surfacing remains for a minimum of ten (10) days in order to assure the stability of the backfill under normal traffic conditions. Thirty (30) days following this period and prior to sixty (60) days after application: remove the temporary surfacing and perform final roadway surface restoration. c. In advance of final restoration, remove the temporary surfacing and mechanically saw the existing pavement straight and clean to the stipulated dimensions, if needed. Following the above operation, proceed immediately with final pavement restoration in accordance with the requirements set forth by Collier County Department of Transportation. d. No layer shall be greater than two inches (2") when compacted. Where a surface course is constructed to a thickness greater than two inches (2"), construct it in approximately equal layers, each not exceeding two inches (2"). e. Where necessitated by traffic conditions, lay mixture in strips in such manner as to provide for the passage of traffic. Where the road is closed to traffic, mixture may be laid to the full width, by machines traveling in parallel. 2. Roadway Restoration (outside Collier County Department of Transportation jurisdiction) — Conform work within the rights-of-way of public thoroughfares which are not under jurisdiction of Collier County to the requirements of the Governmental agency having jurisdiction or the Florida Department of Transportation, if no governmental agencies have jurisdiction. Work within State Highway right-of-way shall be in full compliance with all requirements of the permit drawings, and to the satisfaction of the Florida Department of Transportation. Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E 1.3 QUALITY ASSURANCE A. Applicable provisions of the latest version of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", and Supplemental Specifications hereunder govern the work under this Section. The Florida Department of Transportation will hereafter be referred to as FDOT. PART 2 PRODUCTS 2.1 MATERIALS A. Use materials for flexible base pavement and base course as specified in the latest version of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction". PART 3 EXECUTION 3.1 CUTTING PAVEMENT A. Cut and remove pavement to straight edges, 6 inches outside each edge of proposed trench to avoid pavement damage during installation of the new pipelines and appurtenances and for making connections to existing pipelines. B. Before removing pavement, mark the pavement for cuts nearly paralleling pipelines and existing street lines. Cut asphalt pavement along the markings with a jackhammer, rotary saw, or other suitable tool. C. No pavement shall be machine pulled until completely broken and separated along the marked cuts. D. The pavement adjacent to pipeline trenches shall neither be disturbed nor damaged. If the adjacent pavement is disturbed or damaged, irrespective of cause, remove the damaged pavement replace it at CONTRACTOR's expense. 3.2 GENERAL RESTORATION A. Restore, replace or rebuild existing street paving, driveways, etc., using the same type of construction as was in the original. Be responsible for restoring all such work, including sub-grade and base courses where present. Obtain and pay for such local or other governmental permits as may be necessary for the opening of streets. Meet any requirements other than those herein set forth which may affect the type, quality and manner of carrying on the restoration of surfaces by reason of jurisdiction of such governmental bodies. B. In all cases, maintain, without additional compensation, all permanent replacement of street paving, done by him under this Contract until accepted by the County Manager or designee, including the removal and replacement of such Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 3 of 6 liE work wherever surface depressions or underlying cavities result from settlement of trench backfill. C. Complete all the final resurfacing or re-paving of streets or roads, over the excavations and relay paving surfaces of roadbed that have failed or been damaged prior to acceptance by the County Manager or designee. Conform backfilling of trenches and the preparation of sub-grades to the requirements of Section 312323. D. Do all re-paving or resurfacing in accordance with Florida Department of Transportation Specifications, to which the following requirement of trench backfill will be added: Where pipeline construction crosses paved areas such as streets, backfill the top 24 inches of trench below the road bases or concrete slabs with compacted A-4 or better material that will provide a bearing value of not less than 75 when tested by the Florida Department of Transportation Soil Bearing Test Methods. 3.3 PRIME AND TACK COATS A. Apply bituminous prime and tack coats on the previously prepared base course in accordance with Section 300 of the FDOT Specifications. 3.4 WEARING COURSE A. Use plant-mixed hot bituminous pavement to the thickness indicated in the drawings conforming to Type III asphaltic concrete in accordance with Section 333 of the FDOT Specifications. The requirements for plant and equipment are specified in Section 320 and the general construction requirements for asphaltic concrete pavement are contained in Section 330 of the FDOT specifications. 3.5 TESTING A. Perform all field-testing at an independent laboratory employed by the COUNTY. Test and certify all materials by the producer. Repeat tests of sub-grade or base not meeting specified compaction at the CONTRACTOR's expense. 3.6 MISCELLANEOUS RESTORATION A. Restore sidewalks, cut or damaged by construction, in full sections or blocks to a minimum thickness of four inches. Restore concrete curb or curb gutter to the existing height and cross section in full sections or lengths between joints. Concrete shall be as specified on the drawings. Restore grassed yards, shoulders and parkways to match the existing sections with grass seed or sod of a type matching the existing grass. Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E 3.7 CLEANUP A. After all repair and restoration or paving has been completed, remove all excess asphalt, dirt, and other debris from the roadways. Check and clean all existing storm sewers and inlets of any construction debris. END OF SECTION Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 320117 COLLIER COUNTY PAVEMENT REPAIR AND RESTORATION TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 321300 SIDEWALKS, DRIVEWAYS AND CURBS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Sidewalks, sidewalk ramps, driveways, curbs and drive approaches complete with concrete materials, concrete curing compounds, joint materials, field quality control and appurtenances. 1.2 REFERENCES A. Reference Standards: Conform the work for this Section to the applicable portions of the following standard Specifications. 1. ASTM - American Society of Testing and Materials 2. AASHTO - American Association of State Highway and Transportation Officials 3. FDOT - Florida Department of Transportation - Standard Specifications for Road and Bridge Construction. 4. FAC - Florida Accessibility Code. 5. ADAAG - American with Disabilities Act Accessibility Guidelines 6. UFAS - Uniform Federal Accessibility Standards 1.3 SUBMITTALS A. Reports: Written permission for the use of all local disposal sites Furnish copies to the ENGINEER. B. Test Reports: 1. Thickness and Compressive Strength: Provide the ENGINEER with two (2) certified copies of the test results. Perform the tests by a laboratory approved by the ENGINEER. 1.4 JOB CONDITIONS A. Environmental Requirements: Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 1 of 8 liE 1. Temperature: Comply with the requirements for concrete installation due to outside ambient air temperatures as specified under Article 3.3.1 of this Section. B. Protection: 1. Protection Against Rain: Comply with the requirements for protecting new work against damage from Rain, as specified under Article 3.3.1 of this Section. PART 2 PRODUCTS 2.1 MATERIALS A. Concrete: Use 2,500-psi concrete except as modified herein. B. Ready-Mixed Concrete: Use ready-mixed concrete that conforms to ASTM C94, Alternate 2. C. Water: Use water for mixing and curing concrete reasonably clean and free from oil, salt, acid, alkali, chlorides, sugar, vegetable, or other substances injurious to the finished product. Waters from sources approved by the local Health Department as potable may be used without test. Test water requiring testing in accordance with the current Method of Test for Quality of Water to be Used in Concrete, AASHTO T-26. D. Concrete Curing Compounds: Use white membrane curing compound for curing concrete that conforms to AASHTO M148, Type 1 clear, or Type 2 while per FDOT Section 925. E. Premolded Joint Filler: Use fiber joint filler that conforms to ASTM D1751. Use filler of the thickness, as specified herein, or as directed by the ENGINEER. F. Steel Hook Bolts: Use hook bolts that conform to ASTM A706, or for Grade 60 of ASTM A615, A616, or A617. Use 5/8-inch diameter hook bolts self-tapping. G. Joint Sealant: Use hot-poured type joint sealant that conforms to ASTM D1190. PART 3 EXECUTION 3.1 CONTRACTOR'S VERIFICATION A. Excavation and Forming: Prior to the installation of any concrete, examine the excavation and forms for the proper grades, lines, and levels required to receive the new work. Ascertain that all excavation and compacted subgrades are adequate to receive the concrete to be installed. Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 2 of 8 1 1 E 1. Correct all defects and deficiencies before proceeding with the work. B. Existing Improvements: Investigate and verify location of existing improvements to which the new work is to be connected. 1. Making necessary adjustment in line and grade to align the new work with the existing improvements must be approved by the ENGINEER prior to any change. 3.2 PREPARATION A. Forms: Use wood or metal forms, straight and free from warp, clean, and sufficient strength to resist springing during the process of depositing concrete against them. 1. Use full depth of the concrete forms. 3.3 INSTALLATION A. Sidewalks, Sidewalk Ramps, Driveways and Driveway Approaches: Construct all sidewalks and sidewalk ramps four (4) inches thick except at driveways and alleys. Construct thickness of the sidewalks six (6) inches at driveways and alleys. Construct sidewalks five (5) feet wide unless otherwise noted on the Plans, and slope 1/4-inch per foot towards the center of the road. Normally, sidewalks will be located within the right-of-way, parallel the property lines, at a distance of 1-foot from the property line. 1. Construct alleys, driveways and approaches six (6) inches thick. Construct the width of the driveways and driveway approaches as shown on the Plans or as directed by the ENGINEER. B. Removal of Existing Curb for Sidewalk Ramps and Driveway Approaches: Conform construction of sidewalk ramps within street intersections where curbed pavement existing to the current FDOT Roadway and Traffic Design Standards. 1. Saw cut, to full depth of pavement, and remove a minimum of an 18-inch wide curb and gutter section where there is no proper curb drop for the sidewalk ramp or driveway approach. When mountable curbs are present, remove a 24-inch wide curb and gutter section for the construction of sidewalk ramps, as specified above. 2. Remove curb and gutter as determined by the ENGINEER in the field but remove curb and gutter at least as wide as the proposed sidewalk ramp plus 1-foot on each side. Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 3 of 8 liE 3. Replace the removed curb and gutter section with materials, equal to what was removed and seal joint with hot poured rubber asphalt. C. Install 5/8-inch diameter self-tapping hook bolts, in the existing concrete pavement as indicated on the Plans prior to placing concrete for the removed curb and gutter section. D. Placement of Forms: Use wood forms, straight and free from warp, of nominal depth for sidewalk sections less than 25 feet in length. 1. Stake forms to line and grade in a manner that will prevent deflection and settlement. 2. When unit slab areas are to be poured, place slab division forms such that the slab division joints will be straight and continuous. 3. Set forms for sidewalk ramps to provide a grade toward the centerline of the right-of-way in accordance with current standards. Use a uniform grade, except as may be necessary to eliminate short grade changes. 4. Oil forms before placing concrete. Leave forms in place at least 12 hours after the concrete is placed. Place forms ahead of the pouring operations to maintain uninterrupted placement of concrete. 5. The use of slip form pavers can be allowed when approved by the ENGINEER in lieu of the construction system described above. E. Joints: Construct transverse and longitudinal expansion and plane-of-weakness joints at the locations specified herein, or as indicated on the Plans or as directed by the ENGINEER. 1. Place the transverse expansion joints for the full width and depth of the new work. Use transverse expansion joints placed against an existing pavement a minimum of six (6) inches deep but no less than the thickness of the concrete being placed. 2. Conform longitudinal expansion joints to the requirements as transverse expansion joints. 3. Construct joints true to line with their faces perpendicular to the surface of the sidewalk. Install the top slightly below the finished surface of the sidewalk. Construct transverse joints at right angles to the centerline of the sidewalk and construct longitudinal joints parallel to the centerline or as directed by the ENGINEER. 4. Place transverse expansion joints, 1/2-inch thick, through the sidewalk at uniform intervals of not more than 50 feet and elsewhere as shown on the Plans, or as directed by the ENGINEER. Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 4 of 8 11E 5. Place expansion joints, 1/2-inch thick, between the sidewalk and back of abutting parallel curb, buildings or other rigid structures, concrete driveways and driveway approaches. When directed by the ENGINEER, place the expansion joint between sidewalks and buildings 1-foot from the property line and parallel to it. 6. Form plane-of-weakness joints every five (5) feet. Form joints by use of slab divisions forms extending to the full depth of the concrete or by cutting joints in the concrete, after floating, to a depth equal to 1/4 the thickness on the sidewalk. Construct cut joints not less than 1/8-inch or more than 1/4-inch in width and finish smooth and at right angles to the centerline on the sidewalk. F. Placing and Finishing Concrete: Place all concrete on a prepared unfrozen, smooth, leveled, rolled and properly compacted base. Place concrete on a moist surface with no visible water present. 1. Deposit the concrete, in a single layer to the depth specified. Spade or vibrate and compact the concrete to fill in all voids along the forms and joints. Strike off the concrete with a strike board until all voids are removed and the surface has the required grade and cross section as indicated on the Plans, or as directed by the ENGINEER. 2. Float the surface of the concrete just enough to produce a smooth surface free from irregularities. Round all edges and joints with an edger having a 1/4-inch radius. 3. Broom the surface of sidewalks, driveways and approaches to slightly roughen the surface. 4. Texture the surface of the sidewalk ramps with a coarse broom transversely to the ramp slope, and coarser roughen than the remainder of the sidewalk. Contract the ramp slope in color (using a brick-red dye or approved equal) from the remainder of the sidewalk. Comply with minimum color contract and slope requirements from FAC, UFAS, ADAAG, Local Government Standards, or as directed by the ENGINEER. G. Curing: After finishing operations have been completed and immediately after the free water has left the surface, completely coat and seal the surface of the concrete (and sides if slip-forming is used) with a uniform layer of white membrane curing compound. Do not thin the curing compound. Apply the curing compound at the rate of one gallon per 200 square feet of surface. H. Barricades: Place suitable barricades and lights around all newly poured sidewalks, sidewalk ramps, driveways, driveway approaches and curb and gutter sections in order to protect the new work from damage from pedestrians, vehicles and others until the concrete has hardened. Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 5 of 8 liE 1. Leave barricades in place for a minimum of two (2) days, except for driveway approaches and curb and gutter sections. Leave barricades in place for a minimum of three (3) days. 2. Remove and replace any concrete that suffers surface or structural damage at no additional cost. Protection: 1. Against Rain: Protect new concrete from the effects of rain before the concrete has sufficiently hardened. Have available on the job site at all times enough burlap or 6-mil thick polyurethane film to cover and protect one day's work. Stop work and cover completed work when rain appears eminent. As soon as the rain ceases, uncover the concrete and burlap drag the surface where necessary. Apply curing compound to any areas where the compound has been disturbed or washed away. 2. Against Cold Weather: If concrete is placed between December 15 and February 15, have available on the site sufficient amount of clean, dry straw or hay to cover one (1) day's production. If the temperature reaches 40 degrees F and is falling, place the hay or straw 12 inches thick, immediately after the curing compound is applied. 3. Concrete Temperature Limitations: Do not place concrete when the temperature of the concrete at the point of placement is above 90 degrees F. J. Cleanup: After the concrete has gained sufficient strength, but no sooner than within 12 hours, remove the fixed forms and backfill the spaces on both sides with sound earth of topsoil quality. Compact, level and leave backfill in a neat condition. K. Gutters and Curbs: Construct gutters and curbs in accordance with Section 520 FDOT Standard Specifications for Road and Bridge Construction, latest edition, including supplements. 3.4 FIELD QUALITY CONTROL A. Concrete Delivery Ticket: Use a ticket system for recording the transportation of concrete from the batching plant to point of delivery. Issue this ticket to the truck operator at the point of loading and give to the ENGINEER upon delivery. B. Concrete Delivery Rejection: Remove concrete not permitted for inclusion in the work by the ENGINEER from the site. Rejection of concrete will be determined through Field Quality Control and elapsed time from mixer charging to delivery. C. Concrete Testing at Placement: Perform tests of each batch of concrete delivered, each 50 cubic yards, or whenever consistency appears to vary. The Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 6 of 8 1 1 E sampling and testing of slump, air content and strength will be performed at no cost to the CITY. 1. Sampling: Secure composite samples in accordance with the Method of Sampling Fresh Concrete, ASTM C172. 2. Slump Test: Test in accordance with ASTM C143. Use the least slump possible consistent with workability for proper placing of the various classifications of concrete. a. Place structural concrete for walls and slabs, by means of vibratory equipment, with a slump of four (4) inches. b. A tolerance of up to 1-inch above the indicated maximum will be allowed for individual batches provided the average for all batches or the most recent ten (10) batches tested, whichever is fewer, does not exceed the maximum limit. 3. Air Content: Determine air content of normal weight concrete in accordance with Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method, ASTM C23 1, or by the volumetric method, ASTM C 173, for each strength test. 4. Compressive Strength: Make two (2) strength tests of three (3) samples each for each 50 cubic yards, or fraction thereof, of each mix design of concrete placed in any one (1) day. a. Handling Samples: Mold and cure three (3) specimens from each sample in accordance with Method of Making and Curing Concrete Test Specimens in the Field, ASTM C31. Record any deviations from the requirements of this Standard in the test report. b. Testing: Test specimens in accordance with Method of Test for Compressive Strength of Cylindrical Concrete Specimens, ASTM C39. Test one (1) specimen at seven (7) days for information and test two (2) at 28 days for acceptance. Use the average of the strengths of the two (2) specimens tested at 28 days. Discard results if one (1) specimen in a test manifests evidence of improper sampling, molding or testing, and use the strength of the remaining cylinder. Should both specimens in test show any of the above defects, discard the entire test. c. Acceptance of Concrete: The strength level of the concrete will be considered satisfactory so long as the averages of all sets of three consecutive strength test results equal or exceed the specified 28-day strength and no individual strength test results falls below the specified 28-day strength by more than 500 psi. If the strength test is not acceptable, perform further testing to qualify the concrete. Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 7 of 8 1 1 E d. Concrete Temperature: Determine the temperature of concrete sample for each strength test. D. Reductions due to deficiencies in thickness or compressive strength are additive, that is, if an area is deficient by 3/8 inch and under strength by 200 psi, the total reduction is 20% plus .02% or .40% reduction. END OF SECTION Section 321300 COLLIER COUNTY SIDEWALKS, DRIVEWAYS AND CURBS TECHNICAL SPECIFICATIONS Page 8 of 8 1 1 E SECTION 323113 CHAIN LINK FENCING AND GATES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for providing vinyl coated galvanized steel chain link fencing and gates. B. Related Work Specified in Other Sections Includes: 1. Section 033100 — Concrete, Masonry, Mortar and Grout 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM 1043 - Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework 2. ASME B36.10M - Welded and seamless wrought steel pipe 3. FS RR-F-191 - Fencing, Wire and Post, Metal 1.3 DESIGN A. General: Provide fencing of the chain-link type and seven (7) feet high with six (6) feet of diamond mesh woven wire fabric topped by extension arms with a vertical height of approximately one foot above the top of the fabric. Design the extension arms slanted out at an angle of 45 degrees and provide the arms to carry three double strands of barbed wire when specifically required. Locate the fence as shown. B. Fabric, Supports and Fittings: Provide steel fabric, supports and fittings except as specified. C. Fabric, Supports and Fittings: Provide green color coated steel fabric, supports and fittings. Coat the framework, posts and hardware except hinges and latches to match the fabric with thermoplastic or thermoset resins and provide oven-baked materials to a minimum dry coating of seven mils. Color coat all accessories except hinges and latches to match the fence. Provide aluminum hinges and latches. D. Pipe Sizes and Weights: Provide pipe sizes and weights meeting the requirements of ASME B 36.10, Table 2 and ASTM A 53, Table 1. All pipe sizes listed are nominal, unless otherwise indicated. Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 1 of 8 1 1 E PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable manufacturers are listed in the County Approved Product List, Appendix F. Other manufacturers of equivalent products may be submitted. 2.2 FABRIC A. Provide fabric that is a one piece woven 2-inch mesh chain link of 6-gauge steel wire with a minimum breakload of 1800 lbs/ft. and which is interwoven to form a continuous fabric with no splices and is coated after weaving. Provide the top selvage knuckled for fabric 60 inches high and under, and the bottom selvage twisted and barbed for fabric over 60 inches high. Clean the fabric of all grease and foreign matter before coating and shipping. Stretch the fabric tightly approximately two inches above grade level and attach the fabric to the terminal or gateposts using beveled tension bands and tension bars. 1. Provide galvanized fabric that is fusion coated with a minimum seven-mil coating of polyvinyl chloride (PVC) applied over a thermoset plastic bonding agent. Conform the PVC to Federal Specification RR-F-191. 2. Vinyl coat all cut ends. 3. Conform aluminum fabric to Fed. Spec. RR-F-191. 2.3 TENSION WIRE A. For the tension wire for the fence bottom use minimum 6-gauge galvanized coil spring steel fusion color coated as specified for the fabric. 2.4 TOP AND BRACE RAILS A. General: Furnish the top rail in approximately 20-foot lengths with couplings approximately 6 inches long for each joint. Provide one coupling in each 5 with an expansion spring. Provide the rail continuous from end-to-end for each run of fence. Provide brace rails at all terminal posts, locate the rails midway between the top and bottom of the fabric and extend from the terminal post to the first adjacent line post. Securely fasten rails at both ends. Provide top and brace rails that are galvanized steel fusion color coated as specified for framework in Subsection 1.03 C. B. Pipe Type: 1-1/4-inch, Schedule 40 pipe or a 1.625- by 1.25-inch roll-formed section with minimum bending strength of 192 pounds on 10-foot span. 2.5 POSTS A. General: Provide all posts that are coated as specified for vinyl-coated framework, posts and hardware in Subsection 1.03 C. Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 2 of 8 liE B. Pipe Posts: Provide pipe posts as follows: 1. For end, corner and pull posts use 2-1/2-inch, Schedule 40 pipe 2. For line posts use 2-inch, Schedule 40 pipe 3. For gate posts use the following pipes for different leaves: a. For leaves up to 6 feet wide, use 2-1/2-inch Schedule 40 pipe b. For leaves over 6 feet to 12 feet wide, use 3-1/2-inch Schedule 40 pipe c. For leaves over 12 feet to 18 feet wide, use 6-inch Schedule 40 pipe C. Bending Strength: Provide materials with the minimum bending strength based on a 6-foot cantilever for rolled formed or tube posts as follows: Galvanized Steel 1. End, Corner and Pull Posts: 2.875" O.D. roll formed or 444 2-1/2-inch square tube 547 2-1/2-inch square, heavy wall extrusion 2. Line Posts: For fences 8 feet 245 maximum height 1.875- by 1.625-inch C-Section For fences over 8 feet 347 high 2.25- by 1.703-inch C-Section 3. Gate Posts: For leaves up to 6 feet wide (2.875-inch O.D. roll 444 formed or 2-1/2-inch square tube 645 Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 3 of 8 liE 2.6 GATES A. General: For the perimeter construction of gates with leaves up to 6 feet wide, use 1-1/2-inch Schedule 40 pipe or 1-1/2-inch square steel tube, and for gates with leaves greater than 6 feet wide, use 2-inch Schedule 40 pipe or 2-inch square steel tube. B. Braces: Provide the gates with sufficient horizontal and vertical members and bracing to ensure structural stability to prevent sagging and to provide for the attachment of fabric, hardware and accessories. Provide gates with diagonal cross bracing consisting of 3/8-inch diameter adjustable length truss rods where necessary to provide frame rigidity without sag or twist. C. Cantilever Sliding Gates: Furnish cantilever overhang as follows: Gate Leaf Size Overhang 6'-0" to 10'-0" 6'-6" 11'-0" to 14'-0" 7'-6" 15'-0" to 22'-0" 10'-0" 12'-0" to 30'-0" 12'-0" 1. For gates leaf sizes 23'-0" to 30'-0", add one additional 2-inch square lateral support rail welded adjacent to the top horizontal rail. Make the bottom rail of 2" x 4" tubing weighing 1.71 pounds per foot. 2. Provide all cantilever overhang frames having 3/8-inch (galvanized steel) (aluminum) brace rods. 3. Provide the enclosed track made of a combined track and rail aluminum extrusion having a total weight of 3.72 pounds per foot and designed to withstand a reaction load of 2,000 pounds. 4. Provide each gate leaf with two swivel type zinc die cast trucks having four sealed lubricant ball-bearing wheels, 2-inch in diameter by 9/16-inch in width, with two side rolling wheels to insure alignment of the truck in the track. Hold trucks to post brackets by 7/8-inch diameter ball bolts with 1/2-inch shank. Design truck assemblies to take the same reaction load as the track. 5. Install gates on 4-inch OD Schedule 40 (galvanized) (aluminum) posts weighing 9.1 pounds per foot. Use three posts for single slide gate and four posts for double slide gate. 6. Provide guide wheel assemblies for each supporting post. Provide each assembly consisting of two rubber wheels 4 inches in diameter attached to a post so that the bottom horizontal member will roll between the wheels which can be adjusted to maintain gate frames plumb and in proper alignment. Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 4 of 8 1iE D. Gate Accessories: Equip gates with hinges, latches, center stops, hasps, holdbacks, and padlocks. Provide hinges, latches, center stops, hasps, and holdbacks that are aluminum. Provide double gates with a center drop bar and gate holdbacks. E. Latches: Provide gate latches that are positive locking, pivoting type with the padlocking arrangement accessible from either side of the gate. F. Hinges: Hang all gates on offset hinges to permit swinging the gate through a 180-degree arc to lie, when not obstructed, along and parallel to the line of the fence. 2.7 ATTACHMENTS A. General: Provide all attachments fabricated of coated to match the fabric as specified for framework, posts and hardware in Subsection 1.03, except provide aluminum hinges and latches. B. Tension Bars: Provide 3/16-inch by 3/4-inch galvanized carbon steel tension bars attached to the terminal posts by means of beveled edge bands. C. Truss Rods: Provide 3/8-inch diameter galvanized carbon steel truss rods. Securely mount truss rods between the line post end of the brace rail and the base of the terminal post. D. Post Tops: Provide post tops of galvanized pressed steel or malleable iron to form weathertight caps for post or tube posts. Make provisions for installation or passage of the top rail. E. Brace and Tension Bands: Provide galvanized steel brace bands and tension bands, of the "unclimbable" beveled edge type with 3/8-inch diameter square shouldered aluminum carriage bolts, nonremovable from outside of the fence. F. Rail Couplings: Provide rail couplings of the outside sleeve type, not less than six inches long, self-centering, which allows for expansion and contraction. Provide aluminum galvanized steel rail couplings. G. Fabric Ties: Provide 11-gauge galvanized steel fabric ties. H. Hog Rings: Provide 11-gauge wire, aluminum alloy, Type 6061-T6 hog rings. I. Extension Arms: Provide galvanized pressed steel extension arms for supporting the barbed wire where used. Design the arms with an adequate cross section to withstand without failure or permanent deflection a perpendicular force of 250 pounds applied at the end of the arm when the arm is securely attached to the post. Construct extension arms to be slanted out. Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 5 of 8 1 1 E PART 3 EXECUTION 3.1 INSTALLATION A. General: Install all fencing and accessories according to the manufacturer's recommendations. Do not begin installation and erection before final grading is completed, unless otherwise approved. B. Excavation: Drill or hand excavate (using post hole digger) holes for posts to the diameter and spacing indicated, in firm, undisturbed or compacted soil. 1. If not indicated, excavate holes for each post to the minimum diameter recommended by the fence manufacturer, but not less than four times the largest cross-section of the post. 2. Unless otherwise indicated excavate the hole depths approximately 3 inches lower than the post bottom, with the bottom of posts set not less than 36 inches below the finished grade surface. C. Barbed Wire: When specifically required, firmly install the barbed wire in slots in the extension arms, anchored to the terminal extension arms after removal of all sag from the wire. D. Tension Wire: Attach the tension wire to the bottom of the fabric by hog rings spaced at 24-inch intervals and to terminal posts by brace bands. E. Posts: Set posts plumb in concrete encasement at not more than 10-foot centers in the line of the fence with the tops properly aligned. Extend concrete encasement for line posts a minimum of three feet below finish grade with a minimum diameter of ten inches. Extend concrete encasement for terminal, corner and gate posts 40 inches below finished grade, except gate posts for leaves greater than 6 feet, for which extend the encasement 54 inches below grade. Provide the minimum diameter of encasement for terminal, corner and gateposts to be sufficient to provide not less than four inches between any part of the post and the face of the concrete and in no case provide the diameter to be less than 12 inches. Set line posts 32 inches into the concrete and set all other posts 36 inches, except gate posts for leaves greater than 6 feet wide, which are to be set 48 inches into the concrete. Slope the top exposed surface of the concrete to shed water and provide a neat appearance. 1. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment and hold posts in position during placement and finishing operations. a. Unless otherwise indicated, extend the concrete footing 2 inches above grade and trowel to a crown to shed water. 2. Where aluminum is in contact with concrete, coat the aluminum. Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 6 of 8 11E F. Fabric Ties: Space fabric ties approximately 14 inches apart on the line posts and 24 inches apart on the rails. (For clips used with C-section posts, use galvanized 11-gauge steel wire.) G. Fabric: Leave approximately 2 inches between finished grade and the bottom selvage, unless otherwise indicated. Pull the fabric taut and tie to posts, rails, and tension wires. Install the fabric on the security side of the fence, and anchor the fabric to the framework so that the fabric remains in tension after the pulling force is released. H. Fasteners: Install nuts for tensions bands and hardware bolts on the side of the fence opposite the fabric side. Peen ends of bolts or score threads to prevent nut removal. END OF SECTION Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 7 of 8 1 1 E NO TEXT FOR THIS PAGE Section 323113 COLLIER COUNTY CHAIN LINK FENCING AND GATES TECHNICAL SPECIFICATIONS Page 8 of 8 1 1 E SECTION 329200 RESTORATION BY SODDING OR SEEDING PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. The work in this section consists of furnishing all labor, material and equipment to restore all areas disturbed during construction to match preconstruction conditions. Establish a stand of grass within the areas disturbed by furnishing and placing grass sod where required, or by seeding and mulching areas not requiring sod. 1.2 REFERENCE DOCUMENTS A. Use materials conforming to the requirements of Florida Department of Transportation Standard Specifications for Road and Bridge Construction as follows: 1. Section 570— Grassing (by Seeding) 2. Section 575 — Sodding 3. Section 981 — Grassing and Sodding Materials 4. Section 982— Commercial Fertilizer 5. Section 983 —Water for Grassing 1.3 SUBMITTALS A. Submit certifications and identification labels for all sodding supplied in accordance with General Conditions. PART 2 PRODUCTS 2.1 SODDING A. Types: Sod may be of either St. Augustine or Argentine Bahia grass or as that disturbed, as established prior to construction. Use well matted sod with roots. When replacing sod in areas that are already sodded, use sod of the same type as the existing sod. Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E B. Provide sod as required in accordance with Florida Department of Transportation Specifications 575 and 981. Furnish sod equal to and similar in type as that disturbed. Place and water in accordance with FDOT Specifications Section 575. C. Use sod in commercial-size rectangles, preferably 12-inch by 24-inch or larger, except where 6-inch strip sodding is called for. D. Use sod that is sufficiently thick to secure a dense stand of live grass. Use sod that is live, fresh and uninjured at the time of planting, having a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. It shall be reasonably free of weeds and other grasses. Plant sod as soon as possible after being dug, and shade and keep moist from the time it is dug until it is planted. E. Handle sod in a manner to prevent breaking or other damage. Do not handle by dumping from trucks or other vehicles. Use care at all times to retain the native soil on the roots of each sod roll during stripping and handling. Sod that has been damaged by handling during delivery, storage or installation will be rejected. F. Swales: Place sod to the proper grade and cross section in all flow areas to ensure the design flow of water in the ditch. In excavating for the placement of sod, provide a minimum of 3 inches of undercut. 2.2 FERTILIZER A. Supply chemical fertilizer in suitable bags with the net weight certification of the shipment. Fertilizer shall be 12-8-8 and comply with Section 982 of the FDOT Standard Specification for Road and Bridge Construction. B. The numerical designations for fertilizer indicate the minimum percentages (respectively) of (1) total nitrogen, (2) available phosphoric acid and (3) water soluble potash, contained in the fertilizer. C. The chemical designation of the fertilizer shall be 12-8-8, with at least 50 percent of the nitrogen from a nonwater-soluble organic source. The nitrogen source may be a unreaformaldehyde source provided it is not derived from a waste product of the plastic industry. 2.3 EQUIPMENT A. Spread fertilizer uniformly at the specified rate. 2.4 NETTING A. See County Approved Product List, Appendix F. Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 2 of 6 11E 2.5 SEEDING A. Seed all unpaved areas disturbed during construction that do not require sod. Complete all seeding in conformance with FDOT Specifications Sections 570 and 981. Mulch and fertilize the grassed areas shall be mulched and fertilized in accordance with FDOT Specifications. B. Provide mulch material free of weeds. Mulch shall be oat straw or rye, Pangola, peanut, Coastal Bermuda, or Bahia grass hay. C. All seeds must have been tested within 6 months of planting. Submit a seed bag tag with final payment requests from each type or mixture of seed used. 2.6 TOPSOIL A. Topsoil stockpiled during excavation may be used. If additional topsoil is required to replace topsoil removed during construction, it shall be obtained off site at no additional cost to the COUNTY. Topsoil shall be fertile, natural surface soil, capable of producing all trees, plants, and grassing specified herein. 2.7 MULCH A. Furnish small grain straw mulch. Apply mulch at a rate of 1.5 tons per acre, corresponding to a depth not less than 1-inch or more than 3-inches according to texture and moisture content of mulch material. Apply asphalt emulsion at a rate of 150 gallons per ton of straw to anchor the straw applied. 2.8 WATER A. It is the CONTRACTOR'S responsibility to supply all water to the site, as required during seeding and sodding operations and through the maintenance period and until the work is accepted. Make whatever arrangements may be necessary to ensure an adequate supply of water to meet the needs for the work. Furnish all necessary hose, equipment, attachments, and accessories for the adequate irrigation of lawns and planted areas as may be required. Water shall be suitable for irrigation and free from ingredients harmful to plant life. 2.9 SOIL IMPROVEMENTS A. Apply lime at the rate of 1 to 1.5 tons per acre. Apply 10-10-10 commercial fertilizer at the rate of 800 pounds per acre and work well into the top inch of topsoil. Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E PART 3 EXECUTION 3.1 SOD BED PREPARATION A. Clear areas to be sodded and/or seeded of all rough grass, weeds, and debris, and bring soil to an even grade. B. Thoroughly till soil to a minimum 4-inch depth. C. Bring area to proper grade, free of sticks, stones, or other foreign matter over 1- inch in diameter or dimension. The surface shall conform to finish grade, less the thickness of sod, free of water-retaining depressions, the soil friable and of uniformly firm texture. 3.2 INSPECTION A. Verify that soil preparation and related preceding work has been completed. B. Do not start work until conditions are satisfactory. 3.3 SOD HANDLING AND INSTALLATION A. During delivery, prior to planting, and during the planting of sod areas, protect the sod panels at all times from excessive drying and unnecessary exposure of the roots to the sun. Stack sod during construction and planting so as not to be damaged by sweating or excessive heat and moisture. B. After completion of soil conditioning as specified above, lay sod panels tightly together so as to make a solid sodded lawn area. On mounds and other slopes, the long dimension of the sod shall be laid perpendicular to the slope. Immediately following sod laying, roll the lawn areas with a lawn roller customarily used for such purposes, and then thoroughly water. C. Place sod at all areas where sod existed prior to construction, on slopes of 3 horizontal to 1 vertical (3:1) or greater, in areas where erosion of soils will occur, and as directed by the ENGINEER. On areas where the sod may slide, due to height and slope, the ENGINEER may direct that the sod be pegged, with pegs driven through the sod blocks into firm earth, at suitable intervals. 3.4 USE OF SOD ON ROADWAY PROJECTS A. In accordance with the FDOT District One Standard Practice, establish permanent green grass at the completion of roadway construction and maintenance work. The following shall apply to all restoration involving State or County roadways: 1. Use sod in lieu of seed and mulch on all roadways with urban (raised curb) typical sections. Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E 2. One inch water per week shall be required for a minimum of four (4) consecutive weeks for the purpose of establishing sod. This can be waived during construction, if and only if there is a minimum of one inch of rain per week on all sod on the project. 3. Placed sod on slopes 1:3 or greater. Stake sod on slopes 1:2 or greater. 4. On all curves with superelevation, place sod from the edge of pavement to the toe of slope on the downhill side(s) for the entire length of the superelevated roadway. On multi-lane divided rural facilities, place sod in the median and on the inside of the curve in the superelevated areas. This does not apply to reverse crowns. 5. Use sod for all projects with less than 10,000 square yards grass area. 6. On tangent sections and on outside of curves, use sod between the edge of pavement and a point 4 feet beyond the shoulder break point. 7. The entire width of sod should not exceed 15 feet from the edge of pavement. 8. Sod is to be used to eliminate narrow seed and mulch areas. Sod areas less than 6 feet in width. 9. Place sod around drainage structures as per the standard Indexes and extend to the edge of pavement. 3.5 SOD MAINTENANCE A. The sod shall produce a dense, well-established growth. Repair and re-sod all eroded or bare spots until project acceptance. Repair to sodding shall be accomplished as in the original work. B. Perform sufficient watering to maintain adequate moisture for optimum development of the seeded and sodded areas, and no less than 1.5 inches of water per week for at least 2 weeks. Thereafter, apply water for a minimum of 60 days as needed until the sod takes root and starts to grow or until final acceptance, whichever is latest. 3.6 GUARANTEE A. Guarantee a live and vigorous stand of permanent grass at the time of acceptance of the work consisting of 80 percent minimum coverage for seeded grass areas with no bare spots greater than 5 square feet. 3.7 CLEANING A. Remove debris and excess materials from the project site. Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E END OF SECTION Section 329200 COLLIER COUNTY RESTORATION BY SODDING AND SEEDING TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 330130.16 TELEVISING AND INSPECTION OF GRAVITY SEWER SYSTEMS PART 1 GENERAL 1.1 DESCRIPTION OF WORK A. Work specified herein: 1. Furnish all labor, tools, test equipment and materials, including any and all permits required to televise, inspect, video tape, still photograph and document the gravity wastewater collection systems. 1.2 QUALITY ASSURANCE A. Utilize services of competent personnel in the field of TV/video inspection of wastewater collection systems. B. Schedule all work with ENGINEER. C. Equipment used shall be in good working order and provide continuous operation during TV/video tape inspection. D. VHS videotapes or DVD recording media shall be of good visual quality capable of slow motion and pausing without significant reduction of visual quality. 1.3 SUBMITTALS A. Submit to the County Manager or designee a list of equipment and materials to be used on the project, including all permits obtained prior to commencing with the Work. B. Submit to the County Manager or designee a copy of all television inspection log sheets and VHS videotapes or DVD recording media completed. PART 2 MATERIALS 2.1 GENERAL A. Equipment used shall be designed for use in gravity wastewater collection systems. CONTRACTOR has the option of a County approved equal device or other material than that which is specified. Submittals are required prior to commencement of work. Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 1 of 6 11E 2.2 TELEVISION CAMERA A. Camera used shall be 360 degree COLOR RVC camera. Camera shall be operative in 100% relative humidity and be specifically designed for the environment. Camera shall have an integral lighting system capable of producing clearly focused, well-defined images of the entire periphery of the pipe. Camera shall have an integral depth measurement device capable of clearly showing the depth of vertical dips. The quality of video picture and definition provided shall be to the satisfaction of the ENGINEER and, if unsatisfactory, equipment shall be removed and replaced with satisfactory equipment. 2.3 MONITOR A. A high resolution TV monitor screen shall be used. Quality of monitor shall be to the satisfaction of the County Manager or designee. 2.4 VIDEO TAPE EQUIPMENT A. Furnish videotape equipment to provide a visual and audio recording of all areas in the pipe. Videotape system at the site shall be capable of rewind, play back, slow motion and stop motion. The videotape shall be 1/2-inch color VHS, with an audio channel for clearly recording the camera locations and operator observations (cracks, leaks, service connections, etc.). The system shall continuously indicate distance, in feet, from manhole to manhole and the manhole-to-manhole run numbers on the video recording. 2.5 WINCHES A. Furnish variable speed powered remote controlled winches for upstream and downstream manhole locations to control two-way movement of the camera. If a self-propelled camera is used, winches are not necessary. 2.6 POWER SUPPLY A. Power supply shall be continuous. If night operations occur, supply all labor, power and lighting equipment for operations, traffic safety, permits, etc. PART 3 EXECUTION 3.1 GENERAL A. All sanitary sewer gravity lines shall be televiewed at the CONTRACTOR's expense; and a videotape of the subject mains provided prior to preliminary acceptance and at the 1-year warranty inspection by Collier County Utilities. Televiewing may only occur after the stabilized subgrade has been installed and satisfactory density tests have been submitted to Collier County Utilities. The sewer video inspection shall include rotating the camera lens to inspect the interior of each sewer lateral. Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 2 of 6 1 1 E B. Demonstrate the ability of the TV/video equipment (camera/light/video tape/audio/ photograph system) to the satisfaction of the County Manager or designee. Distance meter shall be furnished on the video tape recording. Meter shall be checked using distances between manholes. Meter distances and actual distances shall be consistent. Depth measurement device shall be visible in the video recording during movement of the camera in the pipe. 3.2 TELEVISING/INSPECTION A. Inspection shall be done one manhole section at a time. Stop flow into the section being inspected prior to video inspection, unless otherwise approved in writing by the County Manager or designee. B. Locate video vehicle on upstream side of manhole. Video tape in the downstream direction such that camera movement is with the flow. C. Insert the camera in the upstream manhole after flow restrictions required have been accomplished. Flow into the system being inspected shall be stopped, with the exception of service laterals into the system being inspected. Move camera through the pipe lines at a moderate speed not exceeding 30 feet per minute. Stop camera at locations where one or more of the following conditions is observed: 1. Infiltration/inflow sources. 2. Service Laterals. 3. Structural defects including broken pipe; collapsed or collapsing pipe, cracks, deterioration, punctures, etc. 4. Abnormal joint conditions such as misalignments, open joints and joints not sealed. 5. Unusual conditions such as root intrusion, protruding pipes, in-line pipe size changes, mineral deposits, grease and obstructions. D. Stop camera long enough for a thorough visual inspection of the conditions. All such conditions as specified above shall be audio recorded on videotape and the inspection log sheet. Move the camera and rotate to obtain optimum view of the conditions. If requested by the County Manager or designee, view problem areas in the opposite direction by pulling the TV camera from the opposite direction at no additional cost to the COUNTY. E. While the camera is stopped at each service connection, rotate the camera so as to be able to view the service connection for a length of time that enables a good visual inspection of the service connection for damage and infiltration. Be responsible for measurements such as service lateral locations, if used for subsequent rehabilitation work. Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 3 of 6 1 1 E F. When, during the inspection operation, the television camera will not pass through the entire manhole-to-manhole section, set up equipment so that the inspection can be performed from the opposite manhole at no additional cost to the COUNTY. G. Prior to the end of the one-year warranty period, all manholes will be televised and inspected. The complete interior of each manhole shall be inspected and video recorded after interior coating has been completed. Manhole identification number shall be displayed on the video recording, and the recording shall accompany the submittal of the gravity lines inspection. Any deficiencies shall be corrected prior to acceptance by the County. 3.3 DOCUMENTATION A. Furnish a detailed report and videotapes of the system inspected. The minimum information supplied shall be the following: 1. Name and address of CONTRACTOR and the ENGINEER. 2. Name of OWNER, system(s) inspected, and OWNER's representative involved. 3. Log reports: a. Log sheet for each section of pipe b. Separate line for each deficiency and location c. Corresponding videotapes and location of each section of pipe and deficiencies on tape. 4. Video tapes shall be labeled with the following information: a. System that is video taped (street name and manhole to manhole numbers) and log report number corresponding to video tape b. Date video was taped c. CONTRACTOR's name and representative d. OWNER's name B. All tapes shall be rendered unable to be taped over after they are completed. Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 4 of 6 1 1 E 3.4 MAINTENANCE OF TRAFFIC A. Be responsible for all maintenance of traffic around work site. CONTRACTOR shall maintain traffic in accordance to all federal, state and local regulations. At no additional cost to the COUNTY, submit a Maintenance of Traffic Plan, for review and approval by Collier County DOT as necessary, prior to commencing work. Obtain all necessary permits prior to commencing work, at no additional cost to the COUNTY. B. MOT shall also include construction and maintenance of any necessary detour facilities, furnishings, installing and maintaining of traffic control and safety devices during construction, control of dust, and any other special requirements for safe and expeditious movement of traffic around or through the work site. C. Be responsible for coordination with all affected agencies when roadways will be closed or traffic will be detoured. No detours or roadway closings shall be permitted unless specifically approved in writing by the County Manager or designee or ENGINEER. END OF SECTION Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 330130.16 COLLIER COUNTY TELEVISING AND INSPECTION OF TECHNICAL SPECIFICATIONS GRAVITY SEWER SYSTEMS Page 6 of 6 1 1 E SECTION 330201 ROADWAY CROSSINGS BY OPEN CUT PART 1 GENERAL 1.1 SCOPE OF WORK Provide all labor, materials, equipment, supervision and incidentals required to install the pipeline as shown on the Drawings in Collier County Streets by method of open cut. Note: Open cutting of existing pavement will generally not be allowed, but may be considered under one or more of the following conditions: 1. Subsurface obstructions including rock; 2. Extreme high water table; 3. Limited space for jack and bore pits; 4. Condition of roadway surface - including imminent resurfacing and rebuilding, provided inspection and approval beforehand is made by the affected Transportation Department; or 5. Extreme economic hardship is proven with adequate supportive data. 1.2 SUBMITTAL A. Submit shop drawings to the ENGINEER for review. B. Before starting work, submit to the Collier County Department of Transportation, with copy to the ENGINEER, a detailed schedule of his operations a minimum of fourteen (14) days prior to beginning work for approval. This shall include, but not be limited to, type and extent of temporary paving, and drawings and lists describing materials and traffic control methods to be used. Approval shall not relieve the CONTRACTOR of his obligation to provide a safe and proper crossing. C. If a detour is required, submit a traffic control plan for approval to Collier County and/or the Florida Department of Transportation. D. Submit a plan for maintenance of traffic in accordance with Index 600 through 650 of the Florida Department of Transportation Specifications. Section 330201 COLLIER COUNTY ROADWAY CROSSINGS BY OPEN CUT TECHNICAL SPECIFICATIONS Page 1 of 4 11E PART 2 PRODUCTS 2.1 MATERIALS A. Use materials specified in other applicable portions of this Specification. PART 3 EXECUTION 3.1 GENERAL A. Trench dimensions for open cutting of road crossings are shown on the Standard Details. B. Where possible, limit the completion of the open-cut road crossing to a 24-hour period. Perform all work in accordance with the approved traffic control plan. C. Notify Collier County DOT forty-eight (48) hours in advance of starting construction. 3.2 INSTALLATION A. Temporary Roadways 1. For temporary roadways required for traffic relocation use materials meeting the requirements of the FDOT. Use temporary roadways when crossing a state highway right-of-way or at the direction of the ENGINEER. 2. Maintain temporary roadways in good condition throughout their use. 3. Maintain drainage through all existing ditches by the use of culvert pipe as necessary. 4. Submit drawings indicating the type and location of temporary roadways for approval prior to beginning work. 5. Provide all necessary barricades and signs where detours are permitted as required to divert the flow of traffic. Notify Collier County DOT and ENGINEER in advance of planned detours. While traffic is detoured, expedite construction operations to minimize the period of detour. 6. Perform and complete all work at the roadway crossing in a manner fully satisfactory to Collier County DOT. B. Maintenance of Traffic 1. The requirements specified herein are in addition to the plan for Maintenance of Traffic as specified in Section 015526. Section 330201 COLLIER COUNTY ROADWAY CROSSINGS BY OPEN CUT TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E 2. Furnish during construction and any subsequent maintenance within State secondary road right-of-ways and Collier County streets, proper signs, signal lights, flagmen, and other warning devices for the protection of traffic all in conformance with the latest Manual on Uniform Traffic Control and Safe Streets and Highways, and the Florida Manual of Traffic Control and Safe Practices for Street and Hiohwav Construction, Maintenance and Utility Operations. Information as to the above may be obtained from FDOT Division engineers. The ENGINEER, County Engineer, or FDOT Manager of the right-of-way of their representatives reserves the right to stop any work for non-compliance. 3. Take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. Be fully responsible for damage or injuries whether or not police protection has been provided. 4. Unless permission to close a County street is received in writing from the proper authority, place all excavated material so that vehicular and pedestrian traffic may be maintained at all times. Repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the ENGINEER if the CONTRACTOR's operations cause traffic hazards. 5. Be fully responsible for the installation of adequate safety precautions, for maintenance of the channelization devices, and for the protection of the traveling public. 6. Maintain at all open cut crossings, a minimum of one-way traffic during the daylight hours, and two-way traffic at night. C. Installation of Pipeline 1. Meet the requirements of the applicable portions of this specification for pavement removal, sheeting, shoring and bracing, excavation and backfill, and dewatering. 2. Install the pipe in accordance with Division 2 of these Specifications. 3. Backfill the trench in accordance with the requirements of Section 312323. 4. Replace pavement in accordance with the requirements of Section 320117. END OF SECTION Section 330201 COLLIER COUNTY ROADWAY CROSSINGS BY OPEN CUT TECHNICAL SPECIFICATIONS Page 3 of 4 1 1 E NO TEXT FOR THIS PAGE Section 330201 COLLIER COUNTY ROADWAY CROSSINGS BY OPEN CUT TECHNICAL SPECIFICATIONS Page 4 of 4 1 SECTION 330502 HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required to install High Density Polyethylene (HDPE) pressure pipe, fittings, and appurtenances as shown on the Drawings and specified in the Contract Documents. B. High Density Polyethylene (HDPE) — Collier County Utilities has the option of approving the use of HDPE for pipeline crossings of roadways, ditches, canals, and environmentally sensitive lands. HDPE mains shall have the same equivalent internal diameter and equivalent pressure class rating as the corresponding PVC pipe, unless otherwise approved by the County Manager or designee. For all roadway crossings requiring casing pipe, a steel or DR 11 HDPE casing pipe must be provided. The Department of Transportation having jurisdiction of said road and right-of-way must grant specific approval. 1.2 REFERENCED STANDARDS A. All standard specifications, i.e., Federal, ANSI, ASTM, etc., made a portion of these Specifications by reference, shall be the latest edition and revision thereof. 1.3 QUALIFICATIONS A. Furnish all HDPE pipe, fittings, and appurtenances by a single manufacturer who is fully experienced, reputable and qualified in the manufacture of the items to be furnished. 1.4 SUBMITTALS A. Submit to the ENGINEER, a list of materials to be furnished, the names of the suppliers, and the appropriate shop drawings for all HDPE pipe and fittings. B. Submit the pipe manufacturer's certification of compliance with the applicable sections of the Specifications. C. Submit shop drawings showing installation method and the proposed method and specialized equipment to be used. Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 1 of 8 1 1 E 1.5 INSPECTIONS AND TESTS A. All work shall be inspected by the County Manager or designee who shall have the authority to halt construction if, in his opinion, these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated, the County Manager or designee, may order further construction to cease until all deficiencies are corrected. 1.6 WARRANTY AND ACCEPTANCE A. Warrant all work to be free from defects in workmanship and materials for a period of one year from the date of completion of all construction. If work meets these specifications, a letter of acceptance, subject to the one year warranty period, shall be given at the time of completion. A final acceptance letter shall be given upon final inspection at the end of the one year warranty period, provided the work still complies with these specifications. In the event deficiencies are discovered during the warranty period, the CONTRACTOR shall correct them without additional charge to the COUNTY before final acceptance. During the warranty period, the ENGINEER will determine if warranty repairs or replacement work shall be performed by the CONTRACTOR. The decision of the ENGINEER shall be binding upon the CONTRACTOR. B. Installer Certification for The CONTRACTOR installing thermal butt fused HDPE pipe. PART 2 PRODUCTS 2.1 POLYETHYLENE PIPE AND FITTINGS A. Provide polyethylene pressure pipe manufactured from PE3408 polyethylene meeting AWWA C906 standards. When specified by the ENGINEER on the construction drawings, as an alternate to PVC, HDPE (ductile iron pipe sized) piping can be used for buried applications. Iron pipe sized (IPS) HDPE piping can be used for below-ground applications as determined by the ENGINEER. B. The diameter of DR 11 HDPE casing pipe provided for roadway crossings or other purposes shall conform to the following. For HDPE pressure carrier pipes, casing spacers are not required when HDPE DR11 (or DR17 for 42" to 54" or DR21 for 63") casing is used. The casing inside diameter shall be a minimum of two inches larger than the carrier pipe's outside diameter. C. HDPE to HDPE pipe connections shall be by thermal butt fusion. Thermal fusion shall be accomplished in accordance with the pipe manufacturer and fusion equipment supplier specifications. The CONTRACTOR installing thermal butt Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 2 of 8 1 1 E fused HDPE pipe shall be certified in this type of work and have a minimum of five years experience performing this type of work. The CONTRACTOR shall provide certification to the Engineer of Record, who will provide the Engineering Review Services Department with the certification. D. Qualification of Manufacturer: The Manufacturer shall have manufacturing and quality control facilities capable of producing and assuring the quality of the pipe and fittings required by these specifications. The Manufacturer's production facilities shall be open for inspection by the County Manager or designee. Qualified manufacturers shall be approved by the County Manager or designee. E. See the County Approved Product List, Appendix F, for manufacturers that are qualified. Products from other manufacturers proposed for the work must receive approval from the County Manager or designee prior to ordering. F. Materials: Materials used for the manufacture of polyethylene pipe and fittings shall be PE3408 high density polyethylene meeting cell classification 345434C or 345434E per ASTM D3350; and meeting Type III, Class B or Class C, Category 5, Grade P34 per ASTM D1248; and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, Recommended Hydrostatic Strengths and Design Stresses for Thermoplastic Pipe and Fittings Compounds, with a standard grade rating of 1600 psi at 73°F. The Manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. G. Polyethylene Pipe: Polyethylene pipe shall be manufactured in accordance with ASTM F714, Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter or ASTM D3035, Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter and shall be so marked. Each production lot of pipe shall be tested for (from material or pipe) melt index, density, % carbon, (from pipe) dimensions and either quick burst or ring tensile strength (equipment permitting). H. Color Identification: HDPE must have at least three equally spaced horizontal colored marking stripes. Permanent identification of piping service shall be provided by adhering to the following colors. Blue — potable water (Underground HDPE pipe shall be one of the following: a. Solid-wall blue pipe; b. Co-extruded blue external skin; or c. White or black pipe with blue stripes incorporated into, or applied to, the pipe wall. White — raw water Green —wastewater, sewage Pantone Purple — non-potable irrigation, reclaimed or reuse water Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 3 of 8 liE I. Polyethylene Fittings and Custom Fabrications: Polyethylene fittings and custom fabrications shall be molded or fabricated by the pipe manufacturer. Butt fusion outlets shall be made to the same outside diameter, wall thickness, and tolerances as the mating pipe. All fittings and custom fabrications shall be fully rated for the same internal pressure as the mating pipe. Pressure de-rated fabricated fittings are prohibited. J. Molded Fittings: Molded fittings shall be manufactured in accordance with ASTM D3261, Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing, and shall be so marked. Each production lot of molded fittings shall be subjected to the tests required under ASTM D3261. K. X-Ray Inspection: The Manufacturer shall submit samples from each molded fittings production lot to x-ray inspection for voids, and shall certify that voids were not found. L. Fabricated Fittings: Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock, or molded fittings. Fabricated fittings shall be rated for internal pressure service equivalent to the full service pressure rating of the mating pipe. Directional fittings 16" IPS and larger such as elbows, tees, crosses, etc., shall have a plain end inlet for butt fusion and flanged directional outlets. Part drawings shall be submitted for the approval of the ENGINEER. M. Polyethylene Flange Adapters: Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves to provide gasketless sealing, or to restrain the gasket against blow-out. N. Back-up Rings and Flange Bolts: Flange adapters shall be fitted with lap joint flanges pressure rated equal to or greater than the mating pipe. The lap joint flange bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 2 or higher. 2.2 MANUFACTURER'S QUALITY CONTROL A. The pipe and fitting manufacturer shall have an established quality control program responsible for inspecting incoming and outgoing materials. Incoming polyethylene materials shall be inspected for density, melt flow rate, and contamination. The cell classification properties of the material shall be certified by the supplier, and verified by Manufacturer's Quality Control. Incoming materials shall be approved by Quality Control before processing into finished goods. Outgoing materials shall be checked for: Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 4 of 8 1 1 E 1. Outside diameter, wall thickness, and eccentricity as per ASTM D2122 at a frequency of at least once/hour or once/coil, whichever is less frequent. 2. Out of Roundness at frequency of at least once/hour or once/coil, whichever is less frequent. 3. Straightness, inside and outside surface finish, markings and end cuts shall be visually inspected as per ASTM F714 on every length of pipe. B. Quality Control shall verify production checks and test for: 1. Density as per ASTM D1505 at a frequency of at least once per extrusion lot. 2. Melt Index as per ASTM D1238 at a frequency of at least once per extrusion lot. 3. Carbon content as per ASTM D1603 at a frequency of at least once per day per extrusion line. 4. Quick burst pressure (sizes thru 4-inch) as per ASTM D1599 at a frequency of at least once per day per line. 5. Ring Tensile Strength (sizes above 4-inch equipment permitting) as per ASTM D2290 at a frequency of at least once per day per line. 6. ESCR (size permitting) as per ASTM F1248 at a frequency of at least once per extrusion lot. C. X-ray inspection shall be used to inspect molded fittings for voids, and knit line strength shall be tested. All fabricated fittings shall be inspected for joint quality and alignment. 2.3 COMPLIANCE TESTS A. In case of conflict with Manufacturer's certifications, the CONTRACTOR, ENGINEER, or County Manager or designee may request re-testing by the manufacturer or have re-tests performed by an outside testing service. All re- testing shall be at the requestor's expense, and shall be performed in accordance with the Specifications. B. Installation shall be in accordance with Manufacturer's recommendations and this specification. All necessary precautions shall be taken to ensure a safe working environment in accordance with the applicable codes and standards. Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 5 of 8 1 1 E PART 3 EXECUTION 3.1 INSTALLATION OF HIGH DENSITY POLYETHYLENE PRESSURE PIPE AND FITTINGS A. Install all high density polyethylene (HDPE) pressure pipe by direct bury, directional bore, or a method approved by the COUNTY or ENGINEER prior to construction. If directional bore is used, or if directed by the County Manager or designee or ENGINEER, surround the entire area of construction by silt barriers. Install all high density polyethylene pressure pipe and fittings in accordance with Manufacturer's recommendations, and this specification. Take all necessary precautions to ensure a safe working environment in accordance with the applicable codes and standards. 3.2 HEAT FUSION JOINING A. Make joints between plain end pipes and fittings by butt fusion, and joints between the main and saddle branch fittings by using saddle fusion using only procedures that are recommended by the pipe and fitting Manufacturer. Ensure that persons making heat fusion joints have received training and certification for heat fusion in the Manufacturer's recommended procedure. Maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. External and internal beads shall not be removed. 3.3 MECHANICAL JOINING A. Polyethylene pipe and fittings may be joined together or to other materials by means of flanged connections (flange adapters and back-up rings) or mechanical couplings designed for joining polyethylene pipe or for joining polyethylene pipe to another material. A stainless steel sleeve insert shall be used with a mechanical coupling. Mechanical couplings shall be fully pressure rated and fully thrust restrained such that when installed in accordance with manufacturer's recommendations, a longitudinal load applied to the mechanical cooling will cause the pipe to yield before the mechanical coupling disjoins. Do not use external joint restraints in lieu of fully restrained mechanical couplings. 3.4 BRANCH CONNECTIONS A. Make branch connections to the main with saddle fittings or tees. Saddle fuse polyethylene saddle fittings to the main pipe. 3.5 EXCAVATION A. Excavate trenches in conformance to this specification, the plans and drawings, or as authorized in writing by the County Manager or designee, and in accordance Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 6 of 8 1 1 E with all applicable codes. Remove excess groundwater. Where necessary, shore or reinforce trench walls. 3.6 LARGE DIAMETER FABRICATED FITTINGS A. Butt fuse fabricated directional fittings 16" IPS and larger to the end of a pipe. Make up the flanged directional outlet connections in the trench. 3.7 MECHANCIAL JOINT AND FLANGE INSTALLATION A. Install mechanical joints and flange connections in accordance with the Manufacturer's recommended procedure. Center and align flange faces to each other before assembling and tightening bolts. Do not use the flange bolts to draw the flanges into alignment. Lubricate bolt threads, and fit flat washers under the flange nuts. Tighten bolts evenly according to the tightening pattern and torque step recommendations of the Manufacturer. At least one hour after initial assembly, re-tighten flange connections following the tightening pattern and torque step recommendations of the Manufacturer. The final tightening torque shall be 100 ft-lbs or less as recommended by the Manufacturer. 3.8 FOUNDATION AND BEDDING A. Lay pipe on grade and on a stable foundation. Remove unstable or mucky trench bottom soils, and install a 6-inch foundation or bedding of compacted Class I material to pipe bottom grade. Remove excess groundwater from the trench before laying the foundation or bedding and the pipe. A trench cut in rock or stony soil shall be excavated to 6 inches below pipe bottom grade, and brought back to grade with compacted Class I bedding. Remove all ledge rock, boulders, and large stones. 3.9 PIPE HANDLING A. When lifting with slings, use only wide fabric choker slings to lift, move, or lower pipe and fittings. Do not use wire rope or chain. Slings shall be of sufficient capacity for the load, and shall be inspected before use. Do not use worn or defective equipment. 3.10 TESTING A. Hydrostatic Pressure Testing: Pressure test and flush HDPE pipes after swabbing in accordance with Section 022501 and 025400. END OF SECTION Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 7 of 8 1 1 E NO TEXT FOR THIS PAGE Section 330502 COLLIER COUNTY HIGH DENSITY POLYETHYLENE TECHNICAL SPECIFICATIONS (HDPE) PIPE AND FITTINGS Page 8 of 8 1 1 E SECTION 330503 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for providing buried PVC pipe, fittings and appurtenances. 1. Provide PVC pipe and fittings complete with all necessary jointing facilities and materials, specials, adapters and other appurtenances required for installation in and completion of the pipelines to be constructed. 2. Provide plain end or rubber gaskets (push-on or mechanical joint) of the types, sizes and classes shown or specified. B. Related Work Specified In Other Sections Includes: 1. Section 022501 — Leakage Tests 2. Section 025400 — Disinfection 3. Section 330504 — Ductile Iron Pipe and Fittings 4. Section 330518 — Laying and Jointing Buried Pipelines 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM D3034- Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings 2. ASTM F679 - Polyvinyl Chloride (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings 3. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe, 4 In. through 12 In., for Water Distribution 4. AWWA C905 - Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters 14 In. through 36 In. 5. AWWA C907 - Polyvinyl Chloride (PVC) Pressure Fittings for Water - 4 In. through 8 In. Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E 6. ASTM D2321 - Underground Installation of Flexible Thermoplastic Sewer Pipe 7. ASTM F477 - Elastomeric Seals (Gaskets) For Joining Plastic Pipe 8. ANSI A21.10 - Ductile-Iron and Gray-Iron Fittings 3 inches through 48 inches, for Water and Other Liquids 9. ANSI A21.11 - Rubber-Gasket Joints for Ductile-Iron and Gray Iron Pressure Pipe and Fittings 10. Uni-Bell B-11 1.3 SYSTEM DESCRIPTION A. Gravity Sewer Pipe - PVC pipe shall be of the integral wall bell and spigot joint type, which meets or exceeds all requirements set forth in ASTM D3034, latest revision. Minimum wall thickness shall conform to ASTM SDR 26. PVC pipes used for gravity sewers shall be green in color. Fittings shall be made of PVC plastic as defined by ASTM SDR 26 1784, latest revision. Flexible gasketed joints shall be compression type conforming to ASTM D3201, latest revision. Elastomeric joint gaskets shall conform to ASTM F477, latest revision. At all conflict crossings using 4"-12" substitute C900 PVC, Class 200, DR 14 and for PVC pipe 14" and larger use C905 PVC, Class 235, DR 18. B. Force Main Pipe — PVC pipe meeting the latest revision of AWWA C900 or AWWA C905 shall be provided. For installation of 4" — 12" pipe, the pressure class shall be 150 with a DR of 18. For installation of 14" — 24" pipe, use pressure class 165, DR 25, meeting or exceeding the requirements of Uni-Bell B-11. PVC pipes used for force mains shall be green in color. Outside diameters shall be equivalent to ductile iron pipe of the same nominal size. Joints between successive lengths of straight PVC pipe shall be compression type using a single elastomeric gasket, per ASTM C-3139 and F477. Fittings for C900 pipe shall be C900 rated PVC. Joint restraint devices shall be provided for horizontal or vertical alignment changes using uni-flange type collars, epoxy coated, with high strength, and low alloy hardware (see County Approved Product List, Appendix F). PVC pipe direct buried beneath roadways, parking lots or parking lot entrances shall meet AWWA Specification C900 or C905, latest revision. All 4" to 12" pipe in such locations shall be a minimum of Class 200, DR 14, and all 14" to 24" pipe shall be a minimum of Class 235, DR 18. Pressure Class 250 ductile iron pipe may be used instead of PVC in these locations if approved by the County Manager or designee. C. Potable, Raw and Non-Potable Irrigation Water Main Pipe - PVC shall conform to AWWA Specification C900 or C905, latest revision. All 6" to 12" pipe shall be a minimum of Class 150, DR 18 and all 14" to 24" pipe shall be a minimum of Class 165, DR 25 and shall meet or exceed Uni-Bell B-11. All potable water pipe shall bear the seal of the National Sanitation Foundation (NSF) for potable water pipe. All pipe shall be marked with the manufacturer's name, nominal size, type of Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E plastic and pressure rating. All PVC pipe used for potable water lines shall be predominately blue in color. Underground PVC pipes used for potable water lines shall be solid-wall blue pipe, will have a co-extruded blue external skin, or will be white or black pipe with blue stripes incorporated into, or applied to, the pipe wall. PVC pipes used for raw water shall be white in color. PVC pipes used for non- potable irrigation, reclaimed or reuse water shall be purple in color. Pipe O.D. shall be equivalent to cast iron pipe of the same nominal size. PVC pipe direct buried beneath roadways, parking lots or parking lot entrances shall meet AWWA Specification C900 or C905, latest revision. All 4" to 12" pipe in such locations shall be a minimum of Class 200, DR 14, and all 14" to 24" pipe shall be a minimum of Class 235, DR 18. Pressure Class 250 ductile iron pipe may be used instead of PVC in these locations if approved by the County Manager or designee. D. Provide pipe of the various sizes and classes as specified in the schedule or shown. Restrain all pressure pipe joints. E. Construct concrete encasements only with written permission from the Water Director. 1.4 SUBMITTALS A. General: Provide all submittals, including the following, as specified in Division 1. B. Submit the following shop drawings: 1. Pipe joints, fittings, sleeves and cleanouts. Where special designs or fittings are required, show the work in large detail and completely describe and dimension all items. 2. Fully dimensioned drawings of piping layouts, including fittings, couplings, sleeves, cleanouts, valves, supports and anchors. Label pipe size, materials, type, and class on drawings and include the limits of each reach of restrained joints. Provide cross sections showing elevations of cleanouts, pipes, fittings, sleeves, and valves. 3. Catalog data for pipe, joints, fittings, sleeves, harnessing and cleanouts. C. Quality Control: Submit certificate of compliance for pipe, fittings, gaskets, coatings, specials, sleeves and cleanouts in accordance with this Section. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all pipe, fittings and appurtenances as specified in Division 1 and Section 330518. Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E PART 2 PRODUCTS 2.1 MATERIALS A. PVC Pipes and Fabricated Fittings: PVC pipe and fabricated fittings shall be made from virgin PVC resin that has been compounded to provide physical and chemical properties that equal or exceed cell class 12454-B as defined in ASTM D1784, and shall qualify for a hydrostatic design basis of 4,000 psi (27.58 MPa) at 73.4°F (23°C) per the requirements of PPI TR-3. B. Fittings for Pressure Pipe: Provide all fittings meeting the requirements of Sections 330504. C. Joints and Fittings for Gravity Sewer Pipe: Provide all fittings meeting the requirements of ASTM D 3034 and ASTM F 679. Provide joints that are a molded integral part of the pipe section. Do not use joints or couplings furnished loose. Provide joints with elastomeric gasket joints. D. Joints for Pressure Pipe: Provide pipe with bell ends in accordance with AWWA C900 and AWWA C905. Provide joints with elastomeric gasket joints. E. Elastomeric Gasket Joints: Provide elastomeric gasket joints in accordance with ASTM F 477. F. Rubber Gasket Joints: Provide mechanical joints meeting the requirements of ANSI A21.11. G. Color: Provide pipe made of 100 percent of the color specified. Provide green sewer or force main pipe. Provide blue potable water pipe. Provide white raw water pipe. Provide purple non-potable irrigation, reclaimed or reuse water pipe. H. Pipe Marking: Provide mark on each pipe at internals of 5 feet or less to designate compliance with applicable ASTM or AVVWA specification. I. Temporary Bulkheads: Provide temporary bulkheads at the ends of sections where adjoining pipelines have not been completed and are not ready to connect. 1. Remove all temporary bulkheads when they are no longer needed. J. Date of Manufacturer: Provide pipe and fitting manufactured no earlier than 12 month period proceeding the date of the Agreement. K. Wall Thickness for Pressure Pipe: 1. 4 through 12 inches diameter — provide AWWA-C900 DR 14, Class 200 for pressure pipe installed under pavement. Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E 2. 14 through 24 inches diameter — provide AWWA-C905 DR 25, PR 165 for pressure pipe installed under pavement. L. Restraining Devices: Joint restraining devices (see County Approved Product List, Appendix F) shall be placed at all bends, tees, plugs, reducers, and other fittings to provide lateral support, and shall conform to the Collier County Standard Details. Concrete thrust blocks shall only be utilized if approved by Collier County Utilities. PART 3 EXECUTION 3.1 INSTALLATION A. Install all buried PVC pipe and fittings in accordance with the manufacturer's recommendations, approved shop drawings, as specified in Division 1, and Section 330518. For horizontal directional drilling of Fusible PVC, see Section 330502 for casing and execution requirements. 3.2 LEAKAGE TESTING A. Cleaning: Flush clean and test all pipes after installation. B. Testing: Test pipes for leaks and repair or tighten as required. C. Procedures: Conduct tests in accordance with Section 022501. 3.3 DISINFECTION A. General: Disinfect all pipelines that are to carry potable water before they are placed in service as specified in Section 025400. 3.4 SCHEDULES A. Refer to the Schedules contained in Section 330518 Laying and Jointing Buried Pipelines for information on the piping that is to be constructed using the pipe materials and methods specified herein. END OF SECTION Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 330503 COLLIER COUNTY POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS TECHNICAL SPECIFICATIONS Page 6 of 6 11E SECTION 330504 DUCTILE IRON PIPE (DIP) AND FITTINGS PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and install ductile iron pipe, fittings and appurtenances as shown on the Drawings and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 330518 - Laying and Jointing Buried Pipe 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards: (Latest Revision) 1. ANSI/AWWA C104/A21.4 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2. ANSI/AWWA C105/A21.5 Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids. 3. ANSI/AWWA C110/A21.10 Ductile-Iron Fittings, 3 in. Through 48 Inches, for Water and Other Liquids. (C110 2-48 inches). 4. ANSI/AWWA C111/A21.11 Rubber Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 5. ANSI/AWWA C115/A21.15 Flanged Ductile-Iron Pipe with Threaded Flanges. 6. ANSI/AWWA C150/A21.50 Thickness Design of Ductile-Iron Pipe. 7. ANSI/AWWA C151/A21.51 Ductile-Iron Pipe, Centrifugally Cast for Water or Other Liquids. 8. ANSI/AWWA C153/A21.53 Ductile-Iron Compact Fittings, 3 inches through 16 inches, for Water and Other Liquids. 9. AWWA C600 Installation of Ductile Iron Water Mains and Their Appurtenances. 10. Collier County Utilities Standards and Procedures Ordinance Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 1 of 10 1 1 E 1.4 CONTRACTOR SUBMITTALS A. Shop Drawings: Submit shop drawings of pipe and fittings in accordance with the requirements in the General Conditions, the requirements of the referenced standards and the following supplemental requirements as applicable: 1. Certified dimensional drawings of all valves, fittings, and appurtenances. 2. In all cases, a line layout to indicate the limits of each reach of restrained joints or of concrete encasement shall be supplied. (NOTE: Obtain COUNTY Water Director's approval of all proposed concrete encasement of ductile iron pipe.) B. Certifications: Furnish a certified affidavit of compliance for all pipe and other products or materials furnished under this Section of the Specifications, which indicates that all tests have been made and that all results comply with the requirements of AWWA C151, including but not necessarily limited to the following: 1. Acceptance Tests. 2. Hydrostatic Tests. 3. Low Temperature Impact Tests. C. Additional Documentation: Upon request, furnish foundry records in the form of written transcripts. D. All expenses incurred for certification, testing, and data submittal shall be borne by the CONTRACTOR or the Supplier. 1.5 QUALITY ASSURANCE A. Inspection: All pipe shall be available for inspection at the place of manufacture prior to shipping in accordance with the provisions of the referenced standards. Notify the ENGINEER in writing not less than 10 calendar days prior to the shipping of the pipe. B. The ENGINEER shall be given access to all areas where manufacturing and testing is performed and shall be permitted to make all inspections necessary to confirm manufacturer compliance with these Specifications. C. Tests: Except as modified herein, all materials used in the manufacture of the pipe shall be tested in accordance with the requirements of the referenced standards as applicable. D. Provide data on material tests at no additional cost to the COUNTY. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 2 of 10 1 1 E E. In addition to those tests specifically required, the ENGINEER may request additional samples of any material including lining and coating samples for testing by the COUNTY. Furnish the additional samples at no additional cost to the COUNTY. 1.6 CORROSION PROTECTION A. If specifically approved by Collier County Utilities for use, provide exterior protection for underground ductile iron pipe and fittings within areas of severe corrosive conditions. This shall be accomplished by the installation of polyethylene encasement through the area of concern. The soil test evaluation to determine the necessity for extra protection in suspect areas shall be those set forth in ANSI Standard A21.5. Additionally, where other existing utilities are known to be cathodically protected, ductile iron pipe crossing said utility shall be protected for a distance of 20 feet to each side. If ductile iron pipe is to be installed parallel to and within 10 feet of cathodically protected pipe, then protection shall be provided for the entire length. Do not install steel pipe in severe corrosion areas. PART 2 PRODUCTS 2.1 GENERAL A. Protective Lining for Water Mains: Cement mortar lined ductile iron pipe shall conform to ANSI/AWWA C151 and C104, subject to the following supplemental requirements. The pipe shall be of the diameter and class shown, shall be furnished complete with rubber gaskets as indicated in the Contract Documents, and all specials and fittings shall be provided as required under the Contract Documents. B. Protective Lining for Force Mains and Sewers: Where lining is shown, specified or required, for the protection of pipelines carrying sewage from corrosive gases, line the pipe using protective ceramic epoxy coating or polyethylene lining (see County Approved Product List, Appendix F) in accordance with the manufacturer's written instructions. For ceramic epoxy lining, abrasive blast clean pipe and fittings to a near white surface to SSPC SP-10 and provide 40 mils minimum of dry film thickness of ceramic epoxy lining. C. Handling and Storage: Handle the pipe by using wide slings, padded cradles, or other devices designed and constructed to prevent damage to the pipe and its lining. The use of equipment or handling, which might injure the pipe and its lining, will not be permitted. Stockpiled pipe shall be suitably supported and shall be secured to prevent accidental rolling. Assure that all other pipe handling equipment and methods is acceptable to the ENGINEER. D. Laying lengths: Maximum pipe laying lengths shall be 20 feet. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 3 of 10 1 1 E E. Finish: The pipe shall have smooth dense interior surfaces and shall be free from fractures, excessive interior surface crazing and roughness, in accordance with ANSI/AWWA C104. F. Closures and Correction Pieces: Provide closures and correction pieces as required so that closures may be made due to different headings in the pipe laying operation and so that correction may be made to adjust the pipe laying to conform to pipe stationing shown on the Drawings or line layouts where applicable. 2.2 PIPE DESIGN CRITERIA A. General: Ductile Iron pipe shall be designed in accordance with the requirements of ANSI/AWWA C150 as applicable and as modified in this Section. B. Pipe Wall Thickness for Internal Pressure: The pipe shall be designed with a net thickness to withstand the design internal pressure in accordance with the hoop stress formula. In addition to the requirements of the Section, the minimum wall thickness shall be in accordance with the minimum thickness wall depicted in table 50.5 of ANSI/AWWA C150. C. Potable, Raw and Non-Potable Irrigation Water Mains: 1. Ductile Iron Pipe shall be a minimum pressure Class 250 and will be accepted in any diameter for use within the water distribution system. 2. All aboveground potable water main pipe shall be painted Federal Safety Blue. All aboveground raw water main pipe shall be painted white. All aboveground non-potable irrigation, reclaimed or reuse water main pipe shall be painted Pantone Purple 522C. The pipe wall thickness shall not be less than that required by a working pressure of 250 psi in laying condition Type 4 "B" with 5-foot cover in conformance with ANSI Standard A21.50. D. Force Mains and Gravity Sewers: 1. Ductile Iron Pipe shall be a minimum pressure Class150 and will be accepted in any diameter for use within the wastewater collection system. 2. Ductile iron pipe for Gravity Sewer applications in not permitted unless the ENGINEER can demonstrate that C900 PVC pipe, Class 150 or 200, cannot be utilized from a structural standpoint. 3. All aboveground force main pipe shall be painted Safety Green. The pipe wall thickness shall not be less than that required by a working pressure of 150 psi. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 4 of 10 1 1 E 2.3 MATERIALS A. Ductile Iron Pipe: Pipe materials shall conform to the requirements of ANSI/AWWA C151. B. Adapters to connect ductile iron pipe or fittings to pipe or fittings of dissimilar materials shall be supplied by the CONTRACTOR in accordance with ASTM specifications and the pipe manufacturer recommendations, and as approved by the ENGINEER. C. Water Mains: 1. All water mains shall contain cement for mortar lining conforming to the requirements of ANSI/AWWA C104. Cement for mortar lining shall be Type II or V. A fly ash or pozzolan shall not be used. 2. All Ductile Iron buried water main pipelines shall have blue stripes applied to the pipe wall. Stripe width shall comply with AWWA standards. The stripes shall be applied by one of the methods described below: a. Pipes striped during manufacturing of the pipe shall have continuous stripes that run parallel to the axis of the pipe located at no greater than 90 degree intervals around the pipe and that will remain intact during and after installation of the pipe. b. Pipes striped during installation shall incorporate blue tape or blue paint. The tape or paint shall be applied in a continuous line that runs parallel to the axis of the pipe and that is located along the top of the pipe. 3. All pipe with an internal diameter of 24" or greater, tape or paint shall be applied in continuous lines along each side of the pipe as well as along the top of the pipe. D. Force Mains and Gravity Sewer: 1. All Ductile iron pipe used within the wastewater system shall be lined with polyethylene in accordance with ASTM D1248. Pipe and fittings shall be lined as specified herein. Each piece of pipe shall bear a marking denoting the class to which it belongs. 2.4 SPECIALS AND FITTINGS A. Fittings for Potable, Raw, Non-Potable Irrigation, Reclaimed and Reuse Water Systems: 1. Fittings for ductile iron pipe shall conform to the requirements of ANSI/AWWA C153/A21.53 or ANSI/AWWA C110/A21.10 for diameters 3 Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 5 of 10 1 1 E inches through 48 inches and shall have a minimum pressure rating of 350 psi for pipe sizes 6 inches through 24 inches and 250 psi for sizes larger than 24 inches. Ductile iron fittings shall be double cement lined, seal coated and outside coated with an asphaltic material in accordance with AWWA C104 as specified. B. Fittings for Wastewater System: 1. Fittings in direct contact with wastewater 8 inches in diameter and smaller, shall be interior coated with a 12 mil thickness of coal tar epoxy coating. Pipe and fittings, for force mains 10 inches in diameter and larger, shall be interior coated with either a 20 mil to 40 mil thickness polyethylene as specified above or a 12 mil thickness of coal tar epoxy coating in conformance with ASTM 1248. Pipe and fittings shall have an outside asphaltic coating as specified in AWWA Standard C151. Each piece of pipe shall bear a marking denoting the class to which it belongs. 2.5 DESIGN OF PIPE A. General: The pipe furnished shall be ductile iron pipe, lined as specified, with rubber gasketed joints. B. The pipe shall be designed, manufactured, tested, inspected, and marked according to applicable requirements previously stated and except as hereinafter modified, shall conform to ANSI/AWWA C150 and ANSI/AWWA C151. C. Pipe Dimensions: The pipe shall be of the diameter and class shown. The minimum wall thickness for each pipe size shall be as specified herein or shown on the Drawings. D. Fitting Dimensions: The fittings shall be of the diameter shown and class specified. E. Joint Design: Ductile Iron pipe and fittings shall be furnished with mechanical joints, push-on joints and flanged joints as follows: 1. For buried pipe applications, unless otherwise indicated, mechanical and push-on joints shall conform to ANSI/AWWA C111/A21.11, with the minimum pressure rating of 350 psi. 2. For above-ground or buried vault applications, unless otherwise indicated, flanged joints shall conform to ANSI/AWWA C115/A21.15, with the minimum pressure rating of 250 psi. All above-ground fittings shall be painted blue. 3. Use manufactured, labeled gasket lubricant for push on joints with trade name and pipe manufacturer name, other lubricants are prohibited. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 6 of 10 1 1 E 4. Nuts and bolts for flanged joints shall be 304 stainless, as specified by the COUNTY, and conform to ANSI/AWWA C111. F. Restraining Devices: Joint restraining devices (see County Approved Product List, Appendix F) shall be placed at all bends, tees, plugs, reducers, and other fittings to provide lateral support, and shall conform to the Collier County Standard Details. Concrete thrust blocks shall only be utilized if approved by Collier County Utilities. G. For bell-and-spigot ends with rubber gaskets, the clearance between the bells and spigots shall be such that when combined with the gasket groove configuration and the gasket itself will provide watertight joints under all operating conditions when properly installed. Require the pipe manufacturer to submit details complete with significant dimensions and tolerances and also to submit performance data indicating that the proposed joint has performed satisfactorily under similar conditions. In the absence of a history of field performance, the results of a test program shall be submitted. H. Gaskets shall be a Buna N, Neoprene, or a Nitryl-based rubber product. Gaskets shall have clean tips unless otherwise specified. Elastomeric gaskets conforming to ASTM F-477 shall also be acceptable. I. Shop-applied interior linings and exterior coatings shall be applied evenly to the nominal thickness specified. Holiday free cement is not possible to manufacture. Exterior coatings: asphalt coating for buried pipe or primed pipe cannot be furnished holiday free. 2.6 CEMENT-MORTAR LINING A. Cement-Mortar Lining For Shop Application: Except as otherwise provided herein, interior surfaces of all ductile iron pipe shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with ANSI/AWWA C104. Ductile-Iron pipefittings need not have the cement-mortar lining applied centrifugally. The lining machines shall be of a type that has been used successfully for similar work. Every precaution shall be taken to prevent damage to the lining. If lining is damaged or found faulty at delivery site, the damaged or unsatisfactory portions shall be repaired in the filed in accordance with ANSI/AWWA C104. B. The nominal wet lining thickness shall be as follows: Nominal Factory Nominal Replacement Nominal Pipe Applied Lining Lining Diameter (in.) Thickness (in.) Thickness (in.) 3-12 1/8 1/8 14-24 3/16 3/16 30-64 1/4 1/4 Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 7 of 10 1 1 E C. Protection of Pipe Lining/Interior: All shop-applied cement mortar lining shall be given a seal coat of asphaltic material in conformance with ANSI/AWWA C104. 2.7 EXTERIOR COATING OF PIPE A. Exterior Coating of Buried Piping: The exterior coating shall be an asphaltic coating approximately 1 mil thick, conforming to ANSI/AWWA C151. 2.8 CORROSION PROTECTION A. If specifically approved by Collier County Utilities for use, exterior protection shall be provided for underground ductile iron pipe and fittings within areas of severe corrosive conditions. This shall be accomplished by the installation of polyethylene encasement through the area of concern. The soil test evaluation to determine the necessity for extra protection in suspect areas shall be those set forth in ANSI Standard A21.5. Additionally, where other existing utilities are known to be cathodically protected, ductile iron pipe crossing said utility shall be protected for a distance of 20 feet to each side. If ductile iron pipe is to be installed parallel to and within 10 feet of cathodically protected pipe, then protection shall be provided for the entire length. Steel pipe shall not be installed in severe corrosion areas. PART 3 EXECUTION 3.1 INSTALLATION OF PIPE A. Handling and Storage: Carefully handle and protect all pipe, fittings, etc., against damage, impact shocks, and free fall and in accordance with ANSI/AWWA C600. Do not place pipe directly on rough rocky ground, but in such instances support the pipe in a manner that will protect the pipe against injury whenever stored at such trench site or elsewhere. Do not install any pipe where the lining or coating show defects that may be harmful as determined by the ENGINEER. Repair such damaged lining or coating, or furnish and install a new undamaged pipe. B. Repair or replace all pipe damaged prior to Substantial Completion or during warrantee period. C. Inspect each pipe and fitting prior to installation to insure that no damaged portions of pipe are installed. D. Before placement of pipe in the trench, thoroughly clean each pipe or fitting of any foreign substance that may have collected therein, and keep the pipe clean at all times thereafter. For this purpose, close the openings of all pipes and fittings in the trench during any interruption to the work. E. Pipe Laying: Install the pipe in accordance with ANSI/AWWA C600. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 8 of 10 1 1 E F. Lay pipe directly on the bedding material. Refer to the Utilities Standards and Procedures Ordinance Section 9.1.2 for laying and backfilling requirements. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Make excavations as needed to facilitate removal of handling devices after the pipe is laid. Form bell holes at the ends of the pipe to prevent point loading at the bells or couplings. Make excavations as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. G. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Such change may be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed 70 percent of the maximum deflection recommended by the pipe manufacturer. No joint shall be misaligned any amount which will be detrimental to the strength and water tightness of the finished joint. H. Pipe and Specials Protection: Protect the openings of all pipe and specials with suitable bulkheads to prevent unauthorized access by persons, animals, water, or any undesirable substance. At all times, provide means to prevent the pipe from floating. I. Pipe Cleanup: As pipe laying progresses, keep the pipe interior free of all debris. Completely clean the interior of the pipe of all sand, dirt, mortar splatter and any other debris following completion of pipe laying, pointing of joints, and any necessary interior repairs per ANSI/AWWA C600 and C602 prior to testing and disinfecting the completed pipeline. For pipe larger than 12" diameter, utilize a polyurethane foam plug "Poly Pig" to remove all debris from main. 3.2 RUBBER GASKETED JOINTS A. Rubber Gasketed Joints: Immediately before jointing pipe, thoroughly clean the bell end of the pipe, and place a clean rubber gasket in the bell groove. Carefully clean the bell and spigot end of push-on joint pipe, and lubricate with a vegetable-based lubricant or per manufacturer's recommendation. Insert the spigot end of the pipe section into the bell of the previously laid joint and telescope into the proper position. Do not tilt the pipe to insert the spigot into the bell. 3.3 INSTALLATION OF PIPE APPURTENANCES A. Installation of Valves: Handle all valves in a manner to prevent any injury or damage to any part of the valve. Thoroughly clean and prepare all joints prior to installation. Adjust all stem packing and operate each valve prior to installation to insure proper operation. B. Install all valves so that the valve stems are plumb and in the location shown on the Drawings. Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 9 of 10 1 1 E C. Mechanical joints consisting of bell, socket, gland, gasket, bolts, and nuts shall conform to ANSI Standard A21.11. Bolts and nuts shall be high strength, low alloy, Cor-Ten, T-Head Type having hexagonal nuts. Bolts and nuts shall be machined through and nuts shall be tapped at right angles to a smooth bearing surface. Single sealed gasket push-on type joints (see County Approved Product List, Appendix F) shall conform to the requirements of ANSI A21.11. D. Mechanical joint retainer glands may be used to restrain mechanical joint pipe and fittings to the plain end of ductile iron pipe and fittings when used in conjunction with thrust blocks of reduced size. The Utilities ENGINEER must approve thrust block size. Maintain joint flexibility. 3.4 TESTING AND DISINFECTION A. Test completed water or force main pipeline in accordance with Section 022501. Disinfect completed water pipeline in accordance with Section 025400. END OF SECTION Section 330504 COLLIER COUNTY DUCTILE IRON PIPE (DIP)AND FITTINGS TECHNICAL SPECIFICATIONS Page 10 of 10 1 1 E SECTION 330518 LAYING AND JOINTING BURIED PIPELINES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Installation of all underground pipelines. Provide pipeline materials, coatings and linings as specified and pipe of the types, sizes and classes shown or specified. 1. Use proper and suitable tools and appliances for the safe and convenient cutting, handling, and laying of the pipe and fittings. 2. Use suitable fittings where shown and at connections or where grade or alignment changes require offsets greater than those recommended and approved. 3. Lay all underground pipelines not supported on piles or concrete cradle in select fill bedding material. 4. Close off all lines with bulkheads when pipe laying is not in progress. B. Related Work Specified in Other Sections Includes: 1. Section 022501 — Leakage Tests 2. Section 025400 — Disinfection 3. Section 312316— Excavation - Earth and Rock 4. Section 312319 — Groundwater Control for Open Excavation 5. Section 312323 — Backfilling 6. Section 330502 — High Density Polyethylene (HDPE) Pipe and Fittings 7. Section 330503 - Polyvinyl Chloride (PVC) Pipe and Fittings 8. Section 330504 - Ductile Iron Pipe (DIP) and Fittings 1.2 REFERENCES A. Codes and standards referred to in this Section are: Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 1 of 12 1 1 E 1. ASTM D 2774 - Practice for Underground Installation of Thermoplastic Pressure Piping 2. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances 3. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60000 psi Tensile 4. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, C25, 125, 250, 800 5. ASME B16.21 - Nonmetallic Flat Gaskets for Pipe Flanges 6. AWWA C111/A21.11 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings 7. AWWA C115/A21.15 - Flanged Ductile-Iron Pipe With Threaded Flanges 8. Uni-Bell - Handbook of PVC Pipe 9. Collier County - Utilities Standards and Procedures Ordinance 1.3 DELIVERY, STORAGE AND HANDLING A. General: Deliver, store and handle all products and materials as specified in Division 1 and as follows: B. Transportation and Delivery: Take every precaution to prevent injury to the pipe during transportation and delivery to the site. C. Loading and Unloading: Take extreme care in loading and unloading the pipe and fittings. 1. Work slowly with skids or suitable power equipment, and keep pipe under perfect control at all times. 2. Under no condition is the pipe to be dropped, bumped, dragged, pushed, or moved in any way that will cause damage to the pipe or coating. D. Sling: When handling the pipe with a crane, use a suitable sling around the pipe. 1. Under no condition pass the sling through the pipe. Interior of pipe is to be kept free of dirt and foreign matter at all times. 2. Use a nylon canvas type sling or other material designed to prevent damage to the pipe and coating. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 2 of 12 1 1 E 3. When handling reinforced concrete pipe or uncoated steel or ductile iron pipe, steel cables, chain or like slings are acceptable. E. Damaged Piping: If in the process of transportation, handling, or laying, any pipe or fitting is damaged, replace or repair such pipe or pipes. F. Blocking and Stakes: Provide suitable blocking and stakes installed to prevent pipe from rolling. 1. Obtain approval for the type of blocking and stakes, and the method of installation. G. Storage for Gaskets: Store gaskets for pipe joints in a cool place and protect gaskets from light, sunlight, heat, oil, or grease until installed. Store gaskets in a sealed container (such as a vented drum). When long-term storage with exposure to direct sunlight is unavoidable, PVC pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excessive heat accumulation (Uni-Bell PVC Handbook). 1. Do not use any gaskets showing signs of cracking, weathering or other deterioration. 2. Do not use gasket material stored in excess of six months without approval. 1.4 FIELD CONDITIONS A. Repair of Sanitary Sewers and Services: Rebed, in compacted select fill material, sanitary sewers which cross over the new pipe or which cross under the new pipe with less than 12 inches clear vertical separation. Compact the bedding to densities required for new pipeline construction and extend bedding below the sewer to undisturbed earth. Reconstruct sewers damaged by pipeline construction. 1. Furnish and install all materials and do all work necessary for the reconstruction or repairs of sanitary sewers and services. 2. Provide pipe for reconstruction of sanitary sewers and services meeting the appropriate specification requirements. 3. Provide pipe of the same size as the existing sewer or when the same size is not available, use the next larger size of pipe. Obtain approval of joints made between new pipe and existing pipe. PART 2 PRODUCTS A. The materials allowed for buried sewer pipes are PVC, HDPE or Ductile Iron Pipe. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 3 of 12 1 1 E PART 3 EXECUTION 3.1 PREPARATION A. Dry Trench Bottoms: Lay pipe only in dry trenches having a stable bottom. 1. Where groundwater is encountered, make every effort to obtain a dry trench bottom in accordance with Section 312319. 2. Perform trench excavation and backfill in accordance with Sections 312316 and 312323. 3.2 INSTALLATION A. General: Install all piping in accordance with the manufacturer's recommendations and approved shop drawings and as specified in Division 1. Where pipe joint deflections are used, do not exceed 80 percent of the maximum deflection limits shown in AWWA C600. Gravity systems shall contain no joint deflection. 1. Arrange miscellaneous pipelines, which are shown in diagram form on the Plans, clear of other pipelines and equipment. 2. Gravity systems shall not contain vertical dips greater than one and a half inches (1.5"). B. Code Requirements: Provide pipeline installations complying with AWWA C600 for iron pipe, AWWA Manual M11 for steel pipe, ASTM D 2774 for thermoplastic pressure piping, and as modified or supplemented by the Specifications. C. Pipe Laying - General: 1. Thoroughly inspect all pipe for damage and cleanliness. If found to be defective, tag, remove and replace pipe with satisfactory pipe or fittings at no additional charge to COUNTY. 2. Generally, lay all pipe with bells pointing ahead. 3. Carefully place all pipe, pipe fittings, valves and hydrants into trench by means of a derrick, ropes or other suitable tools or equipment in such a manner as to prevent damage and check for alignment and grade. 4. Make adjustments to bring pipe to line and grade by scraping away or filling in select fill material under the body of the pipe. 5. Wedging or blocking up the pipe barrel is not permitted. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 4 of 12 1 1 E 6. Bring the faces of the spigot ends and the bells of pipes into fair contact and firmly and completely shove the pipe home. 7. As the work progresses, clean the interior of pipelines of all dirt and superfluous materials of every description. 8. Keep all lines absolutely clean during construction. 9. Lay pipelines accurately to line and grade. 10. During suspension of work for any reason at any time, a suitable stopper shall be placed in the end of the pipe last laid to prevent mud or other material from entering the pipe. D. Pipe Laying - Trenches: 1. Carefully lay all pipelines in trench excavations piece by piece using suitable tools or equipment on select fill bedding (refer to Utilities Standards and Procedures Ordinance, Section 9.1.2), concrete cradle or other foundations as shown, specified or ordered in writing. Prevent damage to materials, protective coatings and linings. 2. Do not dump or drop pipe or pipe materials into trench. 3. Properly secure the pipe against movement and make the pipe joints in the excavation as required. 4. Carefully grade and compact pipe bedding. 5. Bell Holes: a. Cut out bell holes for each joint as required to permit the joint to be properly made and allow the barrel of the pipe to have full bearing throughout its length. b. Thoroughly tamp bell holes full of select fill material following the making of each joint to provide adequate support to the pipe throughout its entire length. E. Other Foundations: Install pipelines laid on other types of foundations as specified for such other foundations or as ordered in writing. F. Field Cuts of Pipelines: For shorter than standard pipe lengths, make field cuts in a manner producing a cut square and perpendicular to the pipe axis. Remove any sharp, rough edges which otherwise might injure the gasket. G. Procedure for sealing cut ends and repairing field damaged areas of polyethylene lined pipe and fittings is as follows: Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 5 of 12 1 1 E 1. Remove burrs caused by field cutting of ends or handling damage and smooth out edge of polyethylene lining if made rough by field cutting or handling damage. 2. Remove oil or lubricant used during field cutting operations. 3. Areas of loose lining associated with field cutting operation must be removed and exposed metal cleaned by sanding or scraping. For larger areas, remove loose lining and dirt, then roughen bare pipe surface by scratching or gouging with a small chisel to provide an anchor pattern for the epoxy. It is recommended that the polyethylene lining be stripped back by chiseling, cutting, or scraping about 1 inch to 2 inches into well adhered lined area before patching. This ensures that all areas of undercutting have been removed. Be sure to roughen an overlap of 1 inch to 2 inches of polyethylene lining in area to be epoxy coated. This roughening should be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth for good adhesion. 4. With area to be sealed or repaired clean and suitably roughened, apply a thick coat of a two-part coal tar epoxy (see County Approved Product List, Appendix F). The heavy coat of epoxy must be worked into the scratched surface by brushing. Mixing and application procedure for the epoxy must follow the epoxy manufacturer's instructions. 5. It is important that the entire freshly cut, exposed metal surface of the cut pipe be coated. To ensure proper sealing, overlap at least 1 inch of the roughened polyethylene lining with this two-part epoxy system. H. Ductile Iron Pipe Mechanical Joints: 1. Assembly: In making up mechanical joints, center the spigot in the bell. a. With a wire brush just prior to assembly of the joint thoroughly brush 8 inches outside of spigot and inside of bell with which the rubber gasket comes in contact. Remove all oil, grit, tar (other than standard coating) and other foreign matter from joint. b. Brush lubricant over the gasket just prior to installation. (Note: There is only one rubber gasket size for each diameter of pipe.) c. Press the gasket into place within the bell and move the gland into position, bolts inserted, and the nuts tightened finger tight. d. Tighten the nuts with a torque wrench so that the gland is brought up toward the pipe evenly. Torque wrenches shall be set as specified in AWWA C111. Spanner type wrenches not longer than specified in Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 6 of 12 1 1 E AWWA C111 may be used with the permission of County Manager or designee. e. Prime all bolts by dipping with a bituminous coating, except the threads. Coat threads immediately prior to installation of nuts. f. Tighten all nuts 180 degrees apart alternately in order to produce equal pressure on all parts of the gland. 2. Torques: Apply the following range of bolt torques: Size Range of Inches Torque - ft. lbs 5/8 40 - 60 3/4 60 - 90 1 70 - 100 1-1/4 90 - 120 3. Remaking of Joints: If effective sealing is not obtained at the maximum torque listed above, disassemble and reassemble the joint after thorough cleaning. I. Ductile Iron Pipe Rubber Gasket Joints: 1. Assembly: In making up the rubber gasket joint, brush the gasket seat in the socket thoroughly with a wire brush and wipe the gasket with a cloth. a. Place the gasket in the socket with the large round end entering first so that the groove fits over the bead in the seat. b. Apply a thin film of lubricant (AWWA C600) to the inside surface of the gasket that will come in contact with the entering pipe. c. Brush the plain end of the pipe to be entered thoroughly with a wire brush and place it in alignment with the bell of the pipe to which it is to be joined. d. Exert sufficient force on the entering pipe so that its plain end is moved past the gasket until it makes contact with the base of the socket to make the joint. 2. Positioning: Before proceeding with backfilling, feel completely around the joint using a feeler gauge to confirm that the gasket is in its proper position. a. If the gasket can be felt out of position, withdraw the pipe and examine the gasket for cuts or breaks. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 7 of 12 11E _ b. If the gasket has been damaged, replace it with a new one before re- installing the pipe. 3. Optional Mechanical Joints: Use mechanical joint fittings that meet the requirements of Section 330504 with the rubber gasket joint pipe when specified or when rubber gasket fittings are not available. J. Temporary Bulkheads: Provide temporary bulkheads at the ends of sections where adjoining pipelines have not been completed, and in connections built into pipelines where adjoining pipelines or structures have not been completed and are not ready to be connected. 1. Remove bulkheads encountered in connecting sewers or structures included in this Contract, or in pipelines or structures previously built, when they are no longer needed or when ordered. K. Temporary Blow-Off Assembly: Dead-end water lines shall be temporarily ended with a blow-off as shown in Collier County Standard Details. After full bore flush replace with a fire hydrant meeting the requirements of Section 331619. L. Sleeve Type Couplings: For sleeve type couplings, equally tighten diametrically opposite bolts on the connection so that the gaskets will be brought up evenly all around the pipe. 1. Torque Wrenches: Do the final tightening with torque wrenches set for the torque recommended by the coupling manufacturer. M. Concrete Encasement: Concrete encasement shall be constructed in accordance with Collier County Standard Details when: 1. A potable water main crosses at a depth that provides less than 18 inches clear distance from sewer lines in which case a Deviation Form request should be completed. Encase the sewer main unless specifically approved by Collier County Utilities. Encasement shall extend a minimum 10 feet on each side of the point of crossing. Pressure test both pipelines to 150 psi after the concrete has properly cured. 2. A water main running parallel to a sewer line provides less than 10 feet separation from sewer lines, in which case a Deviation Form Request needs to be completed. Encase the sewer main unless specifically approved by Collier County Utilities. 3. The ENGINEER has ordered the line encased. NO POTABLE WATER MAIN SHALL BE ENCASED IN CONCRETE UNLESS SPECIFICALLY AUTHORIZED BY THE COUNTY MANAGER OR DESIGNEE. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 8 of 12 1 1 E The points of beginning and ending of pipe encasement shall be not more than 6 inches from a pipe joint to protect the pipe from cracking due to uneven settlement of its foundation or the effects of superimposed live loads. N. Valve Box Setting: Install valve boxes vertical and concentric with the valve stem. 1. Adjust valve-box to final grade at the time designated by the County Manager or designee. 2. Build a collar, as shown in the standard details, 18 inches by 18 inches by 6 inches or 24 inch diameter round by 6 inches flush to grade of top of box. Similar collar shall be poured flush with grade and top of unpaved areas. 3. Satisfactorily reset any valve box that is moved from its original position, preventing the operation of the valve. 4. Replace any valve box that has been damaged. O. Identification: 1. Metallized Warning Tape: For DIP and PVC pipe (other than gravity sewer pipe and laterals) to be installed, 3-inch detectable marking tape, of appropriate color and appropriate warning statement, shall be placed along the entire pipe length. In all cases, marking tape shall be installed two feet (2') below grade or one-half the pipe's bury, whichever is less, during backfill operations (refer to Utilities Standards Manual Section 1 — 1.1 and 2.2.1). All PVC pipe, PVC fittings, and identification tape shall be color-coded per Collier County Standards. HDPE pipe installed by horizontal directional drilling will not be required to be marked with metalized warning tape. 2. Electronic Markers (see County Approved Product List, Appendix F): Install electronic markers twenty-four inches (24") below final grade, above pipe, at all bends or changes in alignment and every two hundred and fifty feet (250') along the pipe between bends. P. Separation From Other Pipe Systems: 1. Parallel Water and Sewer or Non-Potable Lines: Sanitary sewer lines, storm sewers or force mains shall be separated from water mains by a minimum clear vertical distance of 18 inches and a horizontal distance of 10 feet. Non-potable, reclaimed or reuse water mains shall be separated from water mains, gravity sewers or force mains by a minimum clear vertical distance of 18 inches and a horizontal distance of 5 feet center to center or 3 feet outside to outside. When this standard cannot be maintained, the sewer line shall be concrete encased for a distance of 10 feet each way from the water line and any other conduit, with a minimum vertical clearance of 12 inches being provided at all times. See Section 1 - Design Criteria, Subsection 1.2.3. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 9 of 12 11E 2. Crossing Water and Sewer or Non-Potable Lines: Water mains crossing over a sewer or non-potable water line shall be (bottom of water main to top of sewer) separated by at least 18 inches unless local conditions or barriers prevent an 18 inch vertical separation. All crossings with vertical clearance less than 18 inches shall be made using sewer pipe thickness Class 200 AWWA C900 PVC pipe, and water pipe of Class 51 Ductile iron pipe, for a distance of 10 feet on each side of the crossing. The gravity sewer pipe in these locations shall be backfilled with USCS Class I bedding stone to a height of 6 inches above the crown of the pipe. When water mains cross under a sewer, both mains shall be constructed of C900 Class 200 PVC pipe with joints equivalent to water main standards for a distance of 10 feet on each side of the point of crossing with no intermediate joints. Additionally, a section of water main pipe shall be centered at the point of crossing. See Section 1 — Design Criteria, Subsection 1.3. Q. Aerial Crossings: 1. Pipes spanning elevated pier crossings shall be flanged ductile iron Pressure Class 350 pipe conforming to AWWA C115, C150 & C151. Pipe spanning on piers spaced further apart than normal pipe length of 18 or 20 ft. shall be multiple length pipe with interior flanged joints with a rubber gasket pipe (see County Approved Product List, Appendix F). The pipe wall thickness and flanged joints shall be designed to safely span the elevated piers under working pressure without exceeding the allowable stresses and conform to AWWA C150. Limit pipe deflection at center of span with pipe full of water to 1/720 of span length. Provide expansion joints for between above ground and below ground wastewater lines. 2. Flanges shall conform to AWWA C150 and C115. All bolts and nuts used in aerial crossings shall be stainless steel. Gaskets shall be full faced or recessed "0-Ring" type to prevent leaks in pipe under stress in the aerial crossing. 3. Outside surface of all pipe, flanges or spool pieces shall be shop coated with zinc primer, High Build Epoxy protective coat and a finish coat of polyurethane high gloss. Color shall be Federal Safety Blue for potable water mains and Pantone Purple 522 C for non-potable irrigation water mains. 4. Install operating valves or other flow regulating devices on each shoreline or at a safe distance from each shoreline to prevent discharge in the event the line is damaged. 5. Install supports for all joints in pipes utilized for aerial crossings and to prevent overturning and settlement. Expansion jointing is specified between above ground and below ground sewers and force mains. Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 10 of 12 1 1 E 3.3 FIELD QUALITY CONTROL A. Testing: Test pipelines in accordance with Section 022501. 1. Test valves in place, as far as practicable, and correct any defects in valves or connections. 2. Gravity Sewer Lines: Test in accordance with Section 022501 B. Inspection: Clean, inspect, and examine each piece of pipe and each fitting and special for defects before it is installed. 1. Cut away any lumps or projections on the face of the spigot end or the shoulder. 2. Do not use any cracked, broken, or defective pieces in the work. 3. If any defective piece should be discovered after having been installed, remove and replace this piece with a sound piece in a satisfactory manner at no increase in Contract Amount. 3.4 CLEANING A. General: Thoroughly clean all pipe before it is laid and keep it clean until it is accepted in the completed work. B. Removal of Materials: Exercise special care to avoid leaving bits of wood, dirt, and other foreign particles in the pipe. If any particles are discovered before the final acceptance of the work, remove and clean the pipe. 3.5 DISINFECTION A. General: Disinfect all pipelines that are to carry potable water in accordance with Section 025400. END OF SECTION Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 11 of 12 1 1 E NO TEXT FOR THIS PAGE Section 330518 COLLIER COUNTY LAYING AND JOINTING BURIED PIPE TECHNICAL SPECIFICATIONS Page 12 of 12 1 1 E SECTION 330520 PIPE REMOVAL AND ABANDONMENT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Removal and abandonment of piping and appurtenances, wholly or in part, as required to complete Work as shown on the Drawings and specified in this Section. B. Related Work Specified in other Sections Includes: 1. Section 020500— Connection to Existing Systems 2. Section 033100 —Concrete, Masonry Mortar and Grout 3. Section 312316— Excavation — Earth and Rock 4. Section 312323— Backfilling 1.2 SUBMITTALS A. General: Provide all submittals, including the following, as specified in Division 1. B. Submit the following: 1. Proposed methods for pipe removal and abandonment; 2. Equipment proposed to be used to do pipe removal and abandonment work; 3. Resume of pipe grouting subcontractor; 4. Pipe removal and abandonment schedule/sequence. C. If a detour is required, submit a traffic control plan for approval to County Manager or designee and/or the Florida Department of Transportation as described in Section 015526. 1.3 SITE CONDITIONS A. General 1. Prior to any work, a proper and approved maintenance of traffic plan (MOT) shall be submitted to the engineer and the County. 2. Execute pipe removal and abandonment so that there is no injury to persons or damage to adjacent buildings, structures, equipment, materials, piping, wiring, pavement, fences, trees, guardrails, and other adjacent improvements. Execute demolition and abandonment so that access to facilities that are in operation and to residences and businesses is free and safe. 3. Execute pipe removal and abandonment so that interference to vehicular traffic and personnel traffic does not exceed scheduled interference. Do not place rubble, COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 1 of 6 1 1 E excavation, piping, or other materials removed on roadways, drives, or sidewalks that are to remain in service. PART 2 - PRODUCTS 2.1 TEMPORARY MATERIALS A. Provide temporary fencing, barricades, barriers, piping, valves, pumps, power and controls, and water necessary to meet the requirements of this Section. B. Temporary fencing, barricades, barriers, and enclosures shall be suitable to the purpose intended. 2.2 REPAIR AND REPLACEMENT MATERIALS For repair or replacement of existing facilities or improvements to remain, use materials identical to, or equal to, materials used in existing work when new. PART 3 — EXECUTION 3.1 GENERAL A. Conduct pipe removal and abandonment as shown and specified in the Contract Documents. B. Conduct pipe removal and abandonment so that existing equipment, piping, wiring, structures, and other improvements to remain are not damaged. Repair or replace equipment, piping, wiring, structures, and other improvements damaged at no additional cost to the County. C. Do not remove equipment, piping, wiring, structures, or other improvements not shown or specified to be removed. If equipment, piping, wiring, structures, or other improvements not shown or specified to be removed is removed, replace equipment, piping, wiring, structures, or other improvements at no additional cost to the County. 3.2 DISCONNECTIONS A. Prior to starting pipe removal or abandonment, check underground and exposed existing utilities, piping, and equipment within the limits of pipe removal or abandonment. Prior to starting, check underground and exposed existing utilities, piping connected to and associated with existing pipe to be removed or abandoned. Verify the following: 1. Piping is inactive (abandoned); 2. Other utilities which may be in conflict have been permanently or temporarily disconnected, if required: B. Do not proceed with salvage or demolition if piping is active or utilities have not been disconnected. COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 2 of 6 1 1 E 3.3 ABANDONMENT A. The Contractor shall, as described on the Drawings and as may be directed by the County, abandon in place the following existing utility improvements: 1. All water mains, reuse water mains and raw water mains that are designated to be abandoned shall be filled with grout. Refer to Section 033100 — Concrete, Masonry Mortar and Grout. 2. All sewer lines, force mains, laterals and services that are designated to be abandoned shall be flushed clean and filled with grout. Prior to grout fill, sewer lines, force mains, laterals and services to be abandoned shall be flushed clean to remove wastewater and solids. Contractor is responsible for securing and providing flushing water, collection of flush water/wastewater, and disposal. The cleaning of these piping systems shall comply with all local and DEP requirements. 3. Sewer manholes designated to be abandoned shall have the top two feet removed. The remainder of each manhole shall be abandoned and filled with grout or flowable fill. The excavation or pit shall be backfilled with select fill and compacted in accordance with Section 312323 — Backfilling and the trenching details on the Drawings. B. Appurtenances: All water hydrants, ARV valves and other appurtenances on abandoned lines shall be removed to the main and the fitting at the main shall be capped or plugged. All valves shall have the valve box, pad and operator removed, with the valve left in the open position unless specifically noted otherwise. C. Preparation: 1. The County shall be notified at least 72 hours in advance of grouting operations. 2. Bulkheads shall be spaced at intervals of not more than 1,000 feet. If the line to be abandoned is longer, bulkheads shall be inserted in the pipe to maintain the required maximum spacing between bulkheads. 3. Temporary vents shall be installed in the line to be filled at a maximum spacing of 150 ft. The vents shall be capable of being capped to allow further grouting operations. D. Equipment: 1. The materials shall be mixed or delivered in equipment of sufficient size and capacity to provide the desired amount of grout material for each stage in a single operation. The equipment shall be capable of mixing the grout at densities required for the approved procedure and shall also be capable of changing density as dictated by field conditions any time during the grouting operation. 2. Mixers and Pumps - The grout shall be delivered to the injection point at a steady pressure with a non-pulsating centrifugal or triplex pump. Means shall be provided to increase or decrease the water-cement ratio. The system shall mix the grout to a homogeneous consistency. Means of accurately measuring grout component quantities, pumping pressures, and volumes pumped shall be provided. COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 3 of 6 1 1 E 3. Pressure Gauges - CONTRACTOR shall provide one pressure gauge at the point of injection and one pressure gauge at the grout pump. Grouting shall not proceed without appropriate calibrated gauges in place and in working order. Pressure gauges shall be equipped with diaphragm seals, have a working range between 1.5 to 2.0 times the design grout pressure, and have an accuracy within 0.5 percent of full range. Pressure gauges shall be instrument oil filled and attached to a saddle-type diaphragm seal to prevent clogging with grout. E. Grouting: Once grouting operations begin, grouting shall proceed uninterrupted from bulkhead to bulkhead. Grout placement shall not be terminated until both of the following conditions have been met, unless otherwise approved by the County: a) The estimated volume of grout to fill the line has been injected; and, b) grout has been expelled from the furthest vent or bulkhead. Bulkheads and temporary vents shall not be removed until the grout has set. F. Testing and Sampling: 1. Take four test specimens for each 50 cubic yards of grout or for each four hours of placing. 2. Test in accordance with ASTM C109 except: a. The specimens shall be 3 inch by 6 inch cylinders covered after casting to prevent damage and loss of moisture. Moist cure specimens for a period up to 7 days prior to a 28-day compressive strength test. b. Do not oven dry specimens that are load tested. Specimens may be tested at any age to monitor compressive strength. The material may require special handling and testing techniques. G. The CONTRACTOR may remove the pipe in accordance with the Paragraph 3.04 in lieu of abandonment if acceptable to the County. Such removal, however, will be paid at the same price for pipe abandonment. H. All work under this Section shall comply with City, County, State and Federal regulations. 3.4 REMOVAL AND DISPOSAL A. The Contractor shall, as described on the Drawings and as may be directed by the County, remove the following existing utility improvements: 1. All water mains, reuse water mains and raw water mains that are designated to be removed. 2. All sewer lines, sewer manholes, force mains, laterals and services that are designated to be removed shall be flushed clean with water prior to removal. Contractor is responsible for securing and providing flushing water, collection of flush water/wastewater, and disposal. The cleaning of these piping systems shall comply with all local and DEP requirements. B. The pipe removal and disposal shall include all valves, fittings and appurtenances. COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 4 of 6 1 1 E 3.5 SALVAGE OF EQUIPMENT, PIPING, AND MATERIALS A. Remove items identified on the drawings or specified to remain the property of the County. Do not damage equipment, piping, and materials to be salvaged. B. Following removal or equipment, piping, and materials to be salvaged, place equipment, piping, and materials in a location within the County limits as designated by the County. 3.6 REPAIRS Repair structural elements, equipment, piping, conduit, and other improvements to remain that are damaged during demolition. Use workers specifically qualified in trade, or trades, involved to repair damaged work. 3.7 DISPOSAL A. Remove and dispose of all equipment, piping, and materials from the jobsite not specifically designated to be retained by the County. B. Contractor shall not accumulate or store debris from demolition on the project site. C. The disposal of the piping, manholes and appurtenances shall be in accordance with County, State and Federal laws. 3.8 BACKFILLING A. Backfill excavations, trenches, and pits resulting from abandonment and removal according to Section 312323— Backfilling. B. Backfill of the pipe trenches shall be according to the County details for pipe trench backfill. Pipe trenches for removed pipes that were within 3 horizontal feet of the edge of pavement shall be backfilled according to the detail for the type of roadway. 3.9 CLEANUP AND CLOSURE A. Following pipe abandonment or removal, clean-up areas where other work is to be done as specified in this Section, or Sections applicable to work to be done. B. Following pipe abandonment or removal, clean-up areas where no other work is to be done under this Contract. Remove debris and rubbish, temporary facilities, and equipment. Level surface irregularities to eliminate depressions. Leave work in a neat and presentable condition. C. In locations where a pipe to be abandoned or removed connects to a pipe that remains in service, the Contractor shall install a suitable cap or plug on the end of the active pipe. END OF SECTION COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE COLLIER COUNTY Section 330520 TECHNICAL SPECIFICATIONS PIPE REMOVAL AND ABANDONMENT Page 6 of 6 1 1 E SECTION 330523.13 HORIZONTAL DIRECTIONAL DRILLING PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. Provide all necessary tools, materials, labor, supervision and equipment to successfully complete the installation of directionally drilled piping as specified herein and shown on the drawings. B. Furnish all items necessary to perform the horizontal directional drilling operation and construct the pipe to the lines and grade shown on the drawings. C. Use techniques of creating or directing a borehole along a predetermined path to a specified target location. Use mechanical and hydraulic deviation equipment to change the boring course and use instrumentation to monitor the location and orientation of the boring head assembly along a predetermined course. D. Accomplish drilling with fluid-assist mechanical cutting. Use a mixture of bentonite and water or polymers and additives. Use bentonite sealants and water to lubricate and seal the mini-tunnel. Use minimum pressures and flow rates during drilling operation as not to fracture the sub-grade material around and or above the bore. E. Utilize small diameter fluid jets to fracture and mechanical cutters to cut and excavate the soil as the head advances forward. F. Install an offset section of drill stem that causes the cutter head to turn eccentrically about its centerline when it is rotating for steering. When steering adjustments are required, rotate the cutter head offset section toward the desired direction of travel and advance the drill stem forward without rotation. G. Drill a 2-inch to 3-inch diameter pilot hole using the mobile drilling system launched from the surface at an inclined angle. Enlarge the pilot hole with reamers as required. 1.2 REFERENCE STANDARDS A. See Section 330502 for casing and carrier pipe diameter requirements. B. American Association of State Highway and Transportation Officials (AASHTO). C. Occupational Safety and Health Administration (OSHA). Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 1 of 6 11E 1.3 DEFINITIONS A. CONTRACTOR's Construction Drawings shall be defined as drawings by which the CONTRACTOR proposes to construct, operate, build, etc., the referenced item. Submit Construction Drawings for the sole purpose of providing the sufficient details to verify that the CONTRACTOR's work in progress is in accordance with the intent of the design. 1.4 SUBMITTALS A. The ENGINEER will base the review of submitted details and data on the requirements of the completed work, safety of the work in regards to the public, potential for damage to public or private utilities and other existing structures and facilities, and the potential for unnecessary delay in the execution of the Work. Such review shall not be construed to relieve the CONTRACTOR in any way of his responsibilities under the contract. Do not commence work on any items requiring CONTRACTOR's Construction Drawings or other submittals until the drawings and submittals are reviewed and accepted by the ENGINEER. B. The CONTRACTOR shall: 1. Submit for review complete construction drawings and/or complete written description identifying details of the proposed method of construction and the sequence of operations to be performed during construction, as required by the method of tunnel excavation approved. The drawings and descriptions shall be sufficiently detailed to demonstrate to the ENGINEER that the proposed materials and procedures will meet the requirements of this specification. Submit arrangement drawings and technical specifications of the machine and trailing equipment (including any modifications), three-year experience record with this type of machine and a copy of the manufacturer's operation manual for the machine. 2. Submit CONTRACTOR's Construction Drawings for the following items. a. Complete details of the equipment, methods and procedures to be used, including but not limited to primary lining installation, timing of installation in relation to the excavation plan and sequence, bulkheads, etc. b. Grouting techniques, including equipment, pumping procedures, pressure grout types, mixtures and plug systems. c. Method of controlling line and grade of excavation. d. Details of muck removal, including equipment type, number, and disposal location. Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E e. Proposed contingency plans for critical phases and areas of directional drilling, including repair of any existing utilities damaged during construction. C. Quality Control Methods. Submit a description of quality control methods at least 10 days prior to the start of directional drilling to the ENGINEER. The submittal shall describe: 1. Procedures for controlling and checking line and grade. 2. Field forms for establishing and checking line and grade. D. Safety. Submit procedures including, but not limited to, monitoring for gases encountered. E. Submit hazardous chemical list as well as all MSDS and technical data sheets. 1.5 DESIGN CRITERIA A. Compatibility of Methods. 1. The methods of excavation, lining, and groundwater control shall be compatible. 1.6 JOB CONDITIONS A. Safety Requirements 1. Perform work in a manner to maximize safety and reduce exposure of men and equipment to hazardous and potentially hazardous conditions, in accordance with applicable safety standards. 2. Whenever there is an emergency or stoppage of work which is likely to endanger the excavation or adjacent structures, operate a full work force for 24 hours a day, including weekends and holidays, without intermission until the emergency or hazardous conditions no longer jeopardize the stability and safety of the work. B. Air Quality. 1. Conduct directional drilling operations by methods and with equipment, which will positively control dust, fumes, vapors, gases or other atmospheric impurities in accordance with applicable safety requirements. 1.7 PERMITS A. Obtain any and all other permits required for prosecution of the work. Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E PART 2 PRODUCTS 2.1 GENERAL A. Refer to Section 330502 for HDPE pipe material. B. Refer to Section 330503 for Fusible PVC pipe material. PART 3 EXECUTION 3.1 GENERAL A. The CONTRACTOR shall be responsible for his means and methods of directional drilling construction and shall ensure the safety of the work, the CONTRACTOR's employees, the public, and adjacent property, whether public or private. B. Obtain locations of all existing utilities within the horizontal directional drilling project area, whether shown on the plans or not, in coordination with the owners of such utilities. Be responsible for protection of such utilities from damage, and repair of any utilities damaged during or as a result of construction. C. Anticipate that portions of the drilled excavation will be below the groundwater table. D. Comply with all local, state and federal laws, rules and regulations at all times to prevent pollution of the air, ground and water. 3.2 EQUIPMENT A. Diesel, electrical, or air-powered equipment will be acceptable, subject to applicable federal and state regulations. B. Any method or equipment that the CONTRACTOR can demonstrate will produce the specified results will be considered. C. Employ equipment that will be capable of handling the various anticipated ground conditions. In addition, the equipment shall: 1. Be capable of minimizing loss of ground ahead of and around the machine and providing satisfactory support of the excavated face at all times. 2. Provide a system to indicate whether the amount of earth material removed is equivalent to that displaced by the advance of the machine such that the advance rate may be controlled accordingly. D. Provide adequate secondary containment for any and all portable storage tanks. Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E 3.3 DIRECTIONAL DRILLING DATA A. Submit daily logs of construction location, progress and events, including observations on the following: 1. Location and elevation of significant soil strata boundaries and brief soil descriptions. 2. Jacking pressures and torsional forces, if applicable. 3.4 CONTROL OF THE TUNNEL LINE AND GRADE A. Construction Control. 1. Establish and be fully responsible for the accuracy of control for the construction of the pipeline to be installed, including structures, tunnel line and grade. 2. Establish control points sufficiently far from the tunnel operation so as not to be affected by construction operations. 3. Maintain daily records of alignment and grade and submit three copies of these records to the ENGINEER. However, the CONTRACTOR remains fully responsible for the accuracy of his work and the correction of it, as required. 4. Check control for the bore alignment against an above ground undisturbed reference at least once each hour and once for each 50 feet of tunnel constructed, or more often as needed or directed by the ENGINEER. 3.5 INSTALLATION OF TRACKING/LOCATING WIRE A. Install all facilities such that their location can be readily determined by electronic designation after installation. For non-conductive installations, attach a minimum of two (2) separate and continuous conductive tracking (tone wire) materials, either externally, internally or integral with the product. Use either a continuous green-sheathed solid conductor copper wire line (minimum #12 AWG for external placement or minimum #14 AWG for internal placement in the conduit/casing) or a coated conductive tape. Conductors must be located on opposite sides when installed externally. Connect any break in the conductor line before construction with an electrical clamp, or solder, and coat the connection with a rubber or plastic insulator to maintain the integrity of the connection from corrosion. Clamp connections must be made of brass or copper and of the butt end type with wires secured by compression. Soldered connections must be made by tight spiral winding of each wire around the other with a finished length minimum of three (3) inches overlap. Tracking conductors must extend two (2) feet beyond the bore terminal points. Test Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E conductors for continuity. Each conductor that passes must be identified as such by removing the last six (6) inches of the sheath. No deductions are allowed for failed tracking conductors. Conductor ends must be wound into a small coil and left for future attachment to isolation valve boxes. 3.6 DISPOSAL OF EXCESS MATERIAL A. Where such effort is necessary, cost for groundwater control during the course of the tunnel work shall be included in the unit contract price for the work. B. Dewatering required during the course of the project to lower water table, to remove standing water, surface drainage seepage, or to protect ongoing work against rising waters or floods shall be considered incidental to the work being performed. END OF SECTION Section 330523.13 COLLIER COUNTY HORIZONTAL DIRECTIONAL DRILLING TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 330523.16 JACKING, AUGERING AND MINING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Pipeline installation in casing pipe beneath highways, railroads and other structures may be installed by jacking and augering or by jacking and mining. B. Related Work Specified in Other Sections Includes: 1. Section 033100 — Concrete, Masonry, Mortar and Grout 2. Section 312316 — Excavation - Earth and Rock 3. Section 314000 — Shoring, Sheeting and Bracing 1.2 REFERENCES A. Codes and standards referred to in this Section are: 1. ASTM C 76 - Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 2. ASTM A 139 - Specification for Electric-Fusion (Arc) -Welded Steel Pipe (NPS in 4 in. and Over) 3. OSHA PL-91-596 - Occupational Safety Health Act of 1970 Public Law 91-596 1.3 SUBMITTALS A. Provide all submittals, including the following, as specified in Division 1. 1. Working drawings of the jacking pipe, jacking frame, jacking head, reaction blocks, sheeting, including design calculations and the complete jacking installation. 2. Necessary permit applications and approvals by the appropriate authority. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all products and materials as specified in Division 1. Section 330523.16 COLLIER COUNTY JACKING, AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E PART 2 PRODUCTS 2.1 MATERIALS A. General: Use the following for casing piping. 1. Spiral Weld or smooth wall steel pipe, meeting the requirements of ASTM A 139, Grade B. The minimum casing pipe size shall be determined by maintaining a minimum of a four inch (4") difference between the carrier pipe's largest outside diameter (including restraints) and the casing pipe's inside diameter. The wall thickness shall be a minimum of .25 inches for up to twenty inch casings, .312 inches for twenty-four to thirty-six inch casings, and .50 inches for forty-two inch and larger casings. For special design considerations, obtain approval from Collier County Utilities. B. Fill Material: Use fill material consisting of 1-1/4 pounds of Bentonite per gallon of water during jacking to fill any voids between pipe and the earth. PART 3 EXECUTION 3.1 INSTALLATION A. Casing Pipe: 1. Install all casing pipe in accordance with the manufacturer's recommendations and approved shop drawings and as specified in Division 1. 2. The provisions of this section shall represent the minimum standards for the installation of casing pipe for sewer force main or water main pipeline. 3. Install all sewer force mains and water mains in a casing to be placed under all present and future Collier County Department of Transportation & Engineering roadways. Conform steel casing procedures to the requirements of Collier County DOT. All work and materials shall be subject to inspection by DOT. Restore the Department's property and surface conditions to the original condition in keeping with the Department's specifications and standards. 4. In general, install all underground sewer force mains and water mains crossing all existing Collier County roadways, Florida State Highways and railroads within steel casing pipe extending at least five (5) feet beyond pavement edge. Obtain specific crossing requirements in advance from the authority having jurisdiction. 5. Submit the necessary permit documents and data to the appropriate authority and receive approval thereof. Maintain traffic on the roadway and Section 330523.16 COLLIER COUNTY JACKING, AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 2 of 6 11E keep all workmen and equipment clear of the travelway during the work. Comply with all Federal, State and County safety regulations and any permit(s). 6. Locate casing pipes crossing under State and County roadways at suitable approved alignments in order to eliminate possible conflict with existing or future utilities and structures with a minimum 36 inches depth of cover between the top of the casing pipe and the surface of the roadway. Conduct boring operations in such a manner as not to create hazardous conditions or impede traffic flow. 7. For casing pipe crossing under roadways, railroads, or other installations not within the jurisdiction of Collier County, comply with the regulations of said authority in regard to design, specifications and construction. State Highway casing installations shall be as specified in the FDOT, "Utility Accommodation Guide", and for railroads, the American Railway Engineering Association, Part 5, Section 5.2, "Specifications for Pipelines Conveying Nonflammable Substances", shall be applicable. However, in no case shall the minimum casing pipe diameter and wall thickness, for a specific carrier pipe size, be less than that specified above. 8. Use a simultaneous and continuous installation of any dry boring and jacking operation until the casing pipe is in final position. Maintain correct line and grade. Use full-ring welded add-on sections of casing pipe, developing water-tight total pipe strength joints. Use pipe lengths of at least 18 feet. Casing welders shall be certified welders. A copy of the certification shall be obtained by the Engineer of Record and given to the County Manager or designee prior to the welding procedure. Produce no upheaval, settlement, voids, cracking, movement or distortion of the existing roadbed or other facilities during the casing installation. Fill any voids with 1:3 portland cement grout at sufficient pressure for roadway protection. Following placement of the carrier pipe within the steel casing, install masonry plugs at each open end. Plugs shall be suitable for restraining the external earth load, while allowing internal drainage. 9. Mechanically bore casing pipe holes through the soil by a cutting head on a continuous auger mounted inside the pipe. Extend the auger a maximum of 2 inches beyond the end of the casing pipe to preclude formation of voids outside the pipe shell. Auger should not be of a greater diameter than the outside diameter of the encasement. 10. Adequately protect the casing pipe to prevent crushing or other damage under jacking pressures. Provide backstops for adequately distributing the jack thrust without causing deformation of the soil or other damage. Replace damaged casing pipe if not installed; however, if installed, abandon encasement pipe in place, suitably plug, and install an alternate installation, as directed by the County Manager or designee. Section 330523.16 COLLIER COUNTY JACKING,AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 3 of 6 liE 11. In the event of obstruction, withdraw auger, cut and cap excess pipe and fill void with 1:3 portland cement grout under sufficient pressure 12. Excavate and maintain required boring or jacking pits or shafts to the minimum dimension. Adequately barricade, sheet, brace and dewater excavation as required. 13. Deviation from approved jack and bore methods and above specifications is grounds for work stoppage and line replacement at the expense of the CONTRACTOR. B. Casing Spacers: Use Stainless Steel Casing Spacers (see County Approved Product List, Appendix F) being on center and restrained as the preferred method for installing the carrier pipe. Use skids installed with 6 ft to 10 ft spacing as recommended by the manufacturer. After the carrier pipe has been tested for leakage, block the casing ends with either an 8" wall of brick masonry with a weep hole installed near the bottom of each wall or casing spacer end seals (see County Approved Product List, Appendix F) with stainless steel bands. C. Augering: Conduct augering with the proper equipment and procedure such that the carrier pipe and the casing pipe can be installed to the grades specified without disturbing the adjacent earth. Submit all equipment and procedures for prior approval. D. Hand Mining: Conduct hand mining only in casings that are sufficiently large enough to permit such operation. Provide adequate fresh air supply within the casing pipe and conduct all operations in accordance with the requirements of the U.S. Department of Labor Safety and Health Regulations for Construction promulgated under the Occupational Safety and Health Act 7 1970 (PL-91-596). E. Jacking Pit: Make the jacking pit of adequate length to provide room for the jacking frame, the jacking head, the reaction blocks, the jacks, auger rig, and the jacking pipe. Make the pit sufficiently wide to allow ample working space on each side of the jacking frame. Make the depth of the pit such that the invert of the pipe, when placed on the guide frame, is at the elevation desired for the completed line. Provide excavation in conformance with Section 312316. F. Sheeting: Sheet the jacking pit tightly and keep it dry at all times. Conform sheeting to Section 314000. Have complete design calculation for sheeting the jacking pit sealed and submitted by a Professional Engineer registered in the State of Florida. G. Jacking Frame: Use a jacking frame that applies a uniform pressure over the entire pipe wall area of the pipe to be jacked. Section 330523.16 COLLIER COUNTY JACKING, AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 4 of 6 liE H. Reaction Blocks: Use reaction blocks designed to carry the thrust of the jacks to the soil without excessive soil deflection and in such a manner as to avoid any disturbance of adjacent structures or utilities. I. Operation: Use hydraulic jacks in the jacking operation. Use extreme care to hold the pipe to exact line and grade. Advance the excavation at the heading manually or with an auger. Do not allow the advance to exceed one foot ahead of the casing pipe. Make every effort to avoid loss of earth outside the casing. J. Safety Railing: Provide a safety railing all around the top of the pit at all times. K. Restore property and surface conditions to the original condition in accordance with Collier County DOT specifications and standards. L. Carrier Pipe: Utilize joint restrained pipe for the entire water main or force main pipe length inside the casing. Use special supporting of the carrier pipe within the casing with a design approved by the County Manager or designee. END OF SECTION Section 330523.16 COLLIER COUNTY JACKING, AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 330523.16 COLLIER COUNTY JACKING, AUGERING AND MINING TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 331200 WATER VALVES AND APPURTENANCES PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install complete and ready for operation all valves and appurtenances as shown on the Drawings and as specified herein. 1.2 REFERENCES A. Codes, specifications, and standards referred to by number or title form a part of this Section to the extent required by the references to codes, specifications, and standards. Latest revisions, as of the date of bid opening, apply, unless otherwise noted on the Drawings or specified in this Section. B. Standards Designation Title ANSI/AWWA Rubber-Gasket Joints for Ductile-Iron and C111/A21.11 Gray-Iron Pressure Pipe and Fittings ANSI/AWWA Gate Valves C500 ANSI/AWWA Resilient-Seated Gate Valves 3 through 12 NPS, C509 for Water and Sewage Systems ANSI/AWWA Air Release, Air/Vacuum, and Combination Air Valves for C512 Waterworks Service ANSI/B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 125 ANSI/B16.3 Malleable Iron Threaded Fittings, Class 150 and 300 ANSI/B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys ASTM A276 Specification for Stainless and Heat-Resisting Steel Bars and Shapes ASTM A231 Specification for Steel Casting, Austenitic, for High-Temperature Service Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 1 of 10 11E ASTM A743 Specification for Castings, Iron-Chromium, Iron-Chromium-Nickel, and Nickel-Base Corrosion-Resistant for General Application MSS SP-60 Connecting Flange Joint Between Tapping Sleeves and Tapping Valves 1.3 DEFINITIONS A. References to valve sizes on the Drawings and in the Specifications are intended to be nominal size, and shall be interpreted as nominal size. 1.4 SUBMITTALS A. General: as specified in: 1. General Conditions; 2. Supplementary General Conditions; 1.5 QUALITY ASSURANCE A. Testing: Test valves as specified in this Section. PART 2 PRODUCTS 2.1 GENERAL: A. All valves and appurtenances shall be of the size shown on the Drawings and as far as possible all equipment of the same type shall be from one manufacturer. B. All valves and appurtenances shall have the name of the maker and the working pressure for which they are designed cast in raised letters upon some appropriate part of the body. 2.2 MANUFACTURERS (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F). 2.3 DESIGN A. Resilient, Wedge or Gate Valves and Boxes 1. Valves for pipe less than 2 inches in diameter shall conform to the requirements of AWWA C509 or C515 (latest revisions) and shall be cast iron, single wedge, non-rising stem, screwed bonnet, 125 pounds S.P., 200 pounds W.O.G with stuffing box repackable under pressure and all parts renewable. Ends shall be as shown or indicated on the drawings. For approved air release line valves, bacterial sampling station line valves, curb Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 2 of 10 1 1 E stops, corporation stops, and ball valves see County Approved Product List, Appendix F. 2. Resilient, wedge or gate valves 2 inches in diameter and larger shall be cast or ductile iron body, non-rising stem, bronze mounted gate valves, mechanical joint conforming to requirements of the AWWA Standard C509 or C515 and shall be provided with a 2 inch square operating nut with the word "open" and an arrow cast in the metal to indicate direction. Valves shall be vertical resilient, wedge, or gate type and shall turn to the left (counter clockwise) to open. The wedge or gate shall be cast iron or ductile iron per ASTM A536, minimum 65,000-psi strength and, completely encapsulated with urethane rubber, permanently bonded to the wedge or gate to meet ASTM test for rubber metal bond, ASTM D429. The valve stems for non-rising stem assemblies shall be cast bronze with integral collars in full compliance with AWWA. OS & Y stems shall be on bronze bar stock. The NRS stem stuffing box shall be the 0-ring seal type with two rings located above thrust collar; the two rings shall be replaceable with valve fully open and subjected to full rated working pressure. The minimum safe working pressure shall be 200 psi. All gate valves or plug valves thirty inches (30") or larger shall have a concrete slab placed under the valve to help distribute the total weight of the valve and reduce line sagging. The concrete slab shall have 6"x6" 10/10 welded wire mesh, have lifting eyes, constructed using 3,000 psi concrete, be six inches (6") thick, and sized according to the following table: Valve Size Length Width 30" 42" 30" 36" 48" 36" 42" 54" 42" 48" — 54" 60" 48" 60" — 66" 78" 60" 3. There shall be two low torque thrust bearings located above and below the stem collar. The stem nut shall be independent of wedge and shall be made of solid bronze. There shall be a smooth unobstructed waterway free of all pockets, cavities and depressions in the seat area. The body and bonnet shall be coated with fusion-bonded epoxy both interior and exterior. Each valve shall have the manufacturers name, pressure rating and year manufactured cast on body. The valve shall be designed and tested to be opened and closed under a differential pressure of at least twice the working pressure. B. Valves for Buried Service 1. Valves for buried service shall meet all the requirements as specified herein for interior except that buried valves shall have mechanical joint ends. Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 3 of 10 1 1 E 2. All buried valves shall have cast-iron two piece valve boxes (see County Approved Product List, Appendix F). Valve boxes shall be provided with suitable heavy bonnets to extend to such elevation at the finished grade surface as directed by the ENGINEER. The barrel shall be two-piece, screw type. The upper section shall have a flange at the bottom having sufficient bearing area to prevent settling, shall be designed so as to prevent the transmission of surface loads directly to the valve or piping, and shall be complete with cast iron covers. Covers shall have "WATER" cast into the top. The covers shall be so constructed as to prevent tipping or rattling. All valve boxes located in paved roadways or sidewalks shall have locking covers. 3. Where valves are located out of pavement, the boxes shall be adjusted to finished grade with a concrete collar as shown in the Details. 4. Valve boxes shall be of the heavy duty, traffic bearing cast iron, adjustable screw type with a drop cover. The valve box assembly shall consist of a bottom section, top section and cover which is cast from gray iron, formulated to ASTM specification A-48 latest revision, minimum tensile of 21,000 psi and shall be free from blowholes, shrinkage or other imperfections not true to pattern. The shaft size shall be 5 1/4" and the adjustable length shall be from 18" to 36". The wall thickness shall be 1/4". The weight of the assembly shall be 61 pounds ± 2 pounds, with the cover weight being a minimum of 13 pounds. 5. The name of the manufacturer and foundry of origin shall be cast into each of the components of the assembly in legible form. The assembly shall be suitable for highway traffic wheel loads of 16,000 pounds and shall withstand a proof load test of 25,000 pounds without failure or permanent deflection. C. Check Valves 1. All check valve bodies shall be cast iron per ASTM A126 Class B, having integral (not wafer) flanges. 2. The seat shall be centrifugally cast bronze with an 0-ring seal and be locked in place with stainless steel lock screws and be field replaceable, without the use of special tools. 3. Swing check valves shall have a shaft of single and continuous stainless steel, extending both sides of the body with a lever and weight. The air cushion cylinder, when specifically required, shall be constructed of corrosion resistant material and the piston shall be totally enclosed within the cylinder and not open at one end. The air cushion cylinder assembly shall be externally attached to either or both sides of the valve body and shall permit adjustability to cushion the closure of the valve. Cushioning shall be by air trapped in the cushion cylinder, which shall be fitted with a one-way adjustable control check valve to cushion disc contact to the seat at Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 4 of 10 1 1 E the shut-off point. The bottom cylinder head shall be swivel mounted and not rigid to follow the change of force angles as the lever raises or lowers to open or close the check valve. Valve shall prevent backflow on normal pump shut off or power failure, at zero velocity and be watertight. The disc shall be cast iron utilizing a double clevice hinge connected to a ductile iron disc arm. The disc arm assembly shall be suspended from a stainless steel shaft, which passes through a seal retainer on both sides of the valve body. 4. Rubber flapper swing valves shall have a heavily constructed cast iron body and cover. The body shall be long pattern design (not wafer) with integrally cast-on end flanges. The flapper shall be Buna-N having an 0-ring seating edge and be internally reinforced with steel. Flapper shall be captured between the body and the body cover in a manner to permit the flapper to flex from closed to full open position. Flapper shall be easily removed without the need to remove the valve from line. The check valves shall have full pipe size flow area. Seating surface to be on a 45° angle requiring the flapper to travel only 35° from closed to full open position for minimum head loss. Valve has non-slam closure characteristics. Flapper shall create an elastic spring effect to assist the flapper to close against a slight head to prevent or minimize slamming. Valve shall be designed for 175 psi working pressure for water. The valve shall be suitable for buried service, in which case, stainless cover bolts shall be furnished. 5. Valve exterior to be painted with Red Oxide Phenolic Primer Paint as accepted by the FDA for use in contact with Potable Water. Materials shall be certified to the following ASTM specifications: a. Body, cover & disc - Cast Iron -ASTM A126, Class B b. Disc Arm - Ductile Iron -ASTM A536 c. Seat -Aluminum Bronze or Stainless Steel -ASTM B148, ASTM A276 d. Disc Seat - Buna-N or metal e. Cushion cylinder - Corrosion-resistant Commercial material D. Backflow Prevention Devices 1. Backflow prevention devices shall be reduced pressure principle assemblies and shall be USC approved, and shall meet all requirements of the Collier County Cross-Connection Control/Backflow Prevention Ordinance, as then amended. Refer to Section 3, Utility Detail Drawings. Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 5 of 10 1 1 E E. Combination Air Release Valves for Potable Water and Non-Potable Irrigation Systems 1. Air release valves shall exhaust large quantities of air during the filling of a pipeline or vessel. The valve shall be capable of venting air up to sonic velocity without blowing shut; closing only after all the air has been vented. The valve shall continue to release small quantities of air under pressure as often as needed to keep the system free of accumulated air. The valve shall automatically open to allow air to re-enter during draining or whenever a negative pressure occurs. 2. Combination air valves shall be of the size shown on the plans and conform to the requirements of AWWA C512 and be of the "Kinetic" design capable of exhausting air at up to sonic velocity without blowing shut. 3. Body and cover shall be ASTM A126 Class B cast iron with stainless steel floats and replaceable seats of Buna-N or other suitable material. Internal linkage mechanism shall be 18-8 stainless steel. Plastic or bronze components are not acceptable. Air release orifice shall be suitable for 300 PSI maximum working pressure. Screens shall be installed on the opening of all air release valves. 4. Valves 3-inch size and smaller shall have a threaded inlet connection, and larger valves shall have a flanged inlet faced and drilled per ANSI B16.1 Class 250. 5. Valves shall have a threaded outlet on valves to 4-inch size and a protective cowl on larger sizes. 6. 1 inch NPT inlet and outlet shall be provided, unless otherwise specified on the drawings. 7. Connections from corporation stops to air release valves shall be brass for rigidity. F. Tapping Valves and Sleeves 1. All tapping sleeve and valve assemblies shall meet the requirements of AWWA Standard C500, latest revision. Cast iron tapping sleeves or stainless steel wrap-around sleeves, and cast iron valves shall be used to make live taps into the existing water mains where shown on the drawings. Flanges must conform to AWWA C207 Class D ANSI 150# drilling. Mechanical Joint (MJ) tapping sleeves are also acceptable. All bolts and nuts shall be as specified. 2. CONTRACTOR shall verify type of existing main prior to ordering. The tapping valve shall have an inlet flange to match the sleeve and a mechanical joint outlet for connection to water main pipe. Tapping valve Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 6 of 10 1 1 E shall meet the requirements for gate valves specified herein. The sleeve shall have provisions for a tap and shall be pressure tested at 150 psi for a minimum of 30 minutes prior to tapping. G. Service Connection Materials 1. Service Saddles (see County Approved Product List, Appendix F) a. Service saddles or fittings shall be used with taps to all types of pipe. Gasket shall be cemented in place and confined in a retaining groove. Saddles shall be cast iron saddles with double brass straps. b. Tapping sleeves and valves shall be used for all taps. 2. Water Meters a. Potable Water Meters: Potable water meters provided for service connections to the COUNTY water distribution system shall be designed to accept an encoder compatible with the COUNTY Automatic Meter Reading (AMR) system. The COUNTY will install the meter and the AMR encoder unit on 2" and smaller meters. AMRs 3" and larger shall be turned over to the technician doing the full bore flush. All potable water meters larger than 2" shall be installed above ground. These meters shall be equipped with a backflow preventer and installed by the CONTRACTOR at his expense, including the AMR encoder unit. The type of backflow device utilized for potable lines shall be on the Water Department approved list of backflow preventers, Appendix G. All potable water meters 3" or greater shall be purchased by the owner and installed by the CONTRACTOR. The master meter assemblies shall be built in accordance with the design details in Section 3 — Utilities Detail Drawings. The location of all meters shall be clearly shown on the construction plans. b. Non-Potable Irrigation Water Meters: Non-potable water meters provided for service connections to the COUNTY non-potable reclaimed distribution system shall be designed to accept an encoder compatible with the COUNTY Automatic Meter Reading (AMR) system. The COUNTY will install the meter and the AMR encoder unit on 2" and smaller meters. All non-potable water meters 3" or greater shall be purchased by the owner and installed by the CONTRACTOR. The master meter assemblies shall be built in accordance with the design details in Section 3 — Utilities Detail Drawings. The location of all meters shall be clearly shown on the construction plans. Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 7 of 10 1 1 E 3. Corporation Stops for Service Connections a. Corporation stops (see County Approved Product List, Appendix F) shall meet the requirements of AWWA C800; ends AWWA thread x compression, CTS. 4. Water Service Tubing a. Water service connection tubing shall be blue polyethylene municipal service tubing as shown on Utility Detail Drawing W-12. b. Polyethylene tubing shall meet the requirements of AWWA Standard C901. Polyethylene tubing shall be 3406 polyethylene. 5. Polyethylene Service Tube Stiffeners a. A solid ring, stainless steel insert shall be installed with each and every compression connection made with polyethylene tubing. PART 3 EXECUTION 3.1 INSTALLATION A. Install all valves and appurtenances in accordance with manufacturer's instructions and in the locations shown, true to alignment and rigidly supported. Repair any damage to the above items to the satisfaction of the ENGINEER before they are installed. B. After installation, test all valves and appurtenances for at least one hour at the working pressure corresponding to the class of pipe, unless a different test pressure is specified. If any joint proves to be defective, repair it to the satisfaction of the ENGINEER. C. Install all floor boxes, brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, check all plans and figures, which have a direct bearing on their location and assure the proper location of these valves and appurtenances during the construction of the structures. D. Flanged joints shall be made with Series 300, stainless steel bolts. All exposed bolts shall be made with Series 300 stainless steel bolts. E. Prior to assembly of split couplings, thoroughly clean the grooves as well as other parts. The ends of the pipes and outside of the gaskets shall be moderately coated with petroleum jelly, cup grease, soft soap or graphite paste, and the gasket shall be slipped over one pipe end. After the other pipe has been brought to the correct position, center the gasket properly over the pipe ends with the lips Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 8 of 10 1 1 E against the pipes. The housing sections then shall be placed. After the bolts have been inserted, tighten the nuts until the housing sections are firmly in contact, metal-to-metal, without excessive bolt tension. F. Prior to the installation of sleeve-type couplings, thoroughly clean the pipe ends for a distance of 8". Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6" from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. Insert the other pipe end into the middle ring and bring to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flaires. After the bolts have been inserted and all nuts have been made up finger-tight, uniformly tighten diametrically opposite nuts progressively all around the joint, preferably by use of a torque wrench of the appropriate size and torque for the bolts. G. Carefully inspect each valve, open it wide and then tightly close it and test the various nuts and bolts for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seat. Gate valves, unless shown otherwise, shall be set with their stems vertically above the centerline of the pipe. Remove and replace any valve that does not operate correctly. H. Carefully center valve boxes over the operating nuts of the valves so as to permit a valve wrench or key to be fitted easily to the operating nut. Valve boxes shall be set to conform to the level of the finished surface and held in position by a ring of concrete placed under the support flange as shown in Section 3, Utility Detail Drawings. The valve box shall not transmit surface loads to the pipe or valve. Exercise care to prevent earth and other material from entering the valve box. Any valve box which is out of alignment or whose top does not conform to the finished ground surface shall be dug and reset. Before final acceptance of the work, adjust all valve boxes to finish grade. Valve extension stems or risers shall not be used. 3.2 AIR RELEASE VALVE INSTALLATION A. Prior to pressure testing a pipeline, all air release valve assemblies on that pipeline shall be installed. 3.3 SHOP PAINTING A. Ferrous surfaces of valves and appurtenances shall receive a coating of epoxy in accordance with AWWA Standard C550 and meets or exceeds all test requirements including the Food and Drug Administration Document Title 21 of the Federal Regulations on Food Additives, Section 175.000 entitled "Resinous and Polymeric Coating"; Impact Test Requirement in accordance with the ASTM D2794. END OF SECTION Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 9 of 10 1 1 E NO TEXT FOR THIS PAGE Section 331200 COLLIER COUNTY WATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 10 of 10 1 1 E SECTION 331619 HYDRANTS PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. Furnish and install fire hydrants where shown on the Drawings or directed by the ENGINEER. 1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 033100 — Concrete for Non-Plant Work B. Section 331200 —Water Valves and Appurtenances 1.3 QUALITY ASSURANCE A. Install hydrants to meet current requirements of Collier County Utilities. B. Provide manufacturer's certificate those products meet or exceed minimum requirements as specified. 1.4 SUBMITTALS A. Submit manufacturer's certificates on conformance. B. Shop Drawings: Submit manufacturer's drawings and data sheets for material to be supplied under this Section. Indicate sizes and types to be installed. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. During loading, transportation and unloading, exercise care to prevent damage to materials. B. Handling: Fire hydrants should be unloaded carefully. The hydrant should be carefully lowered from the truck to the ground, not dropped. Only hoists and slings with adequate load capacity to handle the weight of the hydrant shall be used. C. Storage: Hydrants should be stored in the fully closed position to prevent entry of foreign material that could cause damage to the seating surfaces. Whenever practical, hydrants should be stored indoors. If outside storage is required, means should be provided to protect the operating mechanism. In outside storage, parts and flanges should be protected from the weather and foreign materials. Section 331619 COLLIER COUNTY HYDRANTS TECHNICAL SPECIFICATIONS Page 1 of 4 1 1 E PART 2 PRODUCTS 2.1 FIRE HYDRANTS A. Fire hydrants shall be of the dry barrel, compression type conforming to AVVWA C502 "Standard for Dry-Barrel Fire Hydrants" and additional requirements as set forth herein. B. Hydrant shall have break away upper sections capable of ready replacement without loss in the event of traffic damage. Each hydrant shall have a 6" bottom inlet connection and valve opening at least 5-1/4 inches in diameter. Hydrants shall have a national standard pentagon 1.5 inch, point to flat operating nut and turn to the left (counter clockwise) to open. Each hydrant shall be fitted with one 4- 1/2-inch pumper connection and two 2-1/2 inch hose connections, both having threads that conform to the Fire Division Standard for the area. Hose caps shall be chained (unless specified without by appropriate fire control district) to the hydrant barrel and fitted with nuts similar to the hydrant operating nuts. Each hydrant shall have a barrel of sufficient length to bring the bottom of the 6" pipe connection 3 feet below the surface of the finished ground. Each hydrant shall have breakaway flanges and be made in at least two sections bolted together. All interior working parts of the hydrant shall be removable from the top of the hydrant to allow repairs without removing the hydrant barrel after it has been installed. Hydrants shall have renewable 0-ring stem seals. Hydrant barrels shall be painted AVVWA Safety Yellow (lead free) or as specified by appropriate fire control district. They shall be designed for a working pressure of 150 psi. C. Hydrant shall have no drain ports. If ports exist, they shall be plugged with a threaded plug. D. Operating stem shall be equipped with anti-friction thrust bearing to reduce operating torque and assure easy opening. Stops shall be provided to limit stem travel. Stem threads shall be enclosed in a permanently sealed lubricant reservoir with 0-ring seals. E. Hydrants shall be designated for 150 psi working pressure and shop tested to 300 psi pressure with main valve both opened and closed. Under test the valve shall not leak, the automatic drain shall function and there shall be no leakage into the bonnet. F. Hydrants shall be of the years manufacture when construction commenced. G. Acceptable models, see Appendix F, County Approved Product List. Section 331619 COLLIER COUNTY HYDRANTS TECHNICAL SPECIFICATIONS Page 2 of 4 1 1 E PART 3 EXECUTION 3.1 INSTALLATION A. Set hydrants plumb and in true alignment with mains. Utilize restrained joints as shown in the Collier County Standard Details. Carefully backfill around hydrants so as not to disturb the hydrant and thoroughly compact backfill so as to support the hydrant securely. The hydrants shall have 18-inch clearance measured from finish grade to the center of pumper connection. B. Hydrants shall be located a minimum of 4 feet from the curb in urban areas, and a minimum of 14 feet from the edge of pavement in rural areas, and in accordance with local Fire Department requirements. A gate valve shall be provided at the connection to the main as shown in the Standard Details. END OF SECTION Section 331619 COLLIER COUNTY HYDRANTS TECHNICAL SPECIFICATIONS Page 3 of 4 liE NO TEXT FOR THIS PAGE Section 331619 COLLIER COUNTY HYDRANTS TECHNICAL SPECIFICATIONS Page 4 of 4 1 1 E SECTION 333200 PUMP STATIONS PART 1 GENERAL 1.1 SCOPE OF WORK A. This section includes the following items: wet wells, access covers, pumps, wet well equipment, valves, emergency bypasses, pump control panels, pump controller/RTU, antenna subsystem, disconnects, electric meters, electric service, pump wiring, lightning arrestors, and odor control systems. B. Conform all pump stations to the specifications, Utilities Detail Drawings, and latest National Electrical Code (NEC) requirements. C. When a pump station has a peak design flow coming into the station greater than 500 gpm, contact Public Utilities Planning and Project Management Department for specifications. D. For systems eligible to be taken over by the COUNTY, provide enough room to operate and maintain all water and wastewater systems in a simple and non- awkward manner. If a pump station pump needs to be replaced, provide enough room for the COUNTY to readily remove the pump, and to do so without interfering with traffic. In order to be eligible for conveyance to the COUNTY, the pump station easement area must be designed to 30'X30', or twice the depth of the wet well by twice the depth of the wet well, whichever is larger, as defined in the Collier County Standards and Procedures Ordinance, Subsection 7.7(c), as amended or superceded. E. Schedule required COUNTY inspections of (1) pump station installation prior to cover-up and (2) pump station start-up. F. Install all fencing around the pump station in accordance with Section 323113. PART 2 EQUIPMENT 2.1 MATERIALS A. Wet Well: The concrete structure shall consist of precast, reinforced sections conforming to ASTM C76 and/or ASTM C478. 8-foot diameter wet wells shall have a minimum wall thickness of 8 inches. Wall thickness for larger wet wells shall conform to ASTM standards for wall thickness, but shall not be less than 8 inches in any case. The minimum inside diameter for all wet wells eligible to be owned and maintained by Collier County shall be 8 feet. As a deviation, a 6-foot diameter wet well can be utilized if the ENGINEER can demonstrate that the wet Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E well is sufficient hydraulically and the developer can demonstrate that the pump station shall be used for the perpetual and exclusive use of that particular development. For pump stations that will not be owned and maintained by Collier County, the ENGINEER shall set the design specifications for the wet well, provided such design does not in any way endanger the health, safety and/or welfare of the public. Base riser section shall be monolithically cast with the base slab. All concrete shall utilize Type 2 cement and have a minimum compressive strength of 4000 psi at twenty eight (28) days. On new construction, if more than one hole is abandoned and required to be cemented in, provide a new wet well barrel section. Reinforcing steel for all wet well structures should be sized by the unit manufacturer and verified by the ENGINEER. All connections to the wet well for gravity sewer piping shall be equal to those for manholes as described in Section 333913. Factory double coat all exterior surfaces with an acceptable bituminous or epoxy sealer a minimum of 18 mils thick. Seal all riser joints utilizing plastic joint sealing compound (see County Approved Product List, Appendix F). Reinforcement and top slab thickness shall be specified by the design ENGINEER for H-20 loadings in all cases. Minimum reinforced slab thickness shall be 8 inches. Typical standards for wet wells are available in the Collier County Standard Details. The ENGINEER shall be responsible for designing all wet well structures to overcome buoyancy forces exerted on the installed structure. Coat all wet well interiors with an acceptable field applied internal protection (see County Approved Product List, Appendix F) in accordance with Section 099723. B. Above-Ground Valves and Piping: Above-ground valves and piping must be positioned so that it does not lie above any gravity sewer line entering the wet well, unless field conditions dictate otherwise and the COUNTY has granted prior approval. Typical above-ground valves and piping standards are located in the Collier County Standard Details. C. Pumps: Sewage pumps (see County Approved Product List, Appendix F) shall be of the submersible type suitable for operation in sewage of temperature not exceeding 115 degrees Fahrenheit. Pump head curves and design specifications for each application proposed shall be submitted for review and approval within the ENGINEER's hydraulic design report. All pumps shall be three-phase unless approved by a Utility Deviation Form. At least one (1) pump in each wet well shall be equipped with a mix-flush system (see County Approved Product List, Appendix F). D. Access Covers: Access covers for pump station wet wells shall be above the 100- year flood elevation unless the structure is located within a documented velocity and tidal flood zone, and elevation differentials prohibit such installation. In such cases, watertight access covers shall be utilized. The ENGINEER shall provide shop drawings of such access covers for review and approval by THE County Manager or designee prior to use. Access covers shall be constructed of diamond plate aluminum sheets and aluminum structural members. All access covers shall be attached to aluminum angle frames with stainless steel hinges and fasteners. Angle frames shall be firmly anchored into the top concrete slab of the Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 2 of 6 structure. All access covers shall be equipped with a ratchet-type restraint mechanism to prevent accidental closing of the cover and torsion bar or spring assist type openers. Assist openers shall be manufactured of stainless steel. Access covers shall be designed for H-20 loadings. E. Wet Well Equipment: All pump discharge piping shall be HDPE pipe and shall be in conformance with pipe utilized for wastewater force mains. All fittings shall be HDPE fused, flange/flange, or Uni-Flange connections. All nuts, bolts, fasteners, brackets, pump guide rails and other hardware located inside the wet well shall be 316 stainless steel. A pump out with a screened vent shall be provided on all installations, with the pipe extended through the wet well lid (see details). Electrical systems and components (e.g. motors, lights, cables, conduits, switch boxes, control circuits, etc.) in raw wastewater wetwells, or in enclosed or partially enclosed spaces where hazardous concentrations of flammable gases or vapors may be present shall comply with the National Electrical Code (NEC) requirements for Class I Group D, Division 1 locations. Electrical equipment located in wet wells shall be suitable for use under corrosive conditions. F. Valves: Discharge piping for each pump shall be equipped with a weighted check valve and plug valve. A tee with an isolation plug valve, equipped with a quick coupling (see County Approved Product List, Appendix F), shall be provided for a means of emergency bypass access to the wastewater force main. Valves shall be supported by stainless steel pipe supports. G. Emergency Bypass: A 4-inch emergency bypass connection shall be provided down-stream from the in-line discharge piping valves. The connection shall be readily accessible and be equipped with a plug-type isolation valve and 4-inch male Kamlock type quick coupling and cap. H. Pump Control Panel (see County Approved Product List, Appendix F): Panel enclosure construction shall be equal to a NEMA 4X stainless steel with 3-point latch where required and utilize stainless steel. When possible, panel door shall open away from wetwell and not towards wetwell hatch to ensure safety during maintenance of wetwell and panel. To ensure proper installation of Control Panel, contact the Wastewater Department prior to rough-in or installation of Control Panel, for a pre-construction meeting with respective Wastewater Collections Personnel. Control panels shall be mounted on two 6 inch by 6 inch precast concrete posts. All mounting bars, nuts, bolts, etc. shall be stainless steel. A 110/120 volt (110V) receptacle shall be provided inside the control panel for pump stations that have outdoor control panels. Ground fault interruption (GFI) protection shall be provided for all outdoor outlets. Pump Controller / RTU: Provide a pump control panel (see County Approved Product List, Appendix F) including a TAC Pack TCU (RTU) for pump controlling purposes. At a minimum, the TAC Pack TCU shall include an integrated 2-Watt digital radio, an 18 amp hour back-up battery, a manufacturer's prefabricated wire harness, all manufacturer recommended surge protection, and suitable devices for measuring wastewater flow. The TAC Pack TCU shall incorporate three on- Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E board fail-safe HOA switches and Triplex/Duplex/Simplex configurable operation mode. An on-board 240 VAC or 460 three phase monitor shall be provided. The Alarm light and bell shall be activated by the TAC Pack TCU and the external push-button alarm silence switch shall be wired into the TAC Pack TCU. The TAC Pack TCU shall incorporate an on-board 4 by 20 character LCD display for elapsed runtime of each pump. During the automatic sequence the pumps shall be controlled in an alternate mode. J. Antenna Subsystem: Provide a high gain antenna (see County Approved Product List, Appendix F) for use to transmit and receive TAC Pack TCU data to and from the COUNTY's existing TAC II SCADA server. Antenna shall utilize all welded- aluminum elements. Element connections utilizing nuts and bolts are not acceptable. Antenna shall have a single radiator element connected to a type N female connector. Antenna shall be supported on a mast/pole and have DC grounding for lightning protection. Antenna mounting hardware shall be made of stainless steel. Antenna shall meet or exceed the quality, reliability and performance of the RTA series as provided by Data Flow Systems, Inc. Antenna mast/pole shall be a 21foot by 1.25 inch SCH80 galvanized pole. Mounting of the antenna mast/pole shall be in accordance with all applicable local and state building codes as they pertain to structural strength and wind velocity requirements. Tower shall meet or exceed the quality and reliability of the AG20 manufactured by Rohn. Coaxial cable shall be RTC 400 as supplied by Data Flow Systems, Inc. Type N connectors shall be utilized at both ends of the coax. Type N connectors shall be sealed with 3 inch sections of Alpha FIT321-1-0 sealant shrink tubing. Coaxial cable shall be secured to the mast/pole with E.V.A.-coated 316 stainless steel cable ties. Cable ties shall meet or exceed the quality, reliability and performance of AE112 cable ties manufactured by Band-It. For pump stations to be conveyed to the County, a startup and successful testing of Data Flow telemetry equipment by Data Flow representatives and County Wastewater Collections instrumentation and telemetry representatives is required prior to County acceptance. After initial startup, for pump stations to be conveyed to the County, the latitude and longitude of pump stations shall be provided. K. Disconnect: A circuit breaker disconnect shall be provided to isolate the pump control panel. Disconnect shall be installed on the service line between the electric meter and control panel and shall be lockable in the "ON" or "OFF" position. Disconnects shall be housed in a NEMA 4X, stainless steel enclosure or better. L. Electric Meter: The electric meter servicing the pump station shall be located adjacent to the pump control panel, and shall be located and wired so as to service only the pump station facility. M. Electric Service: All underground electric services shall be fully conduited in 2-inch diameter Schedule 80 PVC pipe from the power company source point to the pump control panel. The maximum length of the electric service from the power company transformer to the pump control panel shall be 200 feet. One spare conduit shall be provided and terminated in the meter. Only copper service wire Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 4 of 6 1 1 E shall be utilized. Sizing of the service wire shall be verified with the power company and the extent and location of the service shall be indicated on the record drawings. The CONTRACTOR shall certify that the voltage drop across the service does not exceed five percent (5%) of the power company's line voltage at full load start-up of the pump station pumps. All pump stations shall have minimum 100-amp service. All electrical components shall be located within the COUNTY right-of-way or County Utility Easement (CUE). N. Pump Wiring: Power wiring for each pump, from the control panel to the wet well shall be conduited in separate 2 inch diameter Schedule 80 PVC pipe and an appropriately sized water-tight fitting with separate strain relief shall be installed on each line. A spare parallel 2-inch PVC pipe conduit from the panel to the wet well shall be provided. All wire shall be stranded THHN or MTW copper wire. The pump motor cords shall be flexible and serviceable under conditions of extreme usage. Total of angle bends shall be 180 degrees or less. All conduits between wetwell and control panel shall not exceed a total of 180 degrees of bends per run. All service conduits shall be 2" Schedule 80 PVC except where noted. The pump motor cords shall be flexible and have an appropriate amount of slack. O. Lightning Arrestors: All pump stations shall be equipped with lightning arrestor(s) (see County Approved Product List, Appendix F). The lightning arrestor shall be installed externally on the load side of the disconnect, between the disconnect and the main breaker. The penetration through the disconnect must be made below the working mechanism of the disconnect. P. Odor Control Systems for Community Pump Stations: Furnish and install an 8'X11' concrete slab for potential future odor control system. A Pre-Engineered Biofiltration Odor Control System shall be furnished if required by the engineer of record. PART 3 EXECUTION Not Used END OF SECTION Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 333200 COLLIER COUNTY PUMP STATIONS TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 333313 WASTEWATER VALVES AND APPURTENANCES PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install complete and ready for operation all valves and appurtenances as shown on the Drawings and as specified herein. B. The equipment shall include, but not be limited to, the following: 1. Eccentric Plug Valves 2. Check Valves 3. Vacuum Breakers 4. Air Release Valves 5. Flange Adapter Couplings 6. Flexible Couplings 7. Diaphragm Seals 8. Unions 9. Mechanical Type Seals 10. Hose End Faucets 11. Pressure Gauges 12. Reduced Pressure Backflow Preventer 13. Flow Meters 1.2 DESCRIPTION OF SYSTEMS A. All of the equipment and materials specified herein are intended to be standard for use in controlling the flow of wastewater and reclaimed water. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 1 of 12 1 1 E 1.3 QUALIFICATIONS A. All of the types of valves and appurtenances shall be products of well-established reputable firms who are fully experienced, reputable and qualified in the manufacture of the particular equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these specifications as applicable. 1.4 SUBMITTALS A. Submit within 30 days after execution of the contract a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site. B. Complete shop drawings of all valves and appurtenances shall be submitted to the ENGINEER for approval in accordance with the General Conditions. 1.5 TOOLS A. Special tools, if required for normal operation and maintenance shall be supplied with the equipment. PART 2 PRODUCTS 2.1 GENERAL A. All valves and appurtenances shall be of the size shown on the Drawings and as far as possible all equipment of the same type shall be from one manufacturer. B. All valves and appurtenances shall have the name of the maker and the working pressure for which they are designed cast in raised letters upon some appropriate part of the body. 2.2 DESIGN A. Eccentric Plug Valves 1. All valves (see County Approved Product List, Appendix F) shall be eccentric plug valves unless otherwise specified. 2. Plug valves shall be tested in accordance with AVVWA C504 Section 5. Each valve shall be performance tested in accordance with AVVWA C504 Section 5.2 and shall be given a leakage test and hydrostatic test as described in AVVWA C504 Paragraphs 5.3 and 5.4. The leakage test shall be applied to the face of the plug tending to unseat the valve. The Manufacturer shall furnish certified copies of reports covering proof of design testing as described in AVWVA C504 Section 5.5. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 2 of 12 1 1 E 3. Plug valves shall be of the tight closing, resilient faced, non-lubricating variety and shall be of eccentric design such that the valve's pressure member (plug) rises off the body seat contact area immediately upon shaft rotation during the opening movement. Valve pressure ratings shall be as follows and shall be established by hydrostatic tests as specified by ANSI B16.1-1967. Valves shall be drip-tight in both directions (bi-directional) at rated pressure of 175 psi through 12-inch diameter, and 150 psi for 14-inch diameter and above. The valve shall be provided with a 2-inch square operating nut. 4. The valve body shall be constructed of cast iron ASTM A126, Class B. Body ends shall be mechanical joint to meet the requirements of AWWA C111/ANSI A21.11 or single gasket push-on type. 5. The valve plug shall be constructed of cast iron or ductile iron and shall have a conical seating surface that is eccentrically offset from the center of the plug shafts. The plug and shafts shall be integral. The entire plug face shall be totally encapsulated with Buna N (Nitrile) rubber in all valve sizes. The rubber to metal bond must withstand 75 lbs. pull under test procedure ASTM D-429-73, Method B. When the plug is in full open position, plug geometry and body waterway contours must provide a passageway that allows flow capacity equal to 100% of the adjacent pipe area. 6. Valve seat mating surface shall be constructed of a welded-in overlay of not less than 90% nickel or be a one-piece 304 stainless steel ring. Seat ring contour must be precision machined. 7. A mechanical "brake" shall be supplied on all valves and shall be capable of "locking" the valve in any intermediate position between full-open and full-closed. 8. Valves shall have multiple V-type packing and packing glands and shall be capable of being field adjusted or repacked without the bonnet or plug being removed from the valve with the valve under the full rated pressure. Valves shall have a port position indicator. 9. For corrosion protection, the interior ferrous surfaces of all plug valves shall have a 2-part epoxy internal coating to a minimum of 20 mils thickness. 10. Valve shaft seals shall be adjustable and comply with AWWA C507 Section 10 and with AWWA C507 Section 11. 11. Manual valves shall have lever or gear actuators and tee wrenches, extension stems, floorstands, etc. as indicated on the plans. All valves 6" and larger shall be equipped with gear actuators. All gearing shall be enclosed in a semi-steel housing and be suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. All actuator shafts shall be supported on permanently lubricated bronze bearings. Actuators shall clearly indicate valve position and an adjustable stop shall be provided to set Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 3 of 12 1.1E closing torque. All adjustable stop shall be provided to set closing torque. All exposed nuts, bolts, and washers shall be zinc or cadmium plated. Valve packing adjustment shall be accessible without disassembly of the actuator. 12. Valves and gear actuators for submerged service shall have seals on all shafts and gaskets on the valve and actuator covers to prevent entry of water. Actuator mounting brackets for buried or submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. 13. Three-way plug valves shall be non-lubricated gear oriented. Valve bodies shall be ASTM A-126 Class, and be semi-steel with 125 lb. ANSI standard flanges. Plugs shall be resilient faced. Three-way valves shall be 3-way, 3-port 270- degree turn. 14. Plug valves installed such that actuators are 6 feet or more above the floor shall have chain wheels. 15. Where shown on the Drawings, plug valves shall be installed with extended shafts and actuators. Actuators for extended shafts shall be mounted on floor stands where indicated on the drawings or shall be removable handwheels where floor stands are not called for. Six-inch sleeves shall be provided for extended shafts in all floors; where necessary covers shall be provided. Shafts shall be of adequate strength to operate the valve and shall be 304 stainless steel where submerged and carbon steel elsewhere. Floor stands and covers, where called for shall be cast iron. Floor stands shall be equipped with valve position indicators. Where shown on the drawings, plug valves shall be furnished with extended bonnets, equal to DeZurik Figure 640. 16. All buried plug valves shall have a remote position indicator in the valve box showing position of the valve. A stainless steel centering and I.D. plate shall be provided showing direction of opening and number of turns to open for each valve. B. Valves for Buried Service 1. Valves for buried service shall meet all the requirements as specified herein for interior except that buried valves shall have mechanical joint ends. 2. All buried valves shall have cast-iron two piece valve boxes (see County Approved Product List, Appendix F), valve boxes shall be provided with suitable heavy bonnets to extend to such elevation at the finished grade surface as directed by the ENGINEER. The barrel shall be two-piece, screw type. The upper section shall have a flange at the bottom having sufficient bearing area to prevent settling, shall be designed so as to prevent the transmission of surface loads directly to the valve or piping, and shall be complete with cast iron covers. Covers shall have "SEWER" cast into the top. The covers shall be so Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 4 of 12 1 1 E constructed as to prevent tipping or rattling. All valve boxes located in paved roadways or sidewalks shall have locking covers. 3. Where valves are located out of pavement, the boxes shall be adjusted to finished grade and a concrete slab two feet square and six inches thick shall be poured around the box, as shown in the Details. 4. Valve boxes shall be of the heavy duty, traffic bearing cast iron, adjustable screw type with a drop cover. The valve box assembly shall consist of a bottom section, top section and cover which is cast from gray iron, formulated to ASTM specification A-48 latest revision, minimum tensile of 21,000 psi and shall be free from blowholes, shrinkage or other imperfections not true to pattern. The shaft size shall be 5 1/4" and the adjustable length shall be from 18"to 36". The wall thickness shall be 1/4". The weight of the assembly shall be 61 pounds ± 2 pounds, with the cover weight being a minimum of 13 pounds. 5. The name of the manufacturer and foundry of origin shall be cast into each of the components of the assembly in legible form. The assembly shall be suitable for highway traffic wheel loads of 16,000 pounds and shall withstand a proof load test of 25,000 pounds without failure or permanent deflection. The valve box shall be cast, machined, assembled, and packaged within the United States and shall fully comply with the Buy American provisions of Public Law 102-240, enacted 12/18/91. C. Check Valves 1. All check valve bodies shall be cast iron per ASTM A126 Class B, having integral (not Wafer) flanges. 2. The seat shall be centrifugally cast bronze with an 0-ring seal and be locked in place with stainless steel lock screws and be field replaceable, without the use of special tools. 3. The shaft shall be single and continuous stainless steel, extending on one side of the body with a lever and weight. 4. The air cushion cylinder, when specifically required, shall be constructed of corrosion-resistant material and the piston shall be totally enclosed within the cylinder and not open at one end. The air cushion cylinder assembly shall be externally attached to either or both sides of the valve body and will permit adjustability to cushion the closure of the valve. Cushioning shall be by air trapped in the cushion cylinder, which shall be fitted with a one-way adjustable control check valve to cushion disc contact to the seat at the shut-off point. The bottom cylinder head shall be swivel mounted and not rigid to follow the change of force angles as the lever raises or lowers to open or close the check valve. Valve shall prevent backflow on normal pump shut-off or power failure, at zero velocity, and be watertight. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 5 of 12 1 1 E 5. The disc shall be cast iron utilizing a double clevice hinge connected to a ductile iron disc arm. The disc arm assembly shall be suspended from a stainless steel shaft, which passes through a seal retainer on both sides of the valve body. 6. Valve exterior to be painted with Red Oxide Phenolic Primer Paint as accepted by the FDA for use in contact with Potable Water. Materials shall be certified to the following ASTM specifications: a. Body, cover & disc - Cast Iron -ASTM A126, Class B b. Disc Arm - Ductile Iron -ASTM A536 c. Seat -Aluminum Bronze or Stainless Steel -ASTM B148, ASTM A276 d. Disc Seat - Buna-N or metal e. Cushion cylinder - Corrosion-resistant Commercial material 7. For corrosion protection, the interior ferrous surfaces of all check valves used in sewage applications shall be coated with a factory applied, two-part epoxy coating to a minimum of 20 mils thick. D. Automatic Air Release Valves for Wastewater Systems All force mains shall have automatic air release valves installed as they are indicated on the plans. These Automatic Air Release Valves (ARV's) shall conform to the following: 1. The ARV shall be a "Combination" ARV modified with a check valve on the discharge of the air piping to allow air release only operation. 2. The body of these valves shall be conical shaped to maintain maximum air gap to ensure no contact between the sewage and the seal. 3. The ARV shall seal at zero (0) psi and have an overall operating range of 0 — 250 psi, (0 — 17.2 bar). 4. The ARV shall close watertight when liquid enters the valve, even when the fluid is rising without pressure, (no minimum operating pressure required). 5. The working pressure shall be 250 psi (17.2 bar) tested to 360 psi (25 bar). 6. The ARV shall include both a Polypropylene Debris Shield funnel and an Orifice Strainer to prevent solids from entering sealing area. 7. The ARV shall have a rolling cup seal diaphragm for infinitely variable operation, providing water hammer inhibition. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 6 of 12 1 1 E 8. The ARV body shall be constructed of 316 stainless steel. The float shall be Delrin (Polyoximethylene, POM) and the Float Spindle shall be of 316 stainless steel. The valve seat and all internal working parts shall be of corrosion- resistant materials. ARV flange hardware (nuts, bolts, washers) shall be of 316 stainless steel construction. 9. The threaded or flanged outlet size of the ARVs shall be sized by the design engineer. A minimum diameter of two inches (2") shall be provided. 10. All parts required for ARV maintenance shall be the same for all connection sizes (ie: the internal parts for the 2" ARV are identical to the internal parts for the 4" ARV). 11. All ARV manufacturers and models shall comply with the County Approved Product List (Appendix F). All ARVs shall be installed in accordance with manufacturer recommendations and shall have an isolation valve connection for control. 12. All ARVs installed for wastewater transmission systems (except at pump stations or wastewater treatment facilities) shall be installed in above ground polyethylene enclosures as shown on the County's standard details. Color of enclosures shall be dark green. E. Flange Adapter Couplings 1. Flange adapter couplings shall be of the size and pressure rating required for each installation and shall be suitable for use on either cast iron or ductile iron pipe. They shall be similar or equal to Dresser Company, Style 128. All couplings shall have a sufficient number of factory installed anchor studs to meet or exceed the test pressure rating for this project, 100-psi minimum. F. Flexible Couplings: 1. Flexible couplings shall be either the split type or the sleeve type as shown on the Drawings. a. Split type coupling shall be either the split type or the sleeve type as shown on the Drawings. The couplings shall be mechanical type for radius groove piping. The couplings shall mechanically engage and lock grooved pipe ends in a positive coupling and allow for angular deflection and contraction and expansion. b. Couplings shall consist of malleable iron, ASTM Specification A47, Grade 32510 housing clamps in two or more parts, a single chlorinated butyl composition sealing gasket with a "C" shaped cross-section and internal sealing lips projecting diagonally inward, and two or more oval track head type bolts with hexagonal heavy nuts conforming to ASTM Specification Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 7 of 12 1 1 E A183 and A194 to assemble the housing clamps. Bolts and nuts shall be Series 300 stainless steel. c. Victaulic type couplings and fittings may be used in lieu of flanged joints. Pipes shall be radius grooved as specified for use with the Victaulic couplings. Flanged adapter connections (see County Approved Product List, Appendix F) at fittings, valves, and equipment. d. Sleeve type couplings (see County Approved Product List, Appendix F) shall be used with all buried piping. The couplings shall be of steel. The coupling shall be provided with stainless steel bolts and nuts unless indicated otherwise. e. All couplings shall be furnished with the pipe stop removed. f. Couplings shall be provided with gaskets of a composition suitable for exposure to the liquid within the pipe. g. If the CONTRACTOR decides to use victaulic couplings in lieu of flanged joints, he shall be responsible for supplying supports for the joints. G. Diaphragm Seals (see County Approved Product List, Appendix F): 1. Diaphragm seals shall be installed on pressure gauge connection to all lines where shown on the Drawings, to protect pressure switches used to monitor excessive pressures on pipe lines. The diaphragm shall be "thread attached" to both piping and pressure switches. Diaphragm seals shall be constructed of cadmium plated carbon steel, except for the lower housing which shall be specifically chosen according to the fluid pressure being monitored. 2. Diaphragm seals shall have a flushing connection. H. Unions 1. Unions on ferrous pipe 2" in diameter and smaller shall be 150 pounds malleable iron, zinc-coated. Unions on water piping 22" in diameter and larger shall be flange pattern, 125 pound class, zinc-coated. Gaskets for flanged unions shall be of the best quality fiber, plastic, or leather. Unions shall not be concealed in walls, ceilings, or partitions. I. Mechanical Type Seals 1. Mechanical type seals (see County Approved Product List, Appendix F) shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 8 of 12 lIE J. Hose End Faucets 1. Hose end faucets (see County Approved Product List, Appendix F) for potable water supply at submersible stations shall be furnished with removable key and shall be lockable. K. Pressure Gauges 1. Each pressure gauge shall be direct mounted, cast aluminum case, with a 42" diameter dial and furnished with a clear glass crystal window, 3/8" shut-off valve, and a bronze pressure snubber. Provide diaphragm seals between shut-off valve and pressure gauge on all sludge and lines with nonclear matter in suspension of solution. All gauges shall be weatherproofed. The face dial shall be white finished aluminum with jet black graduations and figures. The face dial shall indicate the units of pressure being measured (e.g., feet, inches, etc.) or be dual scale. 2. If shown on the drawings, each pump discharge line shall be furnished with gauges sized 0-100 psi. L. Reduce Pressure Backflow Preventer 1. If shown on the drawings, backflow preventers shall be supplied at each pump station, and installed in accordance with the Collier County Standard Details. M. Flow Meters for Master Pumping Stations 1. Meters shall be of the magnetic type with Teflon lining, stainless steel electrodes and ultrasonic cleaning, or the universal venturi type with flanged cast or ductile iron body and bronze throat. Flow meters shall be designed to record both the peak pumping station capacity and anticipated minimum flows with equally high accuracy. The meters shall be direct reading in gallons per minute, totalizing in million gallons per day and recording on 12-inch diameter, 24-hour linear charts in gallons per minute. All meters shall also be tied to the Radio Telemetry SCADA System. The flow metering system shall be installed within the pumping station structure, if space is available, or in an exterior protected and drained pit. In all cases, meter by-pass valves and piping shall be provided. 2. Flow meters shall be supplied for"Master Lift Stations" only. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 9 of 12 1 1 E PART 3 EXECUTION 3.1 INSTALLATION A. Install all valves and appurtenances in the locations shown, true to alignment and rigidly supported. Repair any damage to the above items to the satisfaction of the ENGINEER before they are installed. B. Carefully inspect each valve, open it wide and then tightly close it, and test the various nuts and bolts for tightness. Take special care to prevent any foreign matter from becoming lodged in the valve seat. Valves, unless shown otherwise shall be set with their operator shaft vertically. Repair and replace any valve that does not operate correctly. C. Carefully center valve boxes over the operating nuts of the valves so as to permit a valve wrench or key to be fitted easily to the operating nut. Valve boxes shall be set to conform to the level of the finished surface and held in position by a ring of concrete placed under the support flange as shown on the Collier County Standard Details. The valve box shall not transmit surface loads to the pipe or valve. Care shall be taken to prevent earth and other material from entering the valve box. Any valve box which is out of alignment or whose top does not conform to the finished ground surface shall be dug out and reset. Before final acceptance of the work, adjust all valve boxes to finish grade. Valve operating risers shall be installed with any valves required to ensure that the operating nut is 30-inches or less from the ground surface. D. After installation, test all valves and appurtenances for at least 1 hour at the working pressure corresponding to the class of pipe, unless a different test pressure is specified. If any joint proves to be defective, repair it to the satisfaction of the ENGINEER. E. Install all floor boxes, brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, check all plans and figures that have a direct bearing on their location and he shall be responsible for the proper location of these valves and appurtenances during the construction of the structures. F. Pipe for use with flexible couplings shall have plain ends as specified in the respective pipe sections. G. Buried flanged or mechanical joints shall be made with Series 300, stainless steel bolts. All exposed bolts shall be made with Series 300 stainless steel bolts. H. Prior to assembly of split couplings, thoroughly clean the grooves as well as other parts. The ends of the pipes and outside of the gaskets shall be moderately coated with petroleum jelly, cup grease, soft soap or graphite paste, and the gasket shall be slipped over one pipe end. After the other pipe has been brought to the correct Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 10 of 12 1 1 E position, center the gasket properly over the pipe ends with the lips against the pipes. The housing sections then shall be placed. After the bolts have been inserted, tighten the nuts until the housing sections are firmly in contact, metal-to-metal, without excessive bolt tension. Prior to the installation of sleeve-type couplings, thoroughly clean the pipe ends for a distance of 8". Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6" from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. Insert the other pipe end into the middle ring and bring to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flaires. After the bolts have been inserted and all nuts have been made up finger-tight, uniformly tighten diametrically opposite nuts progressively all around the joint, preferably by use of a torque wrench of the appropriate size and torque for the bolts. 3.2 AIR RELEASE VALVE INSTALLATION A. Each air release valve shall be installed at a high point in the pipeline. B. Prior to pressure testing a pipeline, all air release valve assemblies on that pipeline shall be installed. 3.3 SEWER SERVICE CONNECTIONS A. Materials, Construction: 1. All sewer service connections shall be of SDR 35 PVC as specified herein with elastomeric gaskets on pipe and fittings. 2. Service lines shall be connected to the sewer mains by means of a PVC wye fitting. The service branch of the wye fitting will be elevated depending on the depth of the sewer and the elevation of the property to be served. 45 degree bends or other fittings shall be used to connect the service line at the wye branch. Service lines shall be installed at such grades as will adequately serve the properties, minimum 1% slope. 3. Service lines shall extend from the sewer to the property line and be plugged. Plugs shall be plastic with sealer. Service lines shall be 6 inches for single residential properties and 6 inches pipe and larger for commercial, industrial, and multiple residential services. Service lines will have a minimum of 3 feet and a maximum of 5 feet of cover at the property line. Service will be provided to each lot. All laterals shall have a vertical clean out installed at the property line. Clean outs shall extend 24 inches above grade and should be capped. After final connection of the lateral to a structure the clean out shall be cut off at grade and capped. Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 11 of 12 1 1 E 3.4 SHOP PAINTING A. Coat ferrous surfaces of valves and appurtenances with rust-inhibitive primer. Cap all pipe connection openings to prevent the entry of foreign matter prior to installation. 3.5 FIELD PAINTING A. Paint all metal valves and appurtenances specified herein and installed in valve and meter pits as specified. 3.6 INSPECTION AND TESTING A. Subject completed pipe to hydrostatic pressure test at full working pressure. Repair all leaks and retest the line as approved by the ENGINEER. Prior to testing, support the gravity pipelines in an approved manner to prevent movement during tests. END OF SECTION Section 333313 COLLIER COUNTY WASTEWATER VALVES AND APPURTENANCES TECHNICAL SPECIFICATIONS Page 12 of 12 1 1 E SECTION 333913 SEWER MANHOLES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for providing sewer manholes and all other appurtenances for a complete installation. Provide precast reinforced concrete manholes conforming to ASTM C478 in accordance with the Collier County Standard Details. B. Related Work Specified in Other Sections Include: 1. Section 055600 — Metal Castings 2. Section 099723 — Concrete Coatings 1.2 REFERENCE A. Codes and standards referred to in this Section are: 1. ASTM C 76 - Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C 478 - Specification for Precast Reinforced Concrete Manhole Sections 3. ASTM C 32 - Specification for Sewer and Manhole Brick (Made for Clay or Shale) 4. ASTM C 443 - Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets [Metric] 1.3 SUBMITTALS A. Shop Drawings: Submit shop drawings of sewer manholes as specified in Division 1. B. Quality Control: Submit shop and field test reports of concrete samples tested in an approved laboratory. Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 1 of 6 1 1 E 1.4 DELIVERY, STORAGE AND HANDLING A. General: Take every precaution to prevent injury to the manhole sections during transportation and unloading. Unload manhole sections using skids, pipe hooks, rope slings, or suitable power equipment, if necessary, and keep the sections under control at all times. Do not allow the manhole sections to be dropped, dumped or dragged under any conditions. Follow applicable requirements specified in Division 1. B. Damaged Section: If any manhole section is damaged in the process of transportation or handling (see Section 2.3.0 below), contact the Public Utilities Wastewater Department for visual inspection. If the Wastewater Department deems it necessary to reject the manhole section, reject and immediately remove such sections from the site, and replace the damaged manhole sections at no increase in Contract Amount. PART 2 PRODUCTS 2.1 MANUFACTURERS A. See County Approved Product List, Appendix F, for acceptable manufacturers of plastic joint sealing compound and sewer manhole frames and covers. 2.2 MATERIALS A. Concrete, Steel Reinforcement and Aggregates: Provide reinforced concrete, cementitious materials, aggregates and steel reinforcement conforming to the requirements of ASTM C 478, with 4000 psi concrete, Grade 40 reinforcement bars, Type II cement, and a minimum wall thickness of 8 inches. B. Manhole Frames and Covers: Provide manhole frames and covers as shown on the Collier County Standard details. Castings for manhole frames, covers and other items shall conform to the ASTM Designation A48, Class 30. Castings shall be true to pattern in form and dimensions and free of pouring faults and other defects in positions which would impair their strength, or otherwise make them unfit for the service intended. The scating surfaces between frames and covers shall be machined to fit true so the frames and covers do not shift under traffic conditions or permit entry of storm water from flooding. Lifting or "pick" holes shall be provided, but shall not penetrate the cover. The words SANITARY SEWER, as well as COLLIER COUNTY shall be cast in all manhole covers except those owned by a private party. All manhole frames and covers shall be traffic bearing unless otherwise specified. Frames and covers shall be fully bedded in mortar to the correct finished grade elevation with materials shown in the COUNTY's Standard Detail Drawings. C. Preformed Joint Sealing Compound: Provide preformed joint sealing compound for joining manhole sections. Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 2 of 6 1 1 E D. Concrete Protective Liner: Provide concrete protective liner conforming to Section 02608. E. Pipeline Connections: Provide neoprene boots with type 316 stainless steel clamps of a design approved by the County Manager or designee for joining sewers to manhole riser sections. Fill the unfilled portion of the connection with mortar or concrete to guarantee a watertight seal. F. Doghouse Manholes: Doghouse manholes over existing sanitary sewer pipes are permitted, and in a number of instances, preferred. Provide a concrete base a minimum of 8 inches thick, with proper reinforcing rods to prevent cracking. Pour concrete base upon a 12-inch base of gravel. Precast manhole rings may be set in the concrete over the existing pipe. Concrete should then be used to form both the bench and to seal the pipe entrances, both inside and especially outside. Once dry, remove the top of the pipe in the manhole. G. Standard Manholes: The standard manhole shall be 4 feet or more in depth measured from the base of the cover frame to the top of the concrete footing and shall be of the concentric cone type, as shown in the Standard Details. If the manhole is 4 feet or less in depth, it shall be classified as a "Shallow Manhole" as specified below. H. Shallow Manholes: The shallow manhole shall be 4 feet or less in depth measured from the base of the cover frame to the top of the concrete footing and shall be of flat top construction, as shown in the Standard Details. I. Manhole Inverts: Form manhole inverts from concrete having a minimum 28 day compressive strength of 2500 psi, and as shown in the Standard Details. Inverts for "straight-through" manholes may be formed by laying the pipe straight through the manhole, pouring the concrete invert, and then cutting out the top half of the pipe. Construct curved inverts of concrete, as shown in the Standard Details, and form a smooth, even, half pipe section. Precast inverts may be used, however, no large "bowls" shall be permitted in the center of the manhole. To alleviate this problem, grout the invert to form a smooth, uniform invert as shown in the Standard Details. Maintain a 0.1 foot drop across the manhole. J. Inflow Protectors: In all manholes, install an inflow protector manufactured from a high-quality 304 stainless steel with a consistent thickness of not less than 18 gage (see County Approved Product List, Appendix F). The inflow shall have a deep-dish bowl design with no less than 8 inches in depth to allow easy and unobstructed removal of the manhole cover. The manhole inflow protector is to be manufactured with a one-piece rubber gasket installed at the factory for a tight, consistent fit. The rubber gasket is to be designed to securely wrap around the entire leading edge of the inflow protector at the point where it comes in contact with the manhole frame and cover. The wrap around rubber gasket is to be manufactured to a width of no less than 3/8 inches, consistent Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 3 of 6 1 1 E on top and bottom of the leading edge of the inflow protector. The gasket shall be no more than 3/32 inches thick. The insert removal handle shall be manufactured of a high-quality stainless steel for strength and durability. The handle is installed in such a way that it does not interfere with the installation or removal of the manhole lid. The insert handle will be manufactured to withstand a minimum pull force of 500 pounds before it fails or separates from the insert. The inscription "PROPERTY OF COLLIER COUNTY UTILITIES" shall be etched, at the base of the handle frame, to provide a long-lasting identification marker for the COUNTY. K. Chimney Seals: Install a minimum of two (2) precast concrete or HDPE riser rings with a chimney seal (see County Approved Product List, Appendix F) between manhole and cast iron frame. 2.3 SOURCE QUALITY CONTROL A. If requested by the County Manager or designee, at least three cylinders shall be taken each day that manhole sections are cast, with batch samples to be designated by the laboratory representative. At least one set of cylinders will be taken from each 9 cubic yards of concrete used in manhole section construction. These samples will be tested for strength. If the samples fail to meet specified minimum concrete strength requirements, all manhole sections manufactured from the concrete from which the cylinders were made will be rejected. B. The County Manager or designee reserves the right to core manholes either at the job site or point of delivery to validate strength of concrete and placement of steel. If cores fail to demonstrate the required strength or indicate incorrect placement of reinforcing steel, all sections not previously tested will be considered rejected until sufficient additional cores are tested, at no increase in Contract Amount, to substantiate conformance to these requirements. C. Components of the manhole shall be free of fractures, cracks, and undue roughness. Concrete shall be free of defects, which indicate improper mixing or placing, and surface defects such as honeycomb or spalling. Cracks or broken ends due to improper handling will not be acceptable. No lift holes will be allowed except in rise and corbel sections. These holes shall not penetrate the wall and shall be filled with non-shrink grout after installation. PART 3 EXECUTION 3.1 INSTALLATION A. Lifting Holes: Grout lifting holes through the structure with non-shrink grout. B. Precast Base: Provide a precast base of not less than 8 inches in thickness with a minimum dimension across the precast base of 72 inches poured monolithically Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 4 of 6 11E with the bottom section of the manhole walls, reinforced, with a minimum 28-day compressive strength of 3000 psi. C. Joining Manhole Sections: Join precast sections using plastic joint sealing compound (see County Approved Product List, Appendix F) and trimmed prior to grouting. The first construction joint shall be not less than 2 feet above the base slab. Use tongue and groove joints suitable for the flexible gasket. Use non- shrink grout inside and outside for sealing between manhole precast sections. Grout shall be of a type acceptable to the County Manager or designee and designed for use in water. Seal all openings and joints watertight. D. Top Termination: Terminate manhole tops at such elevations as will permit laying up grade rings under the manhole frame to make allowances for future street grade adjustments. E. Drop Connections: Manufacture drop connections, where required on precast manholes, with the manhole elements at the casting yard. Drop manholes shall be constructed per the Collier County Standard Details. F. Internal Protection: Provide internal protection for all manholes by either of the following: 1. Sewpercoat, or 2. IET Coating system, or 3. Raven Lining Systems Install the coating systems per manufacturer's recommendation and completely protect the structure from corrosion. The liner or coating systems must extend and seal onto manhole ring, seal onto and around pipe openings, and any other protrusions, completely cover the bench and flow invert. Provide a five (5)-year unlimited warranty on all workmanship and products. The work includes the surface preparation and application of the coating or liner system, and shall protect the structure for at least five (5) years from all leaks and from failure due to corrosion from exposure to corrosive gases such as hydrogen sulfide. Repair internal coating of existing manholes cored during tie-in of new sewers by applying approved coating material as listed above in accordance with the manufacturer's recommendations. If existing manhole has an internal coating other than that listed above, sandblast the interior of the existing manhole and apply an approved coating in accordance with the manufacturer's recommendations. G. Coal Tar Epoxy: Coat all manhole, wet well, and valve vault exteriors with two (2) coats of coal tar epoxy to a minimum thickness of 8 dry mils. END OF SECTION Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 5 of 6 1 1 E NO TEXT FOR THIS PAGE Section 333913 COLLIER COUNTY SEWER MANHOLES TECHNICAL SPECIFICATIONS Page 6 of 6 1 1 E SECTION 334713 HDPE IRRIGATION POND LINER PART 1 GENERAL 1.1 SECTION INCLUDES A. Specifications and guidelines for MANUFACTURING and INSTALLING geomembrane. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM) 1. D 1004 Test Method for Initial Tear Resistance of Plastic Film and Sheeting. 2. D 1238 Standard Test Method for Flow Rates of Thermoplastics by Extrusion Plastometer. 3. D 1505 Test Method for Density of Plastics by the Density-Gradient Technique. 4. D 1603 Test Method for Carbon Black in Olefin Plastics. 5. D 3895 Standard Test Method for Oxidative-Induction Time of Polyolefins by Differential Scanning Calorimetry. 6. D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. 7. D 5199 Standard Test Method for Measuring Nominal Thickness of Geotextiles and Geomembranes. 8. D 5397 Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin Geomembranes Using Notched Constant Tensile Load Test. 9. D 5596 Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefin Geosynthetics. 10. D 5994 Standard Test Method for Measuring Core Thickness of Textured Geomembranes. 11. D 6392 Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo-Fusion Methods. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 1 of 14 1 1 E 12. D 6693 Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes. B. Geosynthetic Research Institute 1. GRI GM 13 Test Properties, Testing Frequency and Recommended Warranty for High Density Polyethylene (HDPE) Smooth and Textured Geomembranes. 2. GRI GM 17 Test Properties, Testing Frequency and Recommended Warranty for Linear Low Density Polyethylene (LLDPE) Smooth and Textured Geomembranes. 1.3 DEFINITIONS A. Lot-A quantity of resin (usually the capacity of one rail car) used in the manufacture of geomembranes. Finished roll will be identified by a roll number traceable to the resin lot used. B. Construction Quality Assurance Consultant (CONSULTANT) - Party, independent from MANUFACTURER and INSTALLER that is responsible for observing and documenting activities related to quality assurance during the lining system construction. C. ENGINEER- The individual or firm responsible for the design and preparation of the project's Contract Drawings and Specifications. D. Geomembrane Manufacturer (MANUFACTURER) -The party responsible for manufacturing the geomembrane rolls. E. Geosynthetic Quality Assurance Laboratory (TESTING LABORATORY)- Party, independent from the OWNER, MANUFACTURER and INSTALLER, responsible for conducting laboratory tests on samples of geosynthetics obtained at the site or during manufacturing, usually under the direction of the OWNER. F. INSTALLER- Party responsible for field handling, transporting, storing, deploying, seaming and testing of the geomembrane seams. G. Panel- Unit area of a geomembrane that will be seamed in the field that is larger than 100 ft2. H. Patch- Unit area of a geomembrane that will be seamed in the field that is less than 100 ft2. I. Subgrade Surface- Soil layer surface which immediately underlies the geosynthetic material(s). Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 2 of 14 1 1 E 1.4 SUBMITTALS POST-AWARD A. Furnish the following product data, in writing, to ENGINEER prior to installation of the geomembrane material: 1. Resin Data shall include the following. 2. Certification stating that the resin meets the specification requirements (see Section 1.09). 3. Geomembrane Roll. 4. Statement certifying no recycled polymer and no more than 10% rework of the same type of material is added to the resin (product run may be recycled). B. The INSTALLER shall furnish the following information to the ENGINEER and OWNER prior to installation: 1. Installation layout drawings: a. Must show proposed panel layout including field seams and details. b. Must be approved prior to installing the geomembrane. 2. Approved drawings will be for concept only and actual panel placement will be determined by site conditions. 3. Installer's Geosynthetic Field Installation Quality Assurance Plan. C. The INSTALLER will submit the following to the ENGINEER upon completion of installation: 1. Certificate stating the geomembrane has been installed in accordance with the Contract Documents. 2. Material and installation warranties. 3. As-built drawings showing actual geomembrane placement and seams including typical anchor trench detail. 1.5 QUALITY ASSURANCE A. The OWNER will engage and pay for the services of a Geosynthetic Quality Assurance Consultant and Laboratory to monitor geomembrane installation. 1.6 QUALIFICATIONS A. MANUFACTURER Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 3 of 14 11E 1. See County Approved Product List, Appendix F, for approved geomembrane manufacturer. 2. MANUFACTURER shall have manufactured a minimum of 5000,000 square feet of polyethylene geomembrane during the last year. B. INSTALLER 1. Installation shall be performed by the manufacturer approved dealer/installer. 2. INSTALLER shall have installed a minimum of 15,000 square feet of HDPE geomembrane during the last 3 years. 3. INSTALLER shall have worked in a similar capacity on at least 3 projects similar in complexity to the project described in the contract documents, and with at least 5,000 square feet of HDPE geomembrane installation on each project. 4. The Installation Supervisor shall have worked in a similar capacity on projects similar in size and complexity to the project described in the Contract Documents. 5. The INSTALLER shall provide a minimum of one Master Seamer for work on the project. a. Must have completed a minimum of 15,000 square feet of geomembrane seaming work using the type of seaming apparatus proposed for the use on this Project. 1.7 MATERIAL LABELING, DELIVERY, STORAGE AND HANDLING A. Labeling - Each roll of geomembrane delivered to the site shall be labeled by the MANUFACTURER. The label will identify: 1. manufacturer's name 2. product identification 3. thickness 4. length 5. width 6. roll number B. Delivery- Rolls of liner will be prepared to ship by appropriate means to prevent damage to the material and to facilitate off-loading. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 4 of 14 1 1 E C. Storage-The on-site storage location for geomembrane material, provided by the CONTRACTOR to protect the geomembrane from punctures, abrasions and excessive dirt and moisture for should have the following characteristics: 1. level (no wooden pallets) 2. smooth 3. dry 4. protected from theft and vandalism 5. adjacent to the area being lined D. Handling- Materials are to be handled so as to prevent damage. 1.8 WARRANTY A. Material shall be warranted, on a pro-rata basis against Manufacturer's defects for a period of 5 years from the date of geomembrane installation. B. Installation shall be warranted against defects in workmanship for a period of 1 year from the date of geomembrane completion. 1.9 GEOMEMBRANE A. Material shall be smooth/textured polyethylene geomembrane as shown on the drawings. B. Resin 1. Resin shall be new, first quality, compounded and manufactured specifically for producing geomembrane. 2. Natural resin (without carbon black) shall meet the following minimum requirements: Property Test Method HDPE LLDPE Density [g/cm3] ASTM D 1505 0.932 0.915 Melt Flow Index [g/10 ASTM D 1238 (190/2.16) • 1.0 • 1.0 min.] OIT [minutes] ASTM D 3895 (1 100 100 atm/200°C) Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 5 of 14 liE C. Geomembrane Rolls: 1. Do not exceed a combined maximum total of 1 percent by weight of additives other than carbon black. 2. Geomembrane shall be free of holes, pinholes as verified by on-line electrical detection, bubbles, blisters, excessive contamination by foreign matter, and nicks and cuts on roll edges. 3. Geomembrane material is to be supplied in roll form. Each roll is to be identified with labels indicating roll number, thickness, length, width and MANUFACTURER. 4. All liner sheets produced at the factory shall be inspected prior to shipment for compliance with the physical property requirements listed in section 1.09, B, and be tested by an acceptable method of inspecting for pinholes. If pinholes are located, identified and indicated during manufacturing, these pinholes may be corrected during installation. D. Smooth surfaced geomembrane shall meet the requirements shown in the following table(s) for the following material(s): Table 1.1: Minimum Values for Smooth Black-Surfaced HDPE Geomembranes Property Test Method" Thicknes Thicknes Thicknes Thicknes Thicknes Thicknes (mils) (mils) (mils) (mils) (mils) (mils) Thickness, mil(mm) ASTM D 5199 Minimum Average 30(0.75) 40(1.0) 60(1.5) 80(2.0) 100(2.5) 120(3.0) Lowest Individual Reading 27(0.69) 36(0.91) 54(1.4) 72(1.8) 90(2.3) 108(2.7) Density, g/cm3 ASTM D 1505 0.94 0.94 0.94 0.94 0.94 0.94 Carbon Black Content, % ASTM D 1603,mod. 2.0 2.0 2.0 2.0 2.0 2.0 Carbon Black Dispersion ASTM D 5596 Note 2 Note 2 Note 2 Note 2 Note 2 Note 2 Tensile Properties: ASTM D 6693 (each direction) Strength at Yield, lb/in(kN/m) 63(11) 84(15) 130(23) 173(30) 216(38) 259(45) Strength at Break, lb/in(kN/m) 122(21) 162(28) 243(43) 324(57) 405(71) 486(85) Elongation at Yield, % (1.3"gauge length) 13 13 13 13 13 13 Elongation at Break, % (2.0"gauge length) 700 700 700 700 700 700 Tear Resistance, lb(N) ASTM D 1004 21 (93) 28(124) 42 (187) 56(249) 70(311) 84(373) Puncture Resistance, lb(N) ASTM D 4833 59(263) 79(352) 119(530) 158(703) 198(881) 238(1059) Notched Constant Tensile Load,hours ASTM D 5397,app. 400 400 400 400 400 400 Oxidative Induction Time, min. ASTM D 3895 100 100 100 100 100 100 Some test procedures have been modified for application to geosynthetics.All procedures and values are subject to change without prior notification. 2 Only near spherical agglomerates are considered. 9 of 10 views shall be Category 1 or 2. No more than one view Category 3. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 6 of 14 1 1 E E. Textured surfaced geomembrane shall meet the requirements shown in the following table(s) for the following material(s). Table 2.1: Minimum Values for Black Surfaced Coextruded Textured HDPE Geomembranes Property Test Method"' Thicknes Thicknes Thicknes Thicknes Thickness (mils) (mils) (mils) (mils) (mils) Thickness, mil(mm) ASTM D 5994 Minimum Average 30(0.75) 40(1.0) 60(1.5) 80(2.0) 100(2.5) , Lowest Individual Reading 27 (0.69) 36(0.91) 54(1.4) 72(1.8) 90(2.3) Density, g/cm3 ASTM D 1505 0.94 0.94 0.94 0.94 0.94 Carbon Black Content, % ASTM D 1603, modified 2.0 2.0 2.0 2.0 2.0 Carbon Black Dispersion ASTM D 5596 Note 4 Note 4 Note 4 Note 4 Note 4 Tensile Properties(2): ASTM D 6693 (each direction) Strength at Yield, lb/in (kN/m) 63(11) 84(15) 130(23) 173(30) 216(38) Strength at Break, lb/in (kN/m) 45(8) 60(11) 90(16) 120(21) 150(27) Elongation at Yield, % (1.3"gauge length) 13 13 13 13 13 Elongation at Break, % (2.0"gauge length) 150 150 150 150 150 'Tear Resistance, lb(N) ASTM D 1004 21 (93) 28(124) 42(187) 56(249) 70(311) Puncture Resistance, lb(N) ASTM D 4833 54(240) 72(320) 108(480) 144(641) 180(801) Notched Constant Tensile Load(3),hours ASTM D 5397, appendix 400 400 400 400 400 Oxidative Induction Time, min. ASTM D 3895 100 100 100 100 100 Some test procedures have been modified for application to geosynthetics.All procedures and values are subject to change without prior notification. 2 The combination of stress concentrations due to coextrusion texture geometry and the small specimen size results in large variations of test results.Therefore,these tensile properties are minimum average roll values. 3 NCTL on coextruded textured product is conducted on representative smooth membrane samples. Only near spherical agglomerates are considered. 9 of 10 views shall be Category 1 or 2. No more than one view Category 3. F. Extrudate Rod or Bead: 1. Extrudate material shall be made from same type resin as the geomembrane. 2. Additives shall be thoroughly dispersed. 3. Materials shall be free of contamination by moisture or foreign matter. 1.10 EQUIPMENT A. Welding equipment and accessories shall meet the following requirements: 1. Gauges showing temperatures in apparatus (extrusion welder) or wedge (wedge welder) shall be present. 2. An adequate number of welding apparati shall be available to avoid delaying work. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 7 of 14 I 3. Power source must be capable of providing constant voltage under combined line load. 1.11 DEPLOYMENT A. Assign each panel a simple and logical identifying code. The coding system shall be subject to approval and shall be determined at the job site. B. Visually inspect the geomembrane during deployment for imperfections and mark faulty or suspect areas. C. Deployment of geomembrane panels shall be performed in a manner that will comply with the following guidelines: 1. Unroll geomembrane using methods that will not damage geomembrane and will protect underlying surface from damage (spreader bar, protected equipment bucket). 2. Place ballast (commonly sandbags) on geomembrane which will not damage geomembrane to prevent wind uplift. 3. Personnel walking on geomembrane shall not engage in activities or wear shoes that could damage it. Smoking will not be permitted on the geomembrane. 4. Do not allow heavy vehicular traffic directly on geomembrane. Rubber-tired ATV's and trucks are acceptable if wheel contact is less than 6 psi. 5. Protect geomembrane in areas of heavy traffic by placing protective cover over the geomembrane. D. Sufficient material (slack) shall be provided to allow for thermal expansion and contraction of the material. 1.12 FIELD SEAMING A. Seams shall meet the following requirements: 1. To the maximum extent possible, orient seams parallel to line of slope, i.e., down and not across slope. 2. Minimize number of field seams in corners, odd-shaped geometric locations and outside corners. 3. Slope seams (panels) shall extend a minimum of five-feet beyond the grade break into the flat area. 4. Use a sequential seam numbering system compatible with panel numbering system that is agreeable to the CONSULTANT and INSTALLER. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 8 of 14 1 1 E 5. Align seam overlaps consistent with the requirements of the welding equipment being used. A 6-inch overlap is commonly suggested. B. During Welding Operations 1. Provide at least one Master Seamer who shall provide direct supervision over other welders as necessary. C. Extrusion Welding 1. Hot-air tack adjacent pieces together using procedures that do not damage the geomembrane. 2. Clean geomembrane surfaces by disc grinder or equivalent. 3. Purge welding apparatus of heat-degraded extrudate before welding. D. Hot Wedge Welding 1. Welding apparatus shall be a self-propelled device equipped with an electronic controller which displays applicable temperatures. 2. Clean seam area of dust, mud, moisture and debris immediately ahead of hot wedge welder. 3. Protect against moisture build-up between sheets. E. Trial Welds 1. Perform trial welds on geomembrane samples to verify welding equipment is operating properly. 2. Make trial welds under the same surface and environmental conditions as the production welds, i.e., in contact with subgrade and similar ambient temperature. 3. Minimum of two trial welds per day, per welding apparatus, one made prior to the start of work and one completed at mid shift. 4. Cut four, one-inch wide by six-inch long test strips from the trial weld. 5. Quantitatively test specimens for peel adhesion, and then for shear strength. 6. Trial weld specimens shall pass when the results shown in Table 3 are achieved in both peel and shear test. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 9 of 14 1 1 E a. The break, when peel testing, occurs in the liner material itself, not through peel separation (FTB). b. The break is ductile. 7. Repeat the trial weld, in its entirety, when any of the trial weld samples fail in either peel or shear. 8. No welding equipment or welder shall be allowed to perform production welds until equipment and welders have successfully completed trial weld. F. Seaming shall not proceed when ambient air temperature or adverse weather conditions jeopardize the integrity of the liner installation. INSTALLER shall demonstrate that acceptable seaming can be performed by completing acceptable trial welds. G. Defects and Repairs 1. Examine all seams and non-seam areas of the geomembrane for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. 2. Repair and non-destructively test each suspect location in both seam and non-seam areas. Do not cover geomembrane at locations that have been repaired until test results with passing values are available. 1.13 FIELD QUALITY ASSURANCE A. MANUFACTURER and INSTALLER shall participate in and conform to all terms and requirements of the Owner's quality assurance program. CONTRACTOR shall be responsible for assuring this participation. B. Quality assurance requirements are as specified in this Section and in the Field Installation Quality Assurance Manual if it is included in the contract. C. Field Testing 1. Non-destructive testing may be carried out as the seaming progresses or at completion of all field seaming. a. Vacuum Testing (1) Shall be performed in accordance with ASTM D 5641, Standard Practice for Geomembrane Seam Evaluation by Vacuum Chamber. b. Air Pressure Testing Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 10 of 14 1 1 E (1) Shall be performed in accordance with ASTM D 5820, Standard Practice for Pressurized Air Channel Evaluation of Dual Seamed Geomembranes. c. Other approved methods. 2. Destructive Testing (performed by CONSULTANT with assistance from INSTALLER) a. Location and Frequency of Testing (1) Collect destructive test samples at a frequency of one per every 1500 lineal feet of seam length. (2) Test locations will be determined after seaming. (3) Exercise Method of Attributes as described by GRI GM-14 (Geosynthetic Research Institute, http://www.geosvnthetic- institute.org) to minimize test samples taken. b. Sampling Procedures are performed as follows: (1) INSTALLER shall cut samples at locations designated by the CONSULTANT as the seaming progresses in order to obtain field laboratory test results before the geomembrane is covered. (2) CONSULTANT will number each sample, and the location will be noted on the installation as-built. (3) Samples shall be twelve (12) inches wide by minimal length with the seam centered lengthwise. (4) Cut a 2-inch wide strip from each end of the sample for field- testing. (5) Cut the remaining sample into two parts for distribution as follows: (a) One portion for INSTALLER, 12-inches by 12 inches (b) One portion for the Third Party laboratory, 12-inches by 18-inches (c) Additional samples may be archived if required. c. Destructive testing shall be performed in accordance with ASTM D 6392, Standard Test Method for Determing the Integrity of Non- Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 11 of 14 11E Reinforced Geomembrane Seams Produced Using Thermo-Fusion Methods. d. INSTALLER shall repair all holes in the geomembrane resulting from destructive sampling. e. Repair and test the continuity of the repair in accordance with these Specifications. D. Failed Seam Procedures 1. If the seam fails, INSTALLER shall follow one of two options: a. Reconstruct the seam between any two passed test locations. b. Trace the weld to intermediate location at least 10 feet minimum or where the seam ends in both directions from the location of the failed test. c. The next seam welded using the same welding device is required to obtain an additional sample, i.e., if one side of the seam is less than 10 feet long. d. If sample passes, then the seam shall be reconstructed or capped between the test sample locations. e. If any sample fails, the process shall be repeated to establish the zone in which the seam shall be reconstructed. 1.14 REPAIR PROCEDURES A. Remove damaged geomembrane and replace with acceptable geomembrane materials if damage cannot be satisfactorily repaired. B. Repair any portion of unsatisfactory geomembrane or seam area failing a destructive or non-destructive test. C. INSTALLER shall be responsible for repair of defective areas. D. Agreement upon the appropriate repair method shall be decided between CONSULTANT and INSTALLER by using one of the following repair methods: 1. Patching- Used to repair large holes, tears, undispersed raw materials and contamination by foreign matter. 2. Abrading and Re-welding- Used to repair short section of a seam. 3. Spot Welding- Used to repair pinholes or other minor, localized flaws or where geomembrane thickness has been reduced. Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 12 of 14 1 1 E 4. Capping- Used to repair long lengths of failed seams. 5. Flap Welding- Used to extrusion weld the flap (excess outer portion) of a fusion weld in lieu of a full cap. 6. Remove the unacceptable seam and replace with new material. E. The following procedures shall be observed when a repair method is used: 1. All geomembrane surfaces shall be clean and dry at the time of repair. 2. Surfaces of the polyethylene which are to be repaired by extrusion welds shall be lightly abraded to assure cleanliness. 3. Extend patches or caps at least 6 inches for extrusion welds and 4 inches for wedge welds beyond the edge of the defect, and around all corners of patch material. F. Repair Verification 1. Number and log each patch repair(performed by CONSULTANT). 2. Non-destructively test each repair using methods specified in this Specification. 1.15 MEASUREMENT AND PAYMENT A. Payment for geomembrane installation will be as per contract unit price per square foot, as measured parallel to liner surface, including designed anchor trench material and is based upon net lined area. B. Net lined area is defined to be the true area of all surfaces to be lined plus designed burial in all anchor trenches, rubsheets, and sacrificial layers. C. Prices shall include full compensation for furnishing all labor, material, tools, equipment, and incidentals. END OF SECTION Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 13 of 14 1 1 E NO TEXT FOR THIS PAGE Section 334713 COLLIER COUNTY HDPE IRRIGATION POND LINER TECHNICAL SPECIFICATIONS Page 14 of 14 1 1 E EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 82 Construction Services Agreement for Public Utilities:Revised 08312016 ;;35 liE EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ 83 Construction Services Agreement for Public Utilities:Revised 08312016 1iE EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ and titled: 12. 107th Ave N Bid - Plans 84 Construction Services Agreement for Public Utilities:Revised 08312016 liE sr 3o i a3ewnN 133�+s rEM2U8�J S8111�1i(1 JIlCIfld sowaas ruNoe G6InJJ 300J B0; UI: TT�TTN u�LOi aoulIAJcpea9 el OMO tl3nOJ-G6lnJJ-3WVN 3113 "� Aoanuan 9104'1sn0nV 31V0 wimens 211! g',. 11 g - • a o 9 9 r g B B 8 8 3 � zR�aa�a$�� c 5& & E u :4 E HH §4444iwf ' E x9 ` Y Y E ,Y E Y Y Y Y Y Y 3 z N R.,g RnRRRFn AR„m n s '�ac* o ; HI o t CV gg$ 8 8 8 8 8 ry R 9,1 C)Yaae� <y4 as 9 G<,FG<,22Gt�, g,8�t 38 t�nF iE Yo:" nE~ " QYa ”-3T a iQ 1Kff . v gg1'n ` ' f111 . .. . '' ,(Z 5 E 3li3:I1I1iy1 N looil LU ►' N Q 4� o �� _ }I .g d,— , -,,,,,t— ti, ," „,z f w A,'.4, 'li4` ' • � t. a i.„1,, ,.. . ... �'�"1 0 O ^Z cp = ccu' r. s R E �* ' ' • . ems za '� 'T fir` ",.: 0 V J € „ 5 '}g 5 r n C/D CD O Ty_". c. �`,� "',''• Cst •give ri-' 3 8,' e .t 8 ;sv S S Aik C a ii 1 7. 4 .� s ' a `U ,f a¢ # .,a h�n O p .moi 4C2 c O € 55 €€ t...!,.$ A ; H •^+ O U ,641',4 tit,1,36.,° g 'I 8 E i F�3,i,,$ a 10)-)-8 $i, s ",.F�(; \ c s • s. � .,,,a4**"?C, 1, z V E.... d N6 QRZ. " ': or N O fry ,.. w A �, , ___J o ,, U c O = U Ia)U W RE LuE = ° ' 7-1 � — C c O a ? o m In, oOFa-cc ; 152 I.LI WcCJ � (D� Z .p •• ~ (\i4:: NV M � E Er.' "7:11: '' O In lrf) p v c'E" 1L � � � `3)i .I---'. V NN I:1:5• o � o V N O v `1-'‘.1!..',9'>:N O >. N o �13 + 2 •cz J N N >Q N O m cz L J w �w tr � EMLL �� > � � pLLMM N a /�/� fig' a W .,g)._?: i� H m `n �, 0 t N -, Z ai : i -"° yy�` iia Q U >>~ . a, °, =., .-_ x O b'o 'a 2 2 ro fl _ ii w ,"� oC� a. ' Eda2Po � ZF� Il u~ic� Ud � NZF- ci L 11 0, - - E I/ 3 / ! d ,,. A A iA !!!111 lA 16R; 111 1a11 '11 i Ilii ' ila$i3 i Za IF a p ! -- 1-;",,, ` i 3 g a nigF ,, ^R �1%�;A iv q p y,iggiiil PPitp i Alm g " 1 � igdi �Rfl 3R �g 0 @-$ 1 5 $ a a€e1 Era a S iad� !Aa +fE R 1 ¢ iH 4854; 111 e3q iz FsF Rg VS:,A td%d bab 01 QVttttg gY 9 a W4 9 8 34 S S ?Ai adal 1 ? R9i i i b A iQo F $ PQa� Sa �l€ I le- "d h A A� lE E Ai Ay 4 )4 i s ,, 5a 4 $Cd 1E FA Q� p p �a�5� a ay R F $ ; g$ 1 A aA 6{ p ,. [ .;IA l!A)4 AOdy S 7$$5 5 )!I np7 a;1 a a.i! I' - Y N A AO a a RA S b5 dAF Y�9 `J 9 �y cR R�9 p 1�9 Y 9 Og ,qv ➢ ; 14?, R 9 4F A )1;i51 1 f pi 51 ; 5g1 g3R a./ll SSS F _ ii ,d,j 3 # Y ; v P a d 1 QIP �=F n7�3d a pE 5d A d5 PI gC "g€ 7 6 A i I 999 �,a i qd F A OW p aC@ BY ti qFq A j A i' I i i?! ' to Dt tx1"4l A qgq Pipe{{{ gl; _ - 43g1 � HJ l9a x3 tgs /Pq a iad yi0±ba5g ° ; AE9%d k 1^ I WA! t 4 9 if Yl !I f+W �a a ya Agfa7 i I !q1A FF A li') 6a e l x?a E 4' a �i !I @q o i R Air l 9 G ;� Al a' V 6 - B $3y j . - ~P C - K b a y C b e L7 - �4�°E�° a/ A� A 3 A " ' �" eA ��;'A �"� € ?q g � �€ Rg� � �u� 'Al °� �a69 F6� @ A$`� 4�������l� bIP a ,F .I ,�: ` g "!'i I ' E Ada R g A� a"g " 9., $sS❑ A a � s �rnp"�� �� ���� � � .,,,I,Id k' �� �•��'� ��� g '� d � � �� gAA � !� ! a ���� �g a � � iRFgR s$�e a � � a � € v �. � �i a A 4 € � 'Eli-4 d &" �AA � � �a � a $ ��� � �� � a R .F �"s � R i @`j�g�`��a P a Ag s $ Aa ¢ aedila@ U a Q 4 �8 0 iv° i R o g a-$ a ER q 0'p p A 4A 9' a @ - ' yy eaI as 1 pa ; R ey" d R v di i01 1p q' p ] F o DV gg; 4 8R diP h i 4 E F 9 CCC jj P P` A ai �j=Lsp de ¢� A d�9 '6 � 'd 1 6 Adv a °�� � ° E A%b aej"51 4 K T e " s= A qA a+ � s 4� � F s � €e �� � ¢ .� ak a RE � Fg@r; "'5A '%$ b4 3 4 S 1 i p i " AE A &I i" 1 A1d g3a�oA $§ a ��¢� i$ % � t� € � d q i. q �a i?F!� $R lA Galdi Q@ ' 0A ` ` R b ,i,8 ea g F'A qi gA7a eA �� v 4 i�� A Y a 99 n5 y� "s A za dt ss 1! p `1 $ lE7 ' g @` E �� 6 @ � 7 !.451,1 1 :SA R . Fa I i'? 0 4 ';,5 1` :- .S G b . E p! 4 l*' , h Eq I/ -Ifigi l �ip 4¢Y: _ 1 9 7 s,31 9g € .;p g dF 9 t :-m-'3;2161! ' aqqVyy "E a '�" aA49vf � 4'e VI" 4 aA e S sa� €A%A �5 a 3A , A ; ! r ^� F " !p. ° e, A v i g'3 ? "i A R og S Aha! y by p io a� 3 et is A I'd d 6 A p ; R e" i a A liPi z A 1 A it F 9��" 4$ a li ¢A avp F'a gggg °� € € �+ a z % a�gAia$ • :k 1 t 10 i "'a ; RelIrl 'I; 4 4 ; A ,li 1 F 'Al 8 141 pp • h ' l 4 ): i_ 1 ' y :0 Q A g I !hi g E .A Ail, l. ) A$ lili:or i a � � � �¢S� E Naa !� � � , A s ���� 4� a � § � �`p Fir a 4 R8 � coq r C p q v ., v M C7 e ass b a,� CRaa€ a la v 3 A fluypf g g53s s .�114 S q' �A F )R 1A s iS if; d41A 1@ �$5 F Pada PiR g n1 ° h 4, gyp!, Gr' n .R"4 ufl i ; 9 3yy A"�R A- I e; A d gfb4 a t '6 5 g 1 y, d F i a! Y $pl it A@ 1 Ie$ PI p `e a y2t g 11 a94 gg. SC R R'E:. gi y $ ; a A 2 end 8^ AAd dgEcRR c S� w 31 aC4 " fp 4 N9 r" R c g " 1 d 4€ 0 a�a0: 9,1 :01 Rd, e ; 4R ad)) ^'a !' 8 @ q'dd .a A § g-s�Ka y-oi` cq4 ip 1. Pp;"i.p 5 ba iA m ? TA 9 A a" 1jA p� $ S3 S` llAA ,PA, R 9 p i8 �' g 1 2 c `a .A 3 t A a °a sd d g e E ag g 1, R5@ea �� 9''4y i{ H P % & e @ A q 1e N ,. $a AAd 3? 4 Bax. Ail 9V A C o C ' € e A l Ig F ) 4£ is la A ? !:9)! pC 1 • i A r� y - i" y o a S 9 g 4 i3"�j �bE tlu R � 2%2 , N 't. 6 i a r ,A 4 !a 3 a 444 ! Sa 14! ¢ ¢ & 5 ti ft 4 e 4 a d A is � A a R €Ra Ill id i a' h7 F C d d R R a R Ap p: a 2 " d" Eda y �� S �' dp b a� ;, . � y l dA 4 'Al � �� 's � aR �2 p � aq ��� 4 R C " 6 € q 8 Ai Al. it 4 a WA ; i Mil g R ! e o i ! !i! 1 R 60! p : R �n5�� 3 b : Ag a $q 3 i. ae 21 ,,v- , a a" "g chew«..,.��.m,-nc�c�a�.�oo,es�s�s.n..m�eo•VC1VC,ar-.w..oa wunoe e.e a ',Ni § €§ I § 4A`� ��s§ ., §SAA= a� € �; �� a �� :e § a "P e:P�g € :fix 4p �; li a ��€B pgz �° a- �'' a a° � - �id �� p� � �� ��a � 6G€ ' ^ °fi P�-d� " � dA a Ae € p� 4 [Ag a � §4'€ A° � �"s � � t^ A9RRA ! R-�aR v'� �� �. Ri � "� ,s�s3+� b'� Aa Aa A �a a [•� Ia� � ,� ==� a�� EA:I .a � qa ��� � �FFiA a� �' P§a zf�IR{ i '; 3 �� iq s S g� s (C� 3 pSF S � S'1 4IR ) 44.'�R i 10 q a � i i8•. E�I, A 9'a �§ Ai n'� m L- ie ae t 7 " �- a" el R"° c�A y s ¢$e n q §;4! f§ gd' 4�aR� Fwa "4 °R' R 4 Sh . . . , N , Et .., e dux "� 4 ke �� � dg R FSa E g� R ed3" �4a��� s e 3 y c„ ^ A t 4d It ' y agp ��4� �she 9IU �i4 §° P �A��vE � ,v,3� � ii '[b, �, "Ei €s° I A i��"AS4 �"j�€� s,a� y # � ° 31 / � fie° "' s45 A �.� ra ;0e4 , c a P 9 g S �• yyr+ F ° F A€ A9VV; 1°4AA . d '4Rg " l • �i A 3 i5'g�§� $ F Z y Fg b"s $g 8 10114 �1I i A 4 IT s 4 ')4 a 1- 1 1 A )218x- 3 €$fi g is ° i� q � � F � E §s3�Ri'' aF�R €, A �4�P A � �ai � AA aR���� a �a� " a a� a A3 @ I �.� F �agu� a"§ p � € 9 g' � I � "'A F"-5 ° e 4 �aed � ' "7' i, t n F 4 a€ € Rad A t§f ! i g Ai 4 A - 6 Ai1AA4fli 3g1� fi'� A `"s "€ a -,R 1 .11. a 14 c$ g c 1 ! 1 'pX "� Prag'8 'ESA 4 e ! v§1�sO 4 e 5 a a gdlFRiiieaagiaiagggpNigwiPBim,10 9 E ' 1 f 4 C Rg d 1 i A l 8 g R t a[ 1 .R i y a a s it 1 ; 11 9 R 5g a x s c y :c C I. 1 a 6.. `, II I a 0 A A I v a v 3 j PA 8 a Osin 4,€4 K 004 CCD0 8B e ® 0 0 -c • i 0♦ p _ P? aP�aaappae 55"4F"Pee g4P98piPA, 4m'AppPP??" !PPF" 3 -i,' A A R RRRR p99q e e �F b61� 8111 eq rglilo 111 " ipt 0;1¢101 9a6a i ? 11g e A n AA x t.0 ! Z e C ii Z g c� • * * o •• eeoe Wo.-3;(- ea mase - D C> a o 141A Pd Cas"4 y Apaa "P f " Pi" §? P ?IPP3PO PPi dfi$ ! m > "ia IIIA1 ° 11x€ ; 010111, it ii:dilifVfP I ;it A c 111 q0' ia0la84941t1f o mG ° 1 F ; 4A � C A @ wy 4 g ® ® ® a,9+❑o❑o u oo> o® 0 0 •• •® GI •• ?""pPPAapp RP 11" P PFf'a pPipppprPa.gppPPpp rnp 4'56a"0 c1? $1 CltigISPIP 11 agi"l 1 1 liX21 114 4@;)11;1l1��F� C AI;iii jai �,{fiF'��P 2F u4 ! i ip 1 6g�P tl1t.' �1k�144QII' iil i 4 VqI a 1 I gFFi 49 4 FIA z C 1 a,o=,o ,,,n �, rL�.�, ,o �,i� it1 f.,,a,,.,..$.1-,,,,,•:,:i7,4,„„ ,...,.„,0,..1: ,•',1,;:,., ItV;I.; •.:•";:iiik.'V,'.:r ;,'7,"::1...:::41'",v, ,...,-.':* ,.4 r., Via. 1 g a • _. .140111: ' k" yfi .., t :g } tees 9 V r ° '5,:::'!' .e ''max ,';'":,-2:::::...,:,:::::::::„.:':. •.;4.7:4:,..-,:',,,4•40h.. 9 a `":• ' %;:kiii P::: ::172: 44. '4 a• &, � tea 'i mr.�° # a a aa 9N Gk'=s ., < W= II al It U i 1 ,# i I :,� � �R .z as ' Ai y a 5 age 'I.,,:oz?,-:,-.77,-,t1,44,gtoft:r.r-?,t- ti-ii:::, —..,:it7 :,.:::c .:1,..r!...,4.• , : ito ,; <� ,t X14 ' ;: ,C ` 1 `va xp4.:1;,$4,;.::::!:' 'm'#>90111,4.!,....'' r:'. .,*� t :a: p, o lima , W k S' �, ' .' ,-i 1 P n w s A , • ,...:,?!..•:-,0,-,*•,,,,•:1.50:,,-.,•*-,,,,;-,:•:•..:,,,!,,,,„,,,,,,•••-•;.••.,.;,... --,,'..,:i vitm s.:,^.7'Z'-.,f L„,„„„4`.7.,..' ::•-•?:!kii;.,,:•:•,F.;1:"..,::"111:61- 7".', :„.., ... ' P.: rf. i' �F '••• �� is r� " a.,x, ""1 kC,: a g • i § y a +n a�` . :.- ; xv T•`. ,qx cam. '',1.0:-' 'I'l4' 1::;-.4--"iiii::i",s,,,,--rire-,„ _. z :.§,-!.'.:::- d§ P'a. "tet is — 'e s I!' ro I 1C 9 � 9 ' �� s ':� 6 x .,,,,,,,,,,;4;-.,,,,,,,,,,::,11,:.,: , M S ---,-,---''• n F '','';',7:!'.4....,::. s @ ' i',.'''''' „,.14 £ :•.;.,':-, ! 1z t, : $ i '”( j z ` -dk ..,4.•,-.7-;5:;::.:‘';'-'Ek"'",:',. :: 4 ,,,,-;-,:„4,,,,, ..,,,,,,,, ,:_..„.,:,,,,, ,. ,,..,,-..„....„..„:„.,,,,,,,;1....'•;.,,,,.4„,,!,::, ,„ -,,;•,,,,A-,,,,.--k;:::::-,, -4:4'-7414':''.',:f:',, ' ,r'' a A Yf 43 >x . (./ 4:2, a' '� «? ; '# ,gam sn 1,0t :. • x Ou+cea iroarve K s�# i P3 Fa .a' y Perk. ---4-;:..„:.:•„,,,i,:-Y e ta„`E 3 _ // - �`"- :,::..::;,•;0•:,, 6 .i ._,_1• .,,,.„.,,,...i., ...,.. .. .::,:„....;:„{k,.....:,1,7.,,;...,,,,...,•..,....„..",,,,...,10,;,,*,,..., „,,,.,„,.:•.._,I,,,.:1.,,,,Ir. ,,,, 4:',,,,„,i;c:<,:-,,A .. ,,,,_,,.....A' •:.:, -pl, • irk qy 39 a d m.y` {{9, 'i,..e t gip' £)3'i. :: 1 E B 'Z'—; 3 � R�g o R.: A 9 133H S'NOLLV(1NLLNOJ 110d71 PI d 'I y NI °I gi! l 2 L 00+9'V1S-3N71HJ LVW o 3 " 1 I m ][ o ., YI\, IL El y ? E ig ]B i!hi a'_ q 57y � VC 0. II a $ �� 6 Mwb ti by 1.1.h 4 -7, y I K ifl LC $r - 1F f ICI �. g LI F_ l yylun lid G r O 00 aF gi gktAiM . ¢# a= Y.b '�. : $ y JWP E 3 i I.'@� S 4 two 3I LL 1f ,:I_ i1 tet+ zz }p Rat EDO 11 SS e[ b YYY Y2{yy a e 6 Y�'a} g tlb a; : , N iw y al a 9 I �.u.� y i h O ya __—_ dT. >�uwi v d �_ , I,t° �:':z I o V w dag o II° s 6i I ' d"1 1 - L. 1 // 1 t L„ 29 F .tl 0 v,1 a I A ye € ' Y F .� C. g. 1 pF I A wb I i J ,R A Fi 1 7 N 14i B !:-_ m {{ o I 1 1- n. 11 I / z L.: �,1 <i I 8i8 r.w° r:" e<°i� .b ' 4,4,,.x4. 11 is I, V; I IS1 t , I xi3 Ra I ig fi wk I 1 E , 1 o r�F 1 i 16 3 a 'y , X21 ,,, 3i ,' iT I a . , o ii. E° T ' I EE .{ ., .., 10411101°,' 1 : ;ii a. <1 -4 --------Th---V E I.al il 1 u Er x..7=w 1 .„,.. . p,,. . _..,....__1_ 4 6 ,kJ,1,14„...,_„_,„ 7 4 ,,,,52/ 'ai .1...-e• ; V;'al,:.°7.i - - - - - . ° t 4.a.,.., T7---- w �xn NxLcwm w /1 i 3AIt10 1119tl30NVA i0 aE w 1 I III FF i --: IS _, "- a W g. ...._ , s -- °---i----!L--2 —'---,o— o co U • a d d of 'I d 'I 'I of0 V - .-- 1 1 E R 111 i . 1 - L.L 1HS 33SNOLLVllNLLNOD!O7 ,ol of oI ml I 0o y 0++ZI'V1S•3NI-IHO1VIN 1 +cv w' € td 1i% —__—__— - �{Y EEEE !' 6 i n1 > 3,W,..'. el11 i 111 u `as n`gY I et 11 E 1:44: n e ii ` IPH �,6'd`. F. V 0- 4 Yl gg V fKgl — Y.d •' o U =wN 'E i r ! I11 �Z o 5 it 11 1 I dd pi{• W a! 1; y3 `d yyY 1Ys ^Y a N aY ao�_ ? Y- -§ ---- 20is . v i o AiLay g, <i HB� ! $i a ° H ^p9 o 3' s a Yi 1;44 H e 99As $� g_ 't C ;r:i1; ` Iiii 4E44 ' Mwe 1 . d 1 f 'Ia y 1 E s£' YYggY91 'I s RY d 1.71 Y c =11 y ate{, iCy . 1M d 12 d 6:8 Y 9a 1 , di -.l �' at �11 $ rF. Ir? ------ go `Y` 3 s II •9a n Cd!q p� M 'i d'7ga ' Y Y I B :4 d asj, l I yI1I 1I 'Yd 4 1. 114 a C m 1= 114 111 ma € € s! I 1, i ,d, 1* 1.1 !! a i 11 1 I a il d o yJA 11gli i ti 9�Y1< it Fyk 111 `- wl � 1 �p 1 - — — / *e ,!J i d ii : 111 � f I nl a 1LL „ w'K a ti d (3 ,, : .., ii ki — —u.„.., ■YY i 80 3• �qY gry2yp \�q „. , 3 ` �j I S NITS 33S'NOLLVf1NLLNO3 1101 ,1 , ,i 4 '” 1 o 00+9'V1S-3NI1HJIVIN ne tic<ioz/oi/i�9RSTW8dAIFT61rITs•wb ae\vu�.'Lwnz\�xaio\rein»\�\zw-rou\'.»wv+ Bgg `o C R —z—; Ix lil.,551. i .N N.L330+81 S-3NIIH31V}S NOd el of fl of ml ml oo 1 1 pp+S7 V1S 3NTTHJIVW : 1 j 1 y x x z 5 x ue �, ( 44 Yj i Yye -G,9g6 6g� yi gt ! e . Ea' 34 EEE :8 Pilli :d tti� y'I ib i kA ' 41 O o agtx 4- B' A ; 13 ? 4 a F' yy—0 .r_c - n av 7w 1. iai l .. • $a r - aij Y av a o a p S f j a f'�is C o g � 112A a Y [� j n �I is 11.' � ,ik ,,.117,,111..•11 1 arZ, I Y I iE a 0 � yvt t.`S p .0 is d pp Iv i1 o ',NIL k ]'� c Y i a . � h iu9 k �' e E ppIt I • J I .k LS L�i h .yF 1 \ 01 1 88/ G� a• - x g n. g L 8 n yy'iv - 1 ,L So �_ ^°® 'cu 9 $ `\ U h --'),„t-, -IPA"' J `Y9Y tl2€ 3f I ' — g� i8 pA at a' ri,gi, g@ 5'2 Yx ? e E ii 7 E f IA"' Y5 p 21 Y9 S s' S@ 1! ;1.1,' .s9-1 4i t i�- s 1 ff q}q} kY x Y�, atl% 9 �• '3 LFY L3 a a -w I ±' ) ig 4 A F ol;:? � p :� T !MISTRESS NxeBN STREET Ng es "_i • 1 -- u,.a—'--- acNh Y3 '� f M 3 Y>I Y� 1 e J E y} $i • ! ra jt art''' E • 3 e x E:4 a F 1 ii io- � Ia `ISP 11 !I ,Y {a Q — i� ^Er '^^xo— a, V ii t 47=0 1.--j !,, Iti-6 ... ,, A, il 9133HS 33S•NOLLVMILINOJ 1103 _ ,i - of m e al 0 UO+ZI'V15-3N1"IHJIVW MATCH p m i. , lQ , jp IJ I to CONTIN AT STA.ESH `� 1 FOR CONTINUATION.SEE SHEET 7 1 pe II 4E E I E E Cry yt ;; y:'fb3 9� d ; F 3 t P ; i i---- l i �.1 • T .. i I-••Ra e, t a I tm) � -';‘,11.:::::: 1 I �� � m 7"9 YI tIi ii I o 4 ae t K7 t- 5 S1. ,1 r t� 1 i,.E r. 1 gc i q• l a i ' �' 11111 F: i i HI ei q Z N 1 -41 ' o N m., ----------11-Pp 1 e �.a I. g ii IE �v q•21 i& A 33 s i-----1 1 QTY• ... 4 � 1,e 1 AP Y E i t ;1 ge :7, \�rw«:II ��� , 1--Ir—. N:"t&A.T.ttr F - iorp L .�E fig® s3p� ,€ m• ,:. ilk ) f #! gg a^ F i_ d . kit II tiyl ! ,y' 6 :i f =r, AD F q 1 fG> � � llx a + Eg, • i N C E �a e Q ; ly," ; ti gg3 gi 7 ij - A 1 g {ggi __I''l ,, 1,ii1,,,. ,I In—: yy y q- 3 8 11 iE• ilF 1 F & . q N• Fi o g p5 --------_- sm bg:1 o Zce- fi' !i --" F Bas 19 ` '' F V 11 a.+ r,i�,,µ�q�-> f1 II O a C 1g 3 EA '4 gR.G. hl �.' � - rgCg.d9 1 D R7 i eE 5;E of a 9Yq:E f a o'O sg 3� F I q•i°Se: t- A ee a 4 k A- a �, pkad ll 3]3i o�2r -b 9 9� ik3 ai if, IR Ili 11:11;i 3i 11 p fn S ,w iy I C, __—__¢__ NmCy O— y NI E AAV g ? qig g' ' 1 IT .i SP f o A y cm, 1 3 . c,1 M --,- ?9 : ;„,,,,,, , _, �S Z N7 5 �� '9" q® I p pp _„4.,,.. .,„ I `q ; ®g p • 4 F i r :2- .24+W • m lI P Im 18 I i I'a Im .18 Io MA1'CHLINE-STA FOR CONTINUATION.SEE SHEET 9 - "45 dg ftp! q- 211111111---Z' �p til " 1 1 E `P/ ' MAFCI4IINE STA 4+011 p Im Im IN �p �o, Im FOR CONRNUATION.SFE SHELIB ___Ii 111 ._____________,,,r:,..,:.. \ `: �, - I� ,E • 1 -, �. lml -� �� a F I I L__;.!, erg!__________-- -. : � IL ` £ t ill zr N " I gg o $ to gg,Ltfii s 11 ▪b---- m:.i i Er €61 T r t " h 11 , • I ti 'U $ll A 1 aF I ' — — — pi [I i i "i91 -lit 11 0 � F iit I d� sr N 6 1 I i• ILP 5I l p I �? Fa I 43 an 9 '• r 7 NI'. F� Ep alky Vis' F 6 g ii: 3" Q A g ! 9A, 65S Agg9�91 a;9 ! k�Ea. 001.015000A ./p _ k E a� S 9�@F„ e= pp n. _ ® 1 8 iY" 4 AP Q, o ' £ ^�12 i 1 i€ T' N 133N1S WL ti VI 77 a� 7 p� I N 133M15 WL i7 ��"YIe,__ a \ IA I .� G It 'c...17 P V'il Ilt'1111 v " ".� �i fi • , '01511 all p4dgsc y I t 1: 19"19f t" 3 a €s3v3 8 it 1 ,< dC $ c e1 G F E1 �l " i Gr 1 0 5 a e N � T a a d v S r I 1 L( �z ii f Zi 14F, a_ i 4„, �€q ' 6 .ill 'z a2•2 1 a, I I2 .... P g M M m '9 .7' ! � f Ip If Z lig ----•---- -� ,; T n i 1 il SS 5.-al- 1 OE''',7,'4,';.... p■ j I , I. p NOA Z 8 IP i I i ''I'N !r 1,I.: Ifiig jF ii s tl +gym "� GA I cv 9 a 3pf <C Pi N jF , < !!**Z77 h ! er''. rn rnr n __—___ 11 (.IAS g ° "a29 3 1 a R RJ a O A til • .. k g `� R `1 " "� IIr"4.k� 3 s O O A i :,r, F, ny ; a aE p P 1i F z �i k 1, I € a > ro k N S I.I __. l'4) 1'. I SF k 4 Iii P" N i '':..ai:..J �P I� I� I- �J I_ I« MATCNUATI STA.10+00 F'OR CONTINUATION.SL'E SHEET 10 �p Ii X11 a tg. cue.mc<m �.�w-a33c�a«.�.,�a�w,cs�we+Rwnrc�ao 1?/,./..3.l.v. I 1 1 E P c wINF JIm to IN ' Im Pf MATCHI INE SIA IO+OO ., 5+ FOR CONTINUATION SEL SHEET) • f — —_ — _—_-_ _ —__—__ P >s !p 3. 15 MINN '- f S111I Ipr 7 4 1i iii 1 F z n .E , 1 Ill 'qI •� I g•4 g9 — p iif 4 x E 1' q I0, 9 y . 3-3 d .I IIg l G .e! a p5; tg1, IP. PE ], 3. N ®� — tri a ME*ID 8 a E .,E : i1 *1'4I.i i : Iit:" la4 p�� Y, 593. q z� 1allai ��� gGiy i 1 5 ; 13 � 2_ A211Ex a; F,! ! } i i ''g 2 k C� f :I » ig lea > -- I � .:-:1 _ I A"Sitin'P:cS..a i3 i � , q. S i mR. �a 8; ii�I , II . I l IY — 2R 2 x. 'qw e t 3 u y��! #' � If�p 8 m tis ' ++ E -- — — — — — o ?, ; 1, 31!!39 jt� it E -0 s: i p, i, 1: "qi. ,t6N ii 01, zP \ ------ liii d ,y, o I 11 D tt tA LA.4 23 2e• pp q f I OTO I B I •3 I IgII I f. :.. q r11 8'Eg i! omC _____ ten V1 �azCo � li ynFO_ k E 1i (AMC l^: aq +2" rI ! It ill y.• I eq O Oy I p Im II! e I ei1!i/ I� e! 51 ; '. 1£ a I ,. AA!! 4A9 If IR p�I`,qq�I I."� 2 F i T r 11 w sr - 8 0.5 '.1 • - T i I I I- Im I0 I- ICHLINE � POR CONTINUA TION.S SEEESHF,LT 11 S 4 - e ia; !iii a SI 1 1 E 00, i) "5 k I- l'' V I, . k I, 1. .I. .q' il 'Pi il 31 g 3 Iii 1;1; li 1 . 1FOR rg ii -i t' - • 'g CMOANTITCNHULIANTIEONT/SEF;7 10 OF 9.. ' 'n 0 1, ig a i: 4 - i• , 0 N 151 0 1/ i r g'F E ;P li:7 i ...„.i -. - 4 ----I---------ii!Ell 11 ',:f 1 '.. 1! ' 12.il; ll .i IF n F, r! ;1 1•,, A . 01 , ,,..t.„1 5g A I 161, /. -- " 'v A g;----------- .A . C * 'I , ----------rip S" (1 >g II 1 - %, ,-z- , ,' .4 _____•----- - em...., e.4,0,, -• ii I'm ii `I• • i i• I. 15 3 liiii I i ii ,,,,\', Ir i ,,:, 4 ! 111 %-z• ig :,) il n 1 r'' . 7 , : ,* ,, .--- , ,-, , ;? A '-''' . 1 1 -- t K 1 1 ‘i . - .. -1 I , , gi , I Nall ;k3,,,, -?. , 4 t iT, . • r.' fl °, ' : ig 0 r li aq.',11, t,,.., - 1 ii--------------- Z 14 2 ' c-,`2 i ; 8 F !I 4. ,1: g, F - 11 5 ir : ' , 1 , - - _ _ __ -- -- --21"' -,i, . E i i I E E ! f . ,T, gi• Ail • `n" i 1i ii 1 '''k N.• , 1 lg 1 lk/ ' ' 4 4 •i il iii iiq T I o-' i 11 Si ' Si . -`1-7-, --- ; 17; 1p 1 vi&\$11. ig z s A. !I 2 a 1 If.1=7,„„ 41 -•an ''' - --------, > . 1-----IFilit [:: I ---------"-- -------' "--—Ai-1 1,..K1 ' ____, , N LEMILS.8 ii ?•StS 4, bitiell ra151, $` .4'7',41 1) S:i FO re WO.1, 4Flotx ''''. '''l i SE -. - • . ''' fia' q z4 si i ' —--— '7°7— ,, ,, ,,RE -. E1 ., Li , , u 4 tcl 1 l' .3. „ 1'i 2 aa 1: 11: 1; i 1 I _ m , k - 8•'-',1 7 1 ,o 1., 1,- . i 1,, 7E i = • 1 1-------------- 1 a rr. g w tAl 8 ------- 11/!il 1. 1 I ; 4 '3ii5111 I...IMO.11/10/20 e 315 Pui I ,L1,4.-.1140,130.,Lx..Cu 11E I p (� S Se ..,i p Q I° IN IA Im l' 18 IN Ia — — — �F— —s. ( i O I -Lp.° _., a_. i'.1. E --(;1 �3 .3 9i. q .„ m �� ,�� r -----) iir- ii, W o VANDERBILi OMB 2� i 8 w --3. :' `ira.. is ( i 1 w .3. � O 9�Fa z 1 1 9- , il, 'tsa°i 11 -'; I F! 1; 1' v ' I' Im la ti r' P ii 1' a t y• i g� 4 ££�z g 9 P " r m III G • `4 zv i; O i 11 y• .i 3 • + I a Si IV; c � - 'F i1 to are 9 r> . F3 S Rn)z� p A I g :I 3 3 3' 9 11 i a ,gy 3� --- 3E 9:E: a •Y ZA is :€ 1!"1 1 p 6� ,. be yipIIII Q. gg 3]{ r -:� Y 9 4? s•i v ? 3E as 2g 11-ii• 11 I; 1°' erP 11 Egt g.?9i _Pg �i Aqq pp O p $ � � e� A zea t * Hiee, ,I, 3f $ :°, I F ;�1 `i8 t $: 'A A�o ? o Ea I P ao —---'2-.;='-1.i 9 cg _ 0 il mnrri C _ c3.. . gg 3 O C l`. A. Ill ......4 -...i•.h 7.w...- A- & C, , N 1331115 NB q8 Z fz1 C .__ - '----.___ ro, .n ` O' N 33 15 W3 n optC a _ — .;I-- E 1 s.Tiz., ' 11 wy N2 ... -- nn.v C .. r_n n-� tI Z d] Y I y N t $ �8 I "J !IA I ., yZ (� ,i; e F Y ®gig + 1= i�jj£ '1 gF 81}$in O v I EF; RFL a x :' 111E c) MATCHN -STA 6+W FOR CONTINUATILION,E SEE ABOVE RIGHT i T .,- 1 ' ' tD — — ��g t c I'F ir a rill e Q VANDERBILT DRIVE Iti t: rF Ir- it — � rF 1.6 1 ,93 I ;t:r !ail "I' 1 ' 'A ig u9 ' 4p SC 1 efifi4 Sg � F I p6 ii ;,SZ 1 y 101 Q Ai- , 1 l' g- __ i I ii ft E 'F',!. : I� P-%.4,,,,—;1' ,7j?, 3[ r r of R 1 i nF 4 fir4'n! I Yi F g3 vI _—___ N €A ,-, i & � _ o �. d d I!. ir r 17 ji (' 1! �S g�' y r • irY �'/ I - � 3 c F -is �, f2/ t _ tnGI.I4, F i iF 8 q � - I i TT , I ; .1 t 111 y 1 r �-I ii F -.8 ;2 I R�4 ;t •;¢ FS ili,dad B tg 8a ¢p I 1F c r954y a ,�' F F B . y ------ — — — . .1..., i ll li E O OvO x (�f:5S ' 3 t. .,ikr ,t, I "pg p 5` ( [Fsl 1-SG) 1 9` i_ Li ,:1;. 4' ' it.? ff N c v p -----J I 6 I R ops - - �, -3 -1R t 2-' i--1 i d ® O z y I �yIs P ! t 4 ,,,,„,,,,,,,: ''t: T ;. ! I F' -•A IA F zg � � ax Ra 4! I At ,1 0e P I i AE MATCHLINE-RFA.12+ISI ,yyyu I � FOR CONTINUATION.SFE SHEET 14 P. °" ¢ """ �` S. E R MATCHLINE-STA.lFL°r �_z—�_ $ E FOR CONT1NUAllON.SEF BELOW LEFT w FFS S$75 33 car,•�.+aww\..a�cHe\nau,9�\a�wcs\s.»w�rt.u..!\�w>.s���,�na/xe�:�a� - 11E CI MATCITLINE-STA.18+00 — MATCHLINF.-STA.12+00 FOR CONTINUATION SEE ABOVE RIGHT FOR CONTUATN. INIOSEE SHEET 11 I 1 i! P w F 9 a S I , t, ' °3' P i 1 ' ,i,- '''',',i.;,i'1,','"i,i, _ C , � _—__—___ f s e $5� I � 99 tr I .ss,'' I 4 69P ?g 1f� �'ei 'ea6cf ' , J yy 4 g�' I �& 9 I t: Ili, ,. Arg Qg -- _vat s ' ' 'g.�a — —„„ 1 winiammith �f ,6w+b �x� '1 „....„4„,.,..,e V] ®”:Y3 ¢ i'N 133111S'P5 E £ w 13311S WS 8 C i*Y*A*O® -�O I: E.S11 6 1 L 1 •.44*s1' via ,oRaEd i4 I J a N; � •na � v p5 6 ■ 2 4: � D P --— Q F IF i Q 1 1 1 I!E - 1 i i -_R „ yto —__—__—_. �--- a t i" "n1 1 ..',',4442,-:-.1,7N1-- iii_F J IMI-'..747:..;1;,''l ( u' 1 h V .67 N I na� + CL �� E7 ' L4``' is E. o g� a e 1l' ,:i : r,,,,, � q f a= a 7 - I R 1j gg• i { s ` : a f 1 i I ,. . F h R i' v ... I Q ---'----- B , `I ` s r $ 4 9 a1 gi N_z 2 3e 1pp1 I FI 11 p t1 4F y1 I; yam. F S '(;:,1;°. Znt I .r to C N.ZI� �`LA, I I R„ j, 3 ,S',, Ti o A '`� E E 'P k I i. I z ti z h 1 4" Igyee-r . ',f,"4,-, .. . t I ___i4:' I ' ,4,4 ! -.,„11_,_______---- 5 t J E 7a ti!ii! s ;� 4 � F ! '11. yy 33� Pr 111' F 4 �r �Y. F i Ii § £ 5- #e I a^ MATCHLINE-STA.24+00 MATCHLINF-STA.1R+(q �' $ v"p FOR CONTINUATION.SEE SHEET 15 FOR CONTINUATION,SEE BELOW LEFT F 4 �-Z—_- ii Fy C 3w�c�ccu,s+�u,wcs�s�a..ru,wc�en 1 1 E c) I MATCHLINF STA.30+UO MAT(IILINE-S'IA 24+00 ., FOR CONTINUATION SEF ABOVE RIGHT FOR CONTINUATION.SLC SHEET I4 a, s 9 -----. 51. ,, , Pi:l • wwyy 1 6 � SF ill ____----. � �'" rz`� R ' elb'i''' "-' 'T•P•ni 4 ---—-- :i 'I' . ''''''''',:71\ i ':: 14 P, 1" 3 1 sl `�• i € r 4' :i t �F F F 999� F p e _pQ t.if ' F ,{ I r- I Ips t ,4 ii 0 �i 'ti Qz ! P \_FF F §9 1 y I /� £ 1 !g2,-;-, i , t -------- —_- '-\01:i.:;;',1: C1x`. __—__—_ 1 Y �� - II=.I flI I E C. !H A l El Fi F R I g� 3 _ nF 1,'.w . F I#11 3z # Fi w: j- — — E ; acs 1 a gP �'ITM F N 9 ., F s � r 11 - it ila� `-3 C. i m s i°a°e®ys®af�$ Fisi/y E cC .�e pp` - l 41,,,,..„4.4.4,,,1 ,!e!®!!P,+ F 'N 133L10 Ls, �/- -1 'N 133M1S W[ .:8.0,„.... •. PeiB ��'0 I_a �. _ t i y!e ,peEa ✓r ii®w a®a#f-€?�. z I a �y F !,:Py1y1 6F A!!i!i O t. I ri IM 1 F e!s!o F y, old ` 9a {{$$ I 11 gg B/� i S i- I 9 n �� F Fki � fI 21 I - I i3 '� I: ''t FS I �. F. 3 !F ' 3 GF Z,x ^F a `r; .<r tY J4,6I` ci 7r Ti 1 - ggY eT F ; F i} p d C € tt d� I # I',� 3F y �i 3 r" b,s... ,4i aq ��y : • iF '� CEZ7] F _ 1 .,g j �i .L �t-'N. ::1 r 55 Q D o i 1, p2 4 ma �F d ,{ I YF R .- � — --1 , 5 s. r --- S g 'I 99 y9 F9 _333 `` Iq / it' t. mR ! � 4.3,,,,,:.I\ 1 11 v ; If _ � F MATCIOLINE-S'I'A.36+W MATCI(LINE-STA.3(•+IX) e FOR CONTINUATION,SEF SHEET 16 F'OR COMTNUATION,SFF BELOW LEFT S' R _.4 '—'Z �_ 59 3 8g sp$ Sb e, IL_ 6 o.;cncxeww.rw.:_um�c�ccu,s„u:w<...'.1'm‘”rwa\''�„in-rawwc¢sy„noim:e nm w 1 1 E ,.._._,.„vP 1 1 MAI('HI INE-STA.16+00 tg El �+ FOR CONTINUATION SEE SHEET 15 1 R fF R, i fF ry I" 1 0. —__— V aiF y.:., Ii E c I m.� =e, j . bby = i U; ]' Id U9 g az t F 1 ti 1m _ F 1 . r _ "s ----------- s ' r ---- l I E F , da A*-1 n 7. ua Fd f Q1 VIf 1 @ C.„ Ib ee ' s ' ---- a I ,,t1� CS ggg gg • F yb Y 1 RAJ c1 --.1.2'--1. ; r�:s t--,-- •a„' —— 1& . .. es P': a1m+yo lqb E E ierr:, R :*•r`: ,. 1 Oma [`L ' @:6 �:,rra R :::®:raea yy 9 13321.146We ,1:,,,51,1",,9®rr b\..........5.44B N 133b 1S WB °m D n ::::;LIS i r,fn 1k3 0=v y —_ o—__— g4 z '6.3 ' 1* 1E P'_ k `gi ,4 gi gg qga 4 11 1 '®I, p 11 hi ;7 ;EP i Ili:` I`EP el cR E®II P -F 11C I —” 1 ilk -,'F gill° h A2..1 - f 6 I a! a ''Q mild a1,1 b c.Excr�rewnc�rrw.-vc�c�ccu�ano�wcsw�..ru�wc�ao rwa.. _ ��nuimie ifl r. ""- ,.,1.4. 7...'!....,.;iit. 1',:,,,::..1:.!,'Af..-' .; ii:4, ...,..;.,,,....:„.,,,,,i„,!;f:,,::,:..-,,c , 4.i.;,;;.•kei0-r-- :4:1-...4,..,:ij,7•;10111Atixt.;- "<„,,,, .••L7....-,1',..;"-, .ii,"'; -.' , •:;•'''•••-:', ' •1"'„,i'.7-V,t:',,i4k,fl.,. •..f,",-;',,:."'"tiji:i7;,!°:2:::::7...... ' - 7'..:'.1 r :.•:4:,,,,:i.,:,":7:,14116.H.,.;;:i :':,:I:.7'''Ir'l••--:`,.:.:1'7,:rAHI. '-t,'' k.kiH'ii';'l:ttli;:-:'''',Tfi'.--t*:!;''''.1:!):"\4:!:;,::I::',;,••••;!'i'''ii:11•,:7,..:1..::lil:T'::.??.4,,,, 0,441) ,e,. .,..,. ,,, .i, ., WI ii, , .., ..,, „,,,,, ,e,, ,,,, 0,., iir .,,,, '7 :'..,”.t,.,:.':'-1,i''.f.,- ;,•1:4.•,.." ',,,,It.,rii,:,...,-;,- , .,.,-„: .‘ „,,.... , �fyz a ;:::,•;'i:' s t s„,,..„.„,,4 m} y d , • x ane '£ s� f@es.£ ^„a -4!":1 fd :, " ; 'L, � z • , r5 gs ; a• �� Y ., §4$ 4R q¢ i �R 4:::•••,?.!:fi,e#ra '- ''"':' -'''.'"•'•'-'. ';‘,..-'';.'11'.7'7'. .',..i11".'-' t:=',..11 it ....''i,":4-,-",„.'''.,-.1-•,t4,01.'':""...4:31.14,;.'„,:' ' ., .,... •t.'..."-!--,'-• -4,44..zikl° j. .4 .1'urfp,rfx.'"'"::..;.<7:"-•:/it.,,•tP,....:;• .*:,41•.'Afiki*I, 4 4°'';• *11 rtil .1,.••,;"y:141f.'„,.., :.''''....:',.,:!'4,,s,,flt.....:: 2. 2 R. 11 g.- gs .„n� 'r. E.v t . - •F 'H � x r a aa`�x n a , so� ,. " ,.y . �� 1 kit,F. em 1 1 E g.„ aIti Ip F I- ,o Iti p h _ a.a. o —7d -- 4 T VRNOER8ILT DRIVE P - 1. 1 Y g ,pi I, o av . , • ilt. l _ T Y i' . I 7- e, 1 i€ II i d l I Z$ i; I< 1p I qq I I. a¢ 1 I t M .x 51 fi l n- a,ikI,,.� . a -e n'li .-. 1 I II LI1/317-. i _� 1,g I .t } I x ? I i r < 1 I a j' 1 d l aE I = I -IaI — i ' ll 3 3 R 7 ® xj2 i, 1 1 1 I < $, 8 A a7 @4@ _.{� IIiRR'o- u `C o ! $ - Ig ! i. no -4 f 1. I ; i 8"' C 0 n▪ o 5I I t` i2 1 x. t ' , ▪ -� 3 '• I 0//,:. I s - I 1s fix 5' ).a 2 A • 1 8 a o , I3 ' 1 I Il3tio—__—__— .a I a ,� d l; s; n s � t T x s i I i i 0 ;;I'',• zB' ''. I l ir.t°4-4“...,11 'r'{ 11 '9 > m;H"i".m Im. 5 g �n I l __;a H._ neo �, a I i " i F `q Zr IC 1 E --- ozo� ° X — — o T7K n N . I 1 l j -}_ 1 gi t 0 d I . p, Fi ch D2y y o ..$: I oI I . ^Z l ( ! , Ii!i¢_ a I 1 $ __.1ii 9 € ; 1 o t t I i ® !ilI 5 s� �'. ..I; . i ]M a Hx y — — F FYn op I Im Im I I I— Ip I— MATCHLINE-STA.6+00 FOR CONTINUATION.SEE SHEET 19 II 4 a ‘1El'IPI a tz a ail a \E. FFI,C\P1.11-ENG\,«L1,9„a 10.5,aENEnu ,No P,.Mw11117-Pt,0.111-1,0.1 LEG 4 1 E (4 1 MATCHLINE-SIA 6+00 g..:, m H I> Jam` Im 10 IN lA la'. FOR CONTINUATI-sTA6N,SEE SHEET IB c„,,, , - , , ,—..,--.,...,, ..,, , , • . , , ,..„ , , , ,.._•••„„ ,, 1 g f I 0 g1 : € L\ I4 ! I �-. J I a LSU..--, x cF n ( I i 'P I'w4l�aF '3' O p O c.�../��+u `♦' 11-1!4;;;,pi I ry Aye.... IN;; F 6 S e3y :P.Al < , 8 f s �IE(i6 1 !ai f•1 ;5 t ai 1 e 1i1 I , i r 0 A 31}y Lr. & s ` 8 1 a '1 x a< QA 1----”Poi 1 ! 69 ., p 1 �"; [� "g 5 A F S � 4. : \ I 6 %= 5, I ` G f ; 4 pi I �3 MI E I Z . 1 e' % 0 I .6 9 7 ' 5 S c •-gg I II F@ T g 1 o le.s.n'w+I I: E B I '3 ' r a 8 5 o 1- BRq � 1 € a w' a Z 1 , ii OQ 1 i Lw> s- 1 ><p 33 i\ F 0 --_ —;.— oz� / 41 4 I (f gl O D A 1 .i j - I�a�6y is _. S 31, '3t § I ✓8s� 11 yZ-yl C , a.V 4 F F :�Y ",..::,1 + - y , as E xi 6Y a E I„. ny 1 1 1 xi e . # .� 1m / 7 i y z l*l I. I pa 5, a I C {" a $ i Rt'7' II \ . - I F +o N l' lm 10 1 '7'. ' — p m MATCHLINE-STA.12+00 FOR CONTINUATION.SEE SI LEFT 20 E J \G2 E.00Mc\ ,_Ec\C\aU,9ro1 \SUBNITTUIWE\SC PLINSS,11107_P.a WWI-NORM. ,/10/2016 312 P. CI o rn o N _ MATCHLINE-STA.12+00 I> lo, FOR CONTINUATION.SEE SHEET 10 ei I ,,,,,:;:s; cc .4 _LH V ..;4..N; II gY 4 a,' j�l I�rii t 9 4 F 6 1°n S v _ i F . gg 9 ------- —St'dsd,Ie,,,., 'I 5 liewzwi%zu d, ]388iF GY" t. 4 •/'ll I 'N 133N15 WB ;.l'ti ., N 133815 quo Gr I a a r�.b,„ 6 ii, a �4 I '"' °+�. 'I S 3 1 il e. -.,0 . .�� tl II S fi '� ni ,A,.,!..€,, z i E 1! C- _V 4 # _ 1 4 f a I It' € o o-- .. ,- i ; 4l8P { g u3 _I 4 --_---_— 3l I 1' • fie: ,3 Fla 01: 5Y s 1 s ;;sgi 1 f T 1 I 5,�.55'''''': s d A Lgi : I °i v c _-_ o° .'I i ' i I ,.J *1 f,.$°:' I 2 -' tea_'3 v - IY b 61 Al 0.-Po 1 i 7 IliEpo Z ozoo Co '_ 3 i! 8 °a – • !� I----------- yy n "' 9 I=y C ° , -'�. j = ; 'til 7t DOm y n I '1'' , aggIi D0 r 3 �P g.,. F z a• 1. u — — ® . s. 37p� I a Z,71* - J ,• eeg 5 11 1 �..; cc y d I F ar l' 5 i I o v °o I IW I_ 1°' MATCHLINE-STA.18+00 FOR CONTINUATION.SEE SHEET 21 4 Pp . >fz it 1 1 E F FI� l'''' N I' Im I MATCHLINE-STA. UlS+00 ;4 FOR CONTINUATION,SEE SHEET 20 o \ R V 1 1 It 2 . x 1 i I F 4 II 1. , ! • o 111 , �;5555.;n c3 I °sag39 f Iiy 9 i r: a pp 9 d i : s a sv k n< g Y 55, r., I r a'1 ✓ i.'22® 2I I I, L €7 I 1 C $ 1 F.-a I _______.7 IF.Ya.,too ▪ 6 a ' ' 4V.. $4i l, mi ! g Z, ril s — — — 0 • 41 1 4 • ''°� F cgs 1.- 9I 9 i 6 a i +s I N z— {,g i` 1 s o I ( T •YY $S r I1 O 1 -'1 i t S ,.3,4 p • 9 i 9 r i 9 F s1 ,,,g-' 2 • IllA:d v C e �_ . R46G's Z ? 5 1 amm I f II ,i' fr '# t OZ 1 i A I I 'L4g, C o � •�" �I1Rye ill N A% h e$s. =� ODO y PI Z g 1 I -.. ' 8 m A . . . I z F 9i a n 3 l�Ay i hR4,i Agin i g €� 8° 15€ s o e 9:a 9 6Y &"n J � • ', r 8 • , '� t > o ['-I. o, I I- I- 1- `.° MATCHLINE-STA.24+W FOR CONTINUATION,SEE SI IEET 22 4 21i4Iii g IMO—Z- a ig- b c\c.ONceMC\ww-cw\C\CCU.,\CI..\s�.'rt.LLm[\em wxseroa7-P P OR0-MPNQ y,V/1a/x1e fv au gIN IA IW I- 1- a I' MATCHLINE•STA24+00 1 1 E y FOR CONTINUATION.SEE SHEET 21 \ Ef:xg — 1 i b F P i , i v , , ; 1 .,,, EYCi A , a A Ik i i. ii g F , 1 1 4 — 3 P ,gE 3 I, 26 g a 1 rg tag 1 i ° :5!!:>------- gC , 9 S a3 GR ' ��I a;b5y i Z___ A' 1 Ad.:,s,:,,,4<t ! I P i 3 z i i 1 i G 1 1 1 E91 , , E,W 4....-..Ega Sye 13 i e , mr,i;1,4-:----_..i s 1 '_ E ` Ee , 1 G3 I I w 'ss ' ® G� ', it W.A..1Ian F iEl�y� n ' 9 b ,;IY 'N 133tl1S.L , se '� x F I 8 _..... O § , / toq ti o fi,1914.,e.ai U94 • v :4,,,.3... !4Il EI I 9 = I z I = I 1 3 ,17 li Iy e pi I: /.; 1_ .5 R N pp 1 'i..; I 7 2 4 z t 5 m � k 2 C ___ ------ I -0 , o g z X 1 l ;nu, pv'' i : 1 J 4-„,10,k ' A 1 ih NZT Z x --1 _ 1ozr^, 4 bi B in z a C ' - ¢ a ;-'- ----------- �e w�� C litl�y g 4# 55 il E OD33 O y x \1i ,b ?keEi }g . 9 s , 1 9 i i VI lA} 1 ; V II 6 dY O' p I _ 1 _ ' S ` + o I I J� I I_ ` I o 1- INE•STA.30+00 I=OR CONTINUATION.s SEE SHEET 21 ' 4 i E9 vi'' X195 Gia 'il. s 0 VW...0\Prrti_cw\c\000I MO.00S0UNSN.000,00 10w13.00107_0se awx_rpn•nvrt.,'P0,016]:1]Pu I 1E L w IN IP Irn I� Io IJ IP I, MATCIIUNIi-STA.311+00 FOR CONTINUATION.SEE SHEET 22 ;65,57 + 3 1 C I Y �9 e F I il n I r kaff • i \ !i t t. a 9 i , b . I 1 la3 li a I i 11 1� I i:1�� 4 511 . s `' p 99 ;ii -'// 555[5 1 C $ I Iai gY 6 Y. 1 gG-g ' : —ig i p; '••• , a ' s e rbc tg \ [;6. S� ; r i y I ',e, E. 3e AY }( 0. B F d o 6 3 ,] I I Itttt; 3 r i i• . re •ya 4 s s Y r . I xm€ i,3 I yl 1 -I EE; a c Fi T B__ I L ; yl i • v Y e 3T C 1 i • 6, '� 'IIt'd @2 a —.I ;...k ig-s • v 7 I 43 : I E • y I r i — — g I ��) , , c �-_ ] .. ,,,, .x ii Y I 4 . ,,,3 3 C irl.a.i.nl F: • F gxgy- 1. , _ ! , jf _ S Nom. Si' _- a it +1 11 \ 6 $ 8 13 3q`c o ,. (_ t _-----__---- f (( 1 ; 4 V 3. Z _ DD<A C It 8zF Z i I S i ,:1 t6. +mm � 1 • .1 I) oz_l C 4"131 o 1-3 ,`-'1,-, ._ i P >I nI - o ( I .ltt.; p t$•aY= ' ODDc $ p ".:3. 4i 0 -0 5'51 R I ( t I. • C:“.)15 y Y C L.. g z aiAM. I ., Ill ai• e o 1A l I I tc g yy ti. R" w , z..I:r +o l- � m to N Ip I- MATCI ILINE-STA.36+00 55 I FOR CONTINUATION.SEE SHEET 26 V. 1 $ ERP R a —Z N 2PEE99 SSg lal.. B c:\cnucufnc\ww-uc\c\cww�w�o.c,\ rrarnc\ea aw,fV3�„n-ese oux-nw,«�,..no/p!.023 e. 1 1 E t J m > Im Im lo_ IN I' MA71NUATIHLINE N SFE S}( ,..,'.4 vz- + FOR CONTINUATION.A.3-l-oo 23 i z ,4— . .. ry r 5 ' 5 • c �a 51 sly 1 1 `�a s E ofax E a F i I 9 i f ° _ y,. ► r qsq 6 S9l..mn j da i jigi i 4 a n.., 1 P j° 3 3•r xr i 3: i9z 22 3 F� IM; T 8 k4 € "', y4 "r 3 A" a ® c a ck�� i 4'.E o 0 0 i k __—__—__- 3 , — S a a 1 0 : g I b. 1 6� 9 i @z , N a �,a It 1 a E. •1 § ' ''� j 111,; �;; _ 22 r�3aa4 2 V : f — Il`� }I L B P'' Z 1 -=1 /� f 5SY'g if 8. y i s{ r a'6C • a�� x H . X '$ y ..0 , iI +Oo- m 3 M, Rn,� a� 8 ry iaenis ae 2 • I S ° 1f ° 1 I ` ,r Si .__ R� a E / , !g r1Om y I 1 ' .l O f p Cl▪ DI�*13 A I4 6 n y .• ' ' H la Im Im 8 Iv k 8I h 1 1 �` 1 g ' 81g1 1 1 _x AND-z-..--- ;:i' CANC ccrnKV5W-5.5\ttu WINCH ws\ae M0,5\eo vurs5________m_._ ./WMIS 3:v N o IN la - I- ,o IN a ,m 16 1 1 E si \ VRNOERBILTII DRIVE~ ... )J $C g _ ..... 1_. at r I. to Cl .1 k lk -_ 7 1 f' fYl '�_...... n .0 2 el . o. 1 !I [ L..1: 1 I 1. y ,. 11 3n 1 1 g. 1 IT 11i� : 3 1 i1I II 3/ I I t z + I li IW.9118S-�.o1 I g I :"eng% 5_6.1 3 X§ NI I ' 1 :111 .i -; __-1-I ae BAR o tt fr i @ y�a3 ( ` 7. c r S! _ :— 4 1 3 14G E.iilt o I e e: € yv 0 F4IIE°w Fa ;iE E on 0 .I aw.1 Ei3••=y 5� "I I� _ se yl 3 I �-, � r,i ss s. $ 11 A €€ I E F F I 1.r g j R let N. I a Ei> 1 SS(1 a e i r I €€ F F I, -0 0 2 P. I Q i On Y I x 331 N 3 2 n a y D A P, x / } ....tti ?AS)k Z� Z x TERI € Ir +cI ; b • I S ml .4 o ax A U I ---- - 1' 1 11 n=D C 8 i ITi- v _1 rn0M h {j�F` g4i 8,,,-o y 1 ,<",..f."../'''.% 1 3 yZElK € € .3 sF N WYm Y am it t +' o iMATCFILINE-STA.6+00 ii I I m Im I� I� I' I°' FOR CONTINUATION.SEE SHEET 26 1 is iF 8l95 c:\c.e.cOo\oo-e.e\c\ccuro,ww,cs\sxw,ou,n\sa Pwrsvr.117-P,e FRI._ „o.r II/../TON aa,w 1 1 E P -c, 1- Ip I- I- I F. I> I, MATCHI.INE-STA.6+W FOR CONTINUATION SEE SHEET 25 4I sM`.r V.iels a I T-- -ami.w k # J i P F 1l.i,; : i 3 ! I- C j P , a E I 4 1 I S I S I 9p Y t i ?; R 1 € 1 6!9 k''1 3 F h I &i 0 ' 1 I ---- -- °s{ 1 m { iHil ---------'1--- z`r f SSSrit - 1 I • €'2 y 66 $ a g • �? ti g s se, d i 's a <' F I... . Ili P, _ 1 8' g_ rl � 1 Fla g.?' .g. <- 'o I. gSt �i y I . 8 A - %i7 i ii_ Ai. 1. o0 I O x z ?' __ ... 3 OQ S 1, A, 4 Nli am 2 n � ?;h; d 11 yam ` ; 3 g..e; 'S mzo 2 3 3 °E'r 4 li omin b z c I ti 1 11 ,Om 9 II 11 1 z y J Igm, i▪ f y 5 3aa&e1 a ' . $ t F A z ' WYt an gli i 1 - -:-% Ir 6 ' q 4_,R, aiRS^ n 3y , s i, 's' ' L t ' o 1- Im o N Ip I- OMA' USTA.CONTINUATION.SEESHEET 27 ▪ 1 SEXC,SEEPo \P 0-!w\C\0U,9,\o,0\,,.,n.,,SnNBC RM.\ ,7 _ ,00/201e 3 il Plt - 1 1 E r _ _ _ MATCHIINE-STA.12+00 ro f" JA JP Im I� I^ �o+ EOR CONTINUATION.SEE SHEET 26 O N I i ,, E1.� 54;4.w1�1r !a!'Ai awhF aw Ed.ePI ��v, .., , , , , ,, , ., g , :„,--,4—; -..,1 :: 1 t it i � & [i - e ! { mg0j 1agI a i a3 z1 ,I j ew [ d kx H y�Q 99 M p 'N 133tl1S 4191 ik ,hp' g0e g I $ 1 - {E.MI1S.0 d 'P —__— _— ami am .I g_ F5 y 8 LI• - 41s I s a Q. La.' i I f — — —i° I3 o �-/ fig s ii A, ' c g �,j.. I l dui+ 6 � I -__— !!I e-__ j Ili b! E1 6 r g <i u 8 9 3 ` 3 xFdj.. t, 11o i 6 I t i Z I I a.n 2 I3_ ` 3 Az z i Miro k aA -,r1 M e!":52';Z., x ]hi';x i §y% +cm €€S� I a f IA h• o/1A i = o i il N • - or^ .1 4 # ' _ + • -cm 1' ) I: I _E 3 Y x iii e1 *�!; Ri 1 1 I AJO 3�ii,, E:ial@ i 4 ! k i – q E I . t• i o kv I arm MATCHLINE-STA.18+00 m dv� 1 IA 1� 1 I� Imo' I' I°i FOR CONTINUATION,SEE SHEET 28 iiQ a c\Enmx[[rene1>va-OOIC\oomw\mcrc:\8 608aO r08*' v-00 0 0-semi GYI�/0/xaie>e1.. — 1 1 E .. IA Im 15 I, 1,-. , Im IW MATCNUATIILINE N,SE SH Le4.) + ^- +00 FOR CONTINUATION SFE SHEET 27 P i i �al 1 al 1 x 4lF� �6 =s PI 1 I :I m s c 3 - b i a iI it ig3i ` rn "� Ap , 0 A cI t :. p0( xe ___,1 Syn EI _¢� I ifdts 3yl E I Ifr°_ ..a` i , Baa .., , i a I i yeap i N gI C a — — _-ag E. ] 0 1 3?s t! .. 4 € G V' 0 11 i ! ' 3 x A "7 i 4 —'�"i. g g ; -I y3 4 3- F I 3 s�f1 m Y 48 ! Y ;3' + 11 5I !'.rt $ 3 9 Z O ,�I II, 1 a• K 1 I a N T 2 e ”l :>I - C P;_ 1 41 4A _m 0 1 a g-sLC91 it , tl +lClio .13 -Y -.11( 1 o'I I -C : s. i 8Z4 m F ' xAA ^ 6, l3O1 NOA h e 3 1 I Ya 99 ®F o 71 N SyA y g 2Z9 6 3 s I m Y Z Iz1 - _ y I 3- � i .; BG pqp li ER .4 o F Im Im Io I— i- I- I-- MATCHLINF-STA.24+00 FOR CONTINUATION,SEE SHEET 29 V N .IgIlI —Z- ' 115 4 m\c.c rccane\vna-oc\c\«uin\mvas\,a.nurne\ao av 61331!7-ver oux-00252 is/:a/za:e 2:25 v� 1 1 E P°. I0 I^' I^ I°' lo' la IN a 1,-, MATCIILINF-SIA.24+00, :0: ,. + FOR CONTINUATION SFE SHEET 28 -1- j $ y I :I ip;I o1 e i i s l a 5 P i ¢ § 1 3 1vii H I Ai � 1 —__— 1 �) �1 l' ”r- , a I f. 1 'E ICx 1 E a i I , /ti m I R 'i.i "'S { ` 1 I v a j t e �9� t: Ss yi� E m s N ) g 1 IN l''' v g I 1811!1!`.; s 3 o z G _ r 'N 133KLS 4./ 9 $ ,V,..,'e I / t SS xye 5: '-Y Q 4:111!o m D �..en •`1111 a 7 1 4 iI Y4 I 3 y c �l Eli F z f 1 N j 811 i '2711 i ig :I l I S 11 O j C 1 F I $ y g v 1111.. l 1:1111 .. '''''.1* ., Y<'o tl eat !'fig •NZ ' ? �+ 1"I B tmrrn •I 1, i 0111 : • 11 0o N b I 0 y I o 00 n 0 5 I a • N=2 n + c -- ' `_ I l !I DID C 0 ---- i 1� ( G y W O A h h ¢ lg7' y g Z / I / n "-- 'fi13h t� } 20111 I s r; 'g'"IT $ y 9 l o I= Im m IN Ir 6, € MATCHLINE-STA.30+00 V i $i€F 'l FOR CONTINUATION,SFE SHEET 30 MED—7. FF e i'S 9 Al 4 c\cw.�ccnwww-rw\c\caisno�ows\sa.rrx�rnr\e�o vwrs\rcu�a,-ver wvxx-worn one��/o/xo�e�.xs vu 1 1 E V ItiIA Im I to IN IA Im I MAl'CHLINE-STA.30+00 o FOR CONTINUATION SEE SHEET 29 a 1 i a I i { a9,RR e1 / IR Ii 1 - 8 4 — — ggt4=-_fir §� g seal l I zi 1 R1 I ��5g' 9A j - ypyy([ I9 W A I w '"e R'�ay9 ! £ q4a ..i i. F i - — i= } mf= g g sg;1 I a s �' f O TR \ aig I f im 1 ga 1 - f 1s Sr 1 ( =a r e , I $g$ F s 3 a - e c gIi I o 1' • € Ft ;;;491' C ' 3 i ,, a "3 ey2 3 gqa Iy : ag l i 'Z 6= Rua A j 4a i I EI s 4,3 t o 7 _ _ --------7,---' a j �' 9I I if a s 1 .1 jiI y 80 � C = 1 � i qg ,,ia 2 \ ___—__— gt�e 1 ! $ oz 2 ^i g 6°9 1 ,.A0 n ( 1 j q� 01* 17 +o IMO � 4- 3 I (/' �A n 0 6I -''t II O_— y yi g.. .-_/ a S O 33 99 ` qqi �j0 , .fit :3 �*t; 2 f R E I*I 1 z i G t' ---------4, ttp z 9$ i g Mg; ' ga g -1,1''T 5_J ; ag g t \\) o Im Im Io N I> m MATCHLINE-STA.36+00 POR CONTINUATION.SEE SHEET 31 V; gIA'�C Zd;P.1 to —'Z 0 F6 f c.�c�+cv .��w�ww-e.cvvm�s,�o�owcs�aw..r.c�.c�en rcwsvc���n-ry ww.-snm�c.c��nono�e cn w 1 1 E iP 4 ct, ., .4 1'a m k Io IN IA Im m I, Iti 1' I- MATCHLINE-STA36+00 (�� +0 FOR CONTINUATION.SEE SHEET 30 ,e,41. 2 -,‘..1t l F IA I ------ 1� Y z I � w � 11 L- 5o _.g.;w 83xl • 3 3£& yI A 1 ' l + d v 1 -------111xa g Iigg -a f¢ g xx y�" 1 fai c'l !aaa 3� 'i a O.'. akAg f$' 1 I 111Ga —_— t, 1- % i 1 y y{ "• 3 ;3>sxxt" E I a 1 m I r 11IF, t mv. n I �' �x y 1 $a CI 11 J # SY I - - x III g y0":51,) s ._..�. I I � I O x y jj,, h 1 g I a J 111 — + >Er y Y 3 I JF .S' 711;41.1. I S c x r I g 6 Ov i I i J I / Lr 11 8Q a iI .2 ml ` , +pp - 1 a I �Z{I' ‘) 1 I 1111@ p1; n ! N133Y1S WB i 862. li 6(14?-1 G t 1 a / [.1!..,.,1: - gil MOM c A 1, ,1_________ _� ... } g.g.e 21, 'C'7; —„,7.:, '4 53 P __ c g g I a I e F 10 H I- I- to I, Iti IA I; P .�r g E 1/151 I is Ir 1 1. 31` ,.i., J yt j x p --z—.40.— '----' is i dd S 5,25,5555111.5.,02-US\C\201.7\01175C5\421M222211152\Be PLASS\ ....,S____-n_o m._x_.w ileo/m Ie 325 152 liE �._ y d ' 1 v ' V Fl g,, ill �_ ' El _-_ II\M�, ! l=i 44 ; A d I znH 8 i 8 413 66 ' _ x0 g" x 1 , y a _, i �� ac p ii!1q i1 11 x p t7 ! o ` all 1 Ia le .g s d' [EN e® I 4F TT: a6 A411 �n ms �g/� A"S 63' y i0 i I a �; 1: 4 in 1 F. r' A i, 1 6; I i "i Ti 41 �Z S ga#a111 t riaaaaaarl_. YQf .,�J 44444 o z g 1/1 a ,,�.1'�' 11 1 is ' ]�I:e S' F I illi . � . 3:"��1roi IF In••E��r q� iyp . 6 ili a' r �tTft ¢�; ,k8 I�#€a � as Q � m 9 S 4@ "e e 3 d5 ; 1 7 1 3 i i S 1 1 1 @ p1 1,, Iii a R 11 it 61tI t �1 ill Ijlj I S 1 A a 9 l "' �� i s ' F ' l cl�j!(ii Ili a6 '5'gltl jlo i I 9 _ 4' tt ,I a tai lit ai e i 1 '.1P=1" .1— 1i. -ii c9 ° 1 a+611 16 [� EI 6,6 E}' p r \ 1Iiyt411,6r 1t; 6'ji "'"` # } A 1 - ,. :g °, t., .�'' 1` i1 i6 Pi1 1111 1# f a.1 i1 H� i i e i-1� N a x d�� .., g 11[t1 1.4 1111 li 616 i` n 1' 1 A I,-1 I 11; ,,, . 16� to 1. • i [ et '1..11 PS6 ° . _ y.a g B a xi = 6 1 1 1 li 1���� 1 tF §€ € e yA�g6n '�;I 5'01 r@6F�p III► S R. 1 11 j �llill�l 1n¢e¢dAAA i ^ 2. 11py s gR R,' Ii; 1 I., 1 ; . 1 '1d9F i as 1 �`„ b j a '' ie; Al a�1 Fi„ 1 — Q A bd p,6.11111 a9s � app9p aE7qqApp{ys '�° E°6] n Fp Xy" ? EgA7 _1g5• P e1{` �� . ,0 a a !i• °IN l• [1'Ig i1 [P61 311 ± 1111!1 3 A Y Sly '7 £ EV im ml �,r# E. 16/,I1l;1101 i'IC 1111! � 11�Nl6 0q ti111�I.,,.ial., ¢ b4u s g ,a I E1 60 1 111C 6 , i1 i A t• oip e „ _. • 6 1 1 1 '';a a 1:::11 ' lei :;3 o lii3i`` ` ' r `1 a1 ! a " e 1 i 6� " ' 5 : li i 16 11 a I 'r, R �1�' ; I ! 6•> e . t a .. .._ P fila 66 �$�#I ! i 11 t ?' " 61i1S 6 1 di.iii"l 'la i1 I.;E(11ia.11,111/ ' '�i' y 9 f ? 4 t 1 1 1 ' 6S 41 I' i Qrye '�a 141 Ai.p•i P S 1 1', Iu1�I l�t; 1'1111 6/ a D f tl t a 11 / i IOU I I A 1 III It6 Zji1 Is 0> ` i It F1 p m '° 1 1 ! a p 11il�lsili '1 1 • 1 ;��, ii! i i l t "1l i , .,., 11 iii I Q ➢ 6 i , iiii. 0,�4 1l 4" 11 1 y i C r 166111 1 6'., !['a d 1 � E�, i�11 a1 n 1.., Ii - 6 t ; I71I:1.I 1 I it 16 F._: ,.. —__.. tr , sl 4 i�1 a mil/.ti1 1 ! �I 3�I l a' �. d A'1 1 i r = � 9 a --1111N a 6 li illi 'i �I111 �, ii 1: 1 # Ig 11 61 1' 1p- I. �. 1 i i 3 1 }16`S , j1 _ / 11 ,� 1 1fie �� yp t'1(i 111" I .1 ,��t•f�Jf lip • fig 1;AI 1 I1 I 1 811 a 1 Irl hil' 4't !Iic i 5Y §111; 6 A i ; Ilf is 6 1 1 I Melly/ y 7 e s 1, 1 S w ' 6yt 11a' Iii oiMmm 111 ill! lin iai° 'ooxl..MM onom 1 1 E I.IA s 410 1 r_d_.,,vP . mr,A1 i B•11 4_0 1 4-1.1" —pla I aiIii4.6.1,a 11 IS1�1 1 al 5 1 i'¢+ PP 1^ n. g a .. i €§ 1911gi111 i. 1. A '7 Az Ur N 4 o AP Ip+ id al I r 1111 `11 1z B E ll ,,,, sll 111 11 1 1a a a �"� ll= 11 S 'o f �g . II i .as 1111 Al 1x191 1 lag 1 a tili S 1 tz , , �jL ,11 1- I' � (� 1 I s\ p ��• (ll { � `11is : 15 1 i 11 11. ,j^ 1:`——I��+"11` 1111 `• /, si li g 11 1 la I` n91 1111 10 ���'I yAl alb 1'1 ' 1 s I ; 1 g 91 1,x1 a SLI 111 1 A 11 '1111 91 1111 4 w g. ® '919^ 4-1 A v 1 ell ri it i 14N-In j 4L;! , Illi • - a — , 1 AI 1 ;1111-21-14-3 _— is i, 3 , S ' 1 1 "Till 1 1111 11 o a e = ; a 1 '91i , r.,.51 111 a Illj ...__.... ,‘,...,i ., o �. .a 11`91 ' 1llla ..---:, ,, f , ......., ,..,. . ... a141.0011.,..,;„. . ��l��a 911 sA Icl 111, 9'1 _, .„ giii,"). 71,; al�,•ji:lliill, Mgr �a; ;�1 g �c - ii� 1 1 : 11 lea I: a all 1111 1 .01 • l= e = 1li, 1 '11.rli I _hi d` ;- lI- mill 1111 g 1,1 Lk11 i €_ 11 1 NN. I,qA _9,1. 1 111 3 Ow ® 1�lii ;1 � Ilii 1 11 A ' lid lei /I■A�I, II a 9 till �C iMali h lllilil: 91 \i� ,,ll. 11 C 7 .■1.1■ Ilik D�,k ' -.''' ,„)k , 1. - 1� 1 1 2 ail 'In a I�1 111' MIN I IS: ! '11i1 1g 1 1s A. 19 ,1x11 a. ala as l b I 9 ,;111;19; lj len" cn ume m 7:"-Zr rl EI 1 IIi RI Ig lalAl`a�`l l�.m la e m ill 9 1 1 '111`11 a�a A '1111111 it tl 8 A '�, 111 a4,I�l, a ''""8 ����a I .al� 1F y 11 i(p-0 gi1 11 N I7 Ball - L. $ t 4 8F N Illi a 4— 111`J 1 i1 x1@3 1 lily • 2 'AM s Il Ir 11 a 1.1. 111 11 1 �. IIS 1 r E all 1 I ' S ���� 11`11 —alalgeR�, 01 8 Pili P-1 RI, Olt P iti I ' 11 • IIKP3 • t al eY 0< v 5 a�n/�`I11 1 I � � e 1►° 1n a q 1 :: 1 1 1---1 Illii a 1!Milo u I' '1 L. 99 9. m ill aNkil -11¢ =aaria c.�c�urcc.xc��m-crw�c�au�s,�a�cvcs�suewn.�+�mno nua�ao,_,.•., nono�e>.xsw 1 11E , . CI 1 1 i ii 1 i 1 . flu ...._ .4 P AWW! P 1 ill 11- rill ' 1. II I'd 1 Al 1 ipill; ri' / 1 hii ri ;(1 4 ill 1 Iiiiii 0 h 1 Ilia i 1 1 1; 11441' 111)1 11 !!!!..!n!!!”..-,ft-ft ::::•!,:u. ,. .0 PIO1 — = ill. IA ' , 1 M I 9 i tA 1 1 31343 1,- 1 .q(3 Z.:344.68 t 32 6 2 7 1 1 AA;:11 Al Al 111 0 • == =< . * f i,AA'se sast,q L A 8.87 1 311 q ii, 8888...---15 ! 1 1 1 i i 1!- ' i;1 q 11 uAot, •,\ , i ; , a , . r 39 III , i g ; 1 6 i :-•41 ( , . - i €1 i 1 ! Orill ql 1 2 lel =5,11$15gil II 'i '''''‘i!i l d n IV- i'il III '- r.i i iT 1- ri M :. ii 1 1 :* 1; ig c:0 ... ; = : P! ' Ag' e 3i ;!, 0 „-..,* ;V k . *. ul-i ,..--'6 ;ig.g.v,i 1;114;4!...gi. 7 WI ., 8. A A/LI 45=,1 Jo g if g f !, 2 ='51! di a Idwg i ,d .pa, 4g 1441 ; 5 ' *I'4 111444 gagrl' LI = 14 4'';,0''3d'i i 3 .--7--- 3 , _ 1 -- I WIAX• i ti 61i' I4 AZ Z *44.'i I ' 1 0'44". 1 4:ago 1 r 3 1 1 r.Wer- r — . g i i 11010 4 649 itilJa 4! '',, !Ill " 1404 i 8!!irli:; 1 1441 gq44;! bi ';1' ,. .46:0 ; gy dgPIJ 11 g , :'44 0 I ' - 1 lii;.414 g g'Od4Ci3;1 I . , 4 0 p ! ;'Al lig8!A'' ili1,41 ;-..' 11 4m 1 5 4 3 81 0 RP il 4 r74 2 ov i=inuis g I /S .1 111 1-1 3 4 '11 I - Cf SWALE r I 1- OF, ,, 11 q I 11161 !! TOP OF SWALE i * i S '...4 1 4= • a I ; 11:11',111:11111;IP 1 a N 5. Ni tl 5/ i 1 1 R , 4H1!Ii!A 1 91Fl ! i t 1 I Vi 1.4 5g I I 5 i '''' ' ! : 0 'd." 1 1 E 11 t i 6a. tmli p ''"'A .,11 [, ; iv A� � o „,,, R� , a il A .2 II...1,1e IE pg a a _ Lw d n gg 3 e g'' gg3 o v gdd n f =. gu. ,___. ', '$ 1 1 X 8 s' s bvI .. :,1 ao ' I _ C2 H OZ Ia �� mm 8-" — i 7i III £ s m id' 2 Q 1 1 fi z ,- r� PC�' z d § -e!!e•? z 8 z .� Q' •4R...,1 1 B 1i i :,' 211 „- � Ila Ill ,fid , ,.. 1§ 112' $gym ' $ I11 A " " 97 +$ .ab$c Eg 1' f, S ti,d a a , r ti ' Ga " ; N_ §§ / �1// .�L` Imp P § . 4-- A' 1` ., $ 1 1� ;111 MI 41 T -I h ;m . , =a I /I� \\‘, e Ra z .,i� g R ! P� i,TA �P$ :A f, S I # I °z i 18, a ii t� Iii NI i 2 gi m` i,ro •" N a, °Ii! p; iF F � O B d '7 aY p ig N ro — _r.,, iAs13 °' AI! viii 1 g:' ° n al A if Aad @ T. �� -A. ! o r ‘\`��I I i —,7 II gir. L ty IT ." -1 d--. t i> M1 ■■ '4,11 ,I I\ I N s E„ i, {li l — 3i� S fa. ,' Riii � �, _ m�,1 \ , ;, F, T &3 Li"' . ilk'tM ION. 11 l i'21.74{ ii ,— d i I I y N (all lil S �I z,oI1d ., fac �i F\ LJ sO .I G• f „.11.,:,,,,!...•:i! 1 8 �, 2 RJB S 8 8 m Ill §. fin a .7R' ?¢$' oil t gi}S Iy /"rk�„i'Y— a r7 _ J F" L tl n 1 o c n iN ¢ i ` ,III''��/ i M n £ /155!@11N21 I aae 6 IN'/ P11 sold , a P {{�, Int I�I -g " ;i i4II' g it I ds a ii $ .44: I HI 6 j Iii t 59 €�a �\! E#iaa� \a zd9 n 0 I a d y td l�ail gig ' I\ ill I si �� gg POI ip 1 r ! a - S��i ills€I g 9i 9i Q pia I\.i' i^ 5�5 5�IL I.I�:j i CI:l i it,ilti Pi 51gl ��� jai 19pl;id 1P1 I I�`R1 lafigi 1°°lil 7 i 1 l9 ll i @ d da ai 3 3 9 ijdl lq 3p l as �. 4; i1 i g ;s MAto ii�iiii Ili I ihibil"a111e a!a+ r +`xis5 rls iii 11111 ii 14 P X114110111,, 11 rill II a grip/ QG:•_ i g I1?,! i ,1,!e1 a rill i ii p5 i! d pz 8 a'li. I F AIM II=I.=L ,- k 11 t�iIN gal i 1!1.1,111 8F"I 01? i d 141411 g iii �'I 11=11 I Iia id i a 3 .l i! d iii 9�: gF11 e.a _'-�" i�, i, !Ohl, ii is=!t ate d a ida N S p a�i @ °° v d `zz=zz E l;'�z"z�,l!.S a i i F i41 ilE c A ,f 3` , �Tt, a, . fit". AT I ' IN i a I € N t .� 1 m 'i—. °S 2 r� & F 41 L'�--j�J - f° q b p.' / I m \. y yIgli'QE - 9Fp C vv%> E I 111!I HI F 1_ 9egg pfd 3F.° g /2.5.3 i a B4,Af 41 3 lea ! 5a 1 s A - R I-- ig S to w D -. 4 41. m� k 7I v N $u y m� i� a .$ � 1 I D c :.1.?; "�D // deo' f9 a• .T.', £OC mm0 \ mi A 3Q ,, 7 z7 �m � IN -bi s3 a 3x a a 9 $ A _£gu - Eg1g' Ii I 8$A 641 11 i-i i i9s pat --- ---- — ai ICI z M E m % cga x �3 3 P 17 Alp f m 8 f m0 m B. qa la f;° c. 4. ;313 0 y v i Y f f m v k. a3 i;,,, 2 qq E EEnD /_ 8 Dr J. i i� N RJ a2� 4 Cpm /CI -o 1110 +�y \ F iis s mP> € iiil —, s, F 'WI \ ille) N \ IsIIII -pp ti h n Alq Z -l. Z -�, Q v , Snrest TAGE SECOND STAGE M W SWF 3 f Y R 9 aY 0! �g 1 X 1 99¢ ''" giiiP i 1 I E EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Jimmy Nelson Construction Superintendent Anthony Silvestri Project Manager 85 Construction Services Agreement for Public Utilities:Revised 08312016 I 1 1 E 1 ® DATE(MMIDO/YYYY) ACoRD CERTIFICATE OF LIABILITY INSURANCE 3,7,2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Hylant Group Inc-Ann Arbor In"!c°.No Ext):734-741-0044 FAX Ne):734-741-1850 24 Frank Lloyd Wright Dr J4100 E-MAIL Ann Arbor MI 48105 ADDRESS: ---.— INSURER(S)AFFORDING COVERAGE NAIC# _ INSURER A:ContinentallnsUrance Company 35289 INSURED HIGGI-5 INSURER B:Continental Casualty Company 29943 Douglas N. Higgins,Inc. INSURER c:valley Forge Insurance Go 20508 3390 Travis Pointe,Suite A INSURER D:Greenwich Insurance Company 22322 Ann Arbor MI 48108 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:722978176 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSR WVD PODCY NUMBER (MM/DO/WW1 (MMIDD!YYYY) LIMITS A GENERAL LIABIUTY Y 01061922047 4/1/2016 4/1/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 X InclXCU PERSONAL&ADV INJURY $1,000,000 X Incl contractual GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 I POLICY Ki 78-F LOC MBINEUSINGL LtMll $ C A AUTOMOBILE LIABILITY 01061922033 4/112016 4/1/2017 (EaOacc dent) $1,000 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED I SCHEDULED BODILY INJURY(Per accident) $ AUTOS —AUTOS !NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS _ AUTOS (Per accident) $ I B X UMBRELLA LIAB X OCCUR U1061922050 4/1/2016 4/1/2017 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$0 $ C WORKERS COMPENSATION WC434990543 4/1/2016 4/1/2017 X vvc TORY LIMITS T H- AND EMPLOYERS'LIABILITY ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N EL.EACH ACCIDENT $500,000 /M OFFICEREMBER EXCLUDED? N NIA -- (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional/ PEC0025095 4/1/2016 4/1/2017 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Job-#16-7020, 107th Avenue North Public Utilities Renewal. Additional Insured for General Liability,primary and non-contributory,as required by written contract-Board of County Commissioners,Collier County. A 30 day prior written notice of any insurer initiated cancellation,except for non-payment of premium,will be given. A 10 day prior written notice will be given in the event of non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3332 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34412 AUTHORIZED REPRESENTATIVE�jC �-ES� yy I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Detail by Entity Name Page 1 of 3 1 E Honda Department of State DIVISON CF CORPORATIONS 3 Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Foreign Profit Corporation DOUGLAS N. HIGGINS INC. Filing Information Document Number 830666 FEI/EIN Number 38-1807765 Date Filed 08/01/1973 State MI Status ACTIVE Principal Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed:01/25/2000 Mailing Address 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Changed: 01/25/2000 Registered Agent Name&Address CF REGISTERED AGENT, INC. 100 S.Ashley Drive Suite 400 Tampa, FL 33602 Name Changed:02/08/2016 Address Changed:03/09/2016 Officer/Director Detail Name&Address Title VP Bartolone, Brandy L 4465 Enterprise Avenue Naples, FL 34104 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchRe sultDetail?inquirytype=Entity... 2/3/2017 Detail by Entity Name Page 2 of 3 liE Title Asst.Secretary Ludwig,Tamara J 4465 Enterprise Avenue Naples, FL 34104 Title PD HIGGINS, DOUGLAS N 3390 TRAVIS POINTE RD.,SUITE A ANN ARBOR, MI 48108 Title VP, Executive Secretary,Treasurer WILKIE, KELLY A 3390 TRAVIS POINTE RD SUITE#A ANN ARBOR, MI 48108 Title VP HIGGINS, DANIEL N 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Title Asst. Secretary Garrison,Sandra K 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Title Secretary Wilkie, David J 3390 TRAVIS POINTE RD. SUITE A ANN ARBOR, MI 48108 Annual Reports Report Year Filed Date 2015 01/07/2015 2016 01/07/2016 2017 01/06/2017 Document Images 01/06/2017--ANNUAL REPORT View image in PDF format 01/07/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format 01/07/2014--ANNUAL REPORT View image in PDF format 07/01/2013--AMENDED ANNUAL REPORT View image in PDF format 01/08/2013--ANNUAL REPORT hltp://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/3/2017