HomeMy WebLinkAbout2015 Nutt Construction Bid Documents15-09 DESIGN BUILD - SEBASTIAN MUNICIAPL GOLF COURSE IRRIGATION
SCORING/RANKING
INTERVIEW QUESTIONS
Tuesday, September 1, 2015
George E. Ley The Pignato Nutt
Company Landirr, Inc. Group Construction,
Glenmoore,PA Sanford, FL Wellington, FL Tullahoma, TN
INTERVIEW QUESTIONS
Point
15
15
15
assurance for this design build project.
5
Range -
15
15
5
Designer to provide detail information of two
0-20
5
10
1515
15
past irrigation design systems and also provide
15
5
5
20
20
the City with conceptual plans of the proposed
you plan to stage equipment & materials.
0
10
20
20
system. The designer will have 48 hrs to submit
0
2
5
20
20
conceptual plans of the proposed irrigation syst.
- 4
10
5
TOTALS
152
Discuss any possible foreseen challenges &
0-20
10
10
15
20
conflicts relating to the irrigation design based
10
10
20
20
on your past experience on other irrigation
10
10
20
20
systems.
5
5
20--
20
Discuss how you will meet proposed project
0-20
5
10
20
20
schedule to start on October 1, 2015 &
5
10
20
20
completion by Jan. 31, 2016.
0
0
20
20
10
5
20
10
Discuss how two different type of irrigation pipe
0-15
15
10
15
15
(HDPE & PVC) can be designed as one system.
-
15
10
15
-
15
15
5
5
15
15
10
15
15
Please explain your quality control & quality 0-15
5
15
15
15
assurance for this design build project.
5
5
15
15
5
10
15
15
5
8
15
15
How will the construction be staged & where do 0-10
0
5
10
10
you plan to stage equipment & materials.
0
5
10
10
0
0
5
10
-
5
- 4
10
5
TOTALS
152
177
375
380
15-09
RESPONSES FOR
DESIGN BUILD — GOLF COURSE IRRIGATION
OPENED AUGUST 13, 2015 — 2:00 P.M.
Nutt Construction
104 Carnoustie Court
Tullahona, TN 37388
$998,500 Total Bid Proposal
Pignato Group
1302 La Mirada Circle
Wellington, FL 33414
$947,723 Total Bid proposal
Land Irr Incorporated
202 N. Laurel Avenue
Sanford, FL 32771
$716,500 Total Bid Proposal
George Ley Company
130 Devereux Road
Glenoore, PA 19343
$720,000 Total Bid proposal
Jean Tarbell
To: Kenneth Killgore; Frank Watanabe; Greg Gardner
Subject: GC Irrigation Teleconference Interview
The following teleconference interviews have been rescheduled for Tuesday, September 1, 2015 beginning at
9:00 a.m.
The teleconference calls will take place in second floor conference room.
9:00 a.m. - Pignato Group — Mike Pignato
1-561-313-4219
9:30 a.m. - George Ley Co. — George Ley
1-610-942-3809
10:00 a.m. - Nutt Construction - Clay Uselton
1-931-247-6928
10:30 a.m. - Landirr, Inc., - James Roberts
1-407-461-8007
Bid Opening
Golf Course Irrigation
August 13, 2015 — 2:00 pm
Council Chambers, 1225 Main Street, Sebastian, FL
Present:
Greg Gardner, P.G.A. Director of Golf
Jeanette Williams, Recording Secretary
Melanie Mark, IGM Superintendent
Stan Mrozek, IGM Assistant Superintendent
Dan Goulet, IGM Irrigation Specialist
Sean Hyduk, Aqua Turf International
Clay Uselton, Stephen Nutt, Nutt Construction
Mike Robeno, Land Irr, Inc.
Mike Pignato, DGI, SEI, The Pignato Group
The Golf Director explained he would open the bids, announce the company and the total amount; a committee
consisting of the City Manager, Public Works Director and himself would then review the bid submittals. Ms. Mark, Mr.
Mrozek and Mr. Goulet would be considered consultants to the committee.
He read the following proposals:
George Ley Company
$40,000 design
$660,000 construction
$10,000 management
$10,000 final punch
$720,000 total bid proposal
Nutt Construction
$8,500 design
$885,000 construction
$75,000 management
$30,000 final punch
$998,500 total bid proposal
Land Irr Incorporated
$7,500 design
$661,500 construction
$30,000 management
$17,500 final punch
$716,500 total bid proposal
Pignato Group
$10,000 design
$855,773 construction
$40,000 management
$41,950 final punch
$947,723 total bid proposal
At 2:09 p.m., the Golf Course Director closed by saying the Committee would meet with IGM staff to review the
proposals and they hope to make a recommendation next week.
CITY OF
E`T'�N
HOME OF PELICAN ISLAND
1225 MAIN STREET • SEBASTIAN, FLORIDA 32958
TELEPHONE: (772) 589-5330 • FAX (772) 589-5570
PUBLIC NOTICE
CITY OF SEBASTIAN
INDIAN RIVER COUNTY
FLORIDA
INTERVIEWS
Via
TELECONFERENCE CALL
Monday, August 24, 2015 (a, 11:00 a.m. and
Tuesday, August 25, 2015 Starting at 9:00-10:30 A.M.
Sebastian City Hall
Second Floor Conference Room
1225 Main Street
Sebastian, FL 32958
In accordance with the Consultants Competitive Negotiations Act (CCNA) and generally
accepted procurement practices, the Selection Committee will meet on Monday, August
24, 2015, at 11:00 a.m., and on Tuesday, August 25, 2015 beginning at 9:00 a.m., to
conduct interviews via teleconference with four (4) respondents to the Design Build Golf
Irrigation solicitation.
In compliance with the American with Disabilities Act (ADA), anyone who needs a
special accommodation of this meeting should contact the City's ADA coordinator at
589-5330 at least 48 hours in advance of this meeting.
Jean Tarbell
From: Clay Uselton <uselton0309@gmail.com>
Sent: Friday, August 21, 2015 2:14 PM
To: Jean Tarbell
Cc: Greg Gardner; Frank Watanabe; Sean Hyduk; Stephen Nutt
Subject: Re: Interview Questions - City of Sebastian Design Build - Sebastian Muncipal Golf
Course Irrigation System
Attachments: ATI -Request Past Irr Design-082015.docx
Jean, Greg and Frank
Tried to email all 3 together and getting kicked back because of size, so I'm gonna send each file in it's own
email. Please read below.
Thanks
Clay Uselton
Jean, Greg, Frank
Question 1 asks that we provide detailed information of two past irrigation design systems and design plans for
the Sebastian Municipal Golf Course. We provided a hard copy of the plans at the bid opening. Attached to
this email is the detailed information of three past irrigation design systems of Sean Hyduk with Aquaturf and
also a copy of the plans digitally. I've also attached a material take -off and a estimate on a material quote.
If you need anything else for question 1, let us know.
We look forward to talking with you next week.
On Thu, Aug 20, 2015 at 12:59 PM, Jean Tarbell <jtarbellcccityofsebastian.or > wrote:
The attached questions, prepared by the Selection Committee will be asked during your scheduled
teleconference interview scheduled for next week.
Thank you for your interest in the City of Sebastian's solicitation process.
1
CR of
SEAT,
HOME OF PELICAN ISLAND
August 21, 2015
INTERVIEW QUESTIONS
City of Sebastian
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
The designer will be requested to provide detailed information of two past irrigation
design systems and also provide the City with conceptual design plans of the proposed
system. The designer will have 48 hours to submit conceptual plans of the proposed
irrigation system.
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems.
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
4. Discuss how two different types of irrigation pipe (HDPE and PVC) can be designed as
one system.
5. Please explain your quality control and quality assurance for this design build project.
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Please have the designer on this interview conference call to respond to the above technical design
questions.
Page 1 of 1
QTY OF
BASTLN
HOME OF PELICAN ISLAND
1225 MAIN STREET • SEBASTIAN, FLORIDA 32958
TELEPHONE: (772) 589-5330 • FAX (772) 589-5570
PUBLIC NOTICE
CITY OF SEBASTIAN
INDIAN RIVER COUNTY
FLORIDA
DESIGN BUILD GOLF COURSE IRRIGATION
INTERVIEWS
Via
TELECONFERENCE CALLS
Tuesday, September 1, 2015
9:00 a.m.-10:30 a.m.
Sebastian City Hall
Second Floor Conference Room
1225 Main Street
Sebastian, FL 32958
In accordance with the Consultants Competitive Negotiations Act (CCNA) and generally
accepted procurement practices, the Selection Committee will meet on Tuesday,
September 1, 2015, beginning at 9:00 a.m., to conduct interviews via teleconference with
four (4) respondents to the Design Build Golf Irrigation solicitation.
In compliance with the American with Disabilities Act (ADA), anyone who needs a
special accommodation of this meeting should contact the City's ADA coordinator at
589-5330 at least 48 hours in advance of this meeting.
MOF
SES TyAN
HOME OF PELICAN ISLAND
July 28, 2015
ADDENDUM NO.1
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
RFQ Sebastian Municipal Golf Course Design Build Irrigation System
For the Irrigation addendum no. 1, please make sure you add the following response:
I. The irrigation bid proposal will require a performance bond
2. Type of pipe currently — PVC
3. If City purchases materials (rotors, controls, etc.), will that reduce bond? Yes
4. Is there a sleeve that crosses underneath road behind #17 tee? No
5. Work Schedule on Saturday's & Sundays — currently, work can be performed on all
Saturdays and Sundays, however, the following dates will require all 18 holes to be
available and no golfer interference: 10-17-15, 10-24-15, 10-31-15, 11-21-15, 11-22-
15. On those dates, work can be performed, but must, in no way, interfere with golfers.
6. Should the plan entail clubhouse irrigation? Yes
7. Page A-14, question #2 does not pertain to irrigation — "How many year experience in
road and utility construction work has your organization had as a contractor? Not
necessary to answer
8. Is Construction Service Agreement turned in with Bid? Yes
9. Will City of Sebastian pay with Visa Payments or checks? Checks
10. What if county water lines are disrupted during installation? What is the cleaning
process? Contractor must repair, water line must be officially cleaned & flushed per
Indian River County regulations.
11. Will Irrigation License with other Florida counties reciprocate with the City of
Sebastian? Yes, however, contractor must provide City of Sebastian Building
Department with "letter of reciprocity"from the Florida County in which licensed in.
12. Is payment of Performance Bond mandatory? Yes
13. Bidder shall have been directly employed by either city , county or state government for
consulting / Design services on a minimum of [ 8 ] new or renovated municipal golf
course Irrigation System Design Projects. Is it possible that this number can be reduced?
Yes, this number will be reduced to two (2).
14. Special areas to irrigate? — area around golf course clubhouse (north and east side),
golf course main parking lot perimeter (not individual islands, with the exception of
islands immediately in front of south side of clubhouse), area in between holes #3 & #7
and areas around front and back nine restrooms
15. Number of HDPE irrigation installation project contractor must have completed —
Minimum number is five (S), city, county, state, public or private golf facilities.
Please sign and return this Addendum No. 1 with the proposals on August 13, 2015
Signature Date
Page 1 of 1
I
1.5-09
NOTICE OF INVITATION TO BID
SEALED BIDS FOR A LICENSED CONTRACTOR TO PROVIDE "DESIGN BUILD IRRIGATION
SYSTEM FOR THE SEBASTIAN MUNICIPAL GOLF COURSE" WILL BE ACCEPTED BY THE CITY
OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2:00 PM ON AUGUST 13,
2015. BID ENVELOPES ARE TO BE MARKED AS FOLLOWS:
DESIGN BUILD IRRIGATION SYSTEM FOR SEBASTIAN MUNICIPAL GOLF COURSE
BID SUBMITTAL: August 13, 2015 at 2:00 PM
BID OPENING: August 13, 2015, beginning at 2:00 PM
The City of Sebastian is seeking bids from licensed contractors to "Design Build contract for new
Irrigation System for the Sebastian Municipal Golf Course" in the City of Sebastian.
The Contractor shall be able to be properly licensed in the City of Sebastian and shall provide proof of
insurance to conduct its business, with all licenses, permits, & certificates as may be required by all local,
State of Florida, and Federal Agencies. The Contractor shall submit a current license from the State of
Florida must be capable of obtaining the appropriate licenses and certificates to perform the project in the
City of Sebastian.
Contractors interested in submitting a bid may email Ms. Jean Tarbell at jtarbell�acitvofsebastian.or, to
receive a bid package containing instructions for bidders from the City Manager's office located at City
Hall on the second floor at 1225 Main Street, Sebastian, Florida 32958. All items bid shall conform to
the Design Build Bid Documents unless specifically approved in advance in writing by the City.
Any person or affiliate who has been placed on the convicted vendor list following conviction for a public
entity crime may not submit a bid as proscribed by Section 287.133, F.S. Any bids received without the
signed Bid Proposal, Proof of Contractor's License, Public Entity Crime Form, the Drug Free Workplace
Form and Construction Service Agreement will be considered incomplete and bid will be disqualified.
Questions concerning this bid should be directed to Greg Gardner, Golf Course Director for this project in
writing or email: ,,gardner!k citvof,,ebastian.or!4 by July 30, 2015.
There is a mandatory pre-bid conference scheduled to begin at 2:00 P.M. on July 23, 2015, at the
address stated above in City Hall in the City's Council Chambers.
Bids duly submitted will be publicly opened and read aloud at the date and time specified above in City
Hall. The City reserves the right to reject any and all bids, or to accept any bid or portion thereof deemed
to be in the best interest of the City, and to waive any non -substantial irregularities.
BY: City of Sebastian
Joe Griffin, City Manager
CnY OF
�STIAN
HOME OF PELICAN ISLAND
1225 MAIN STREET • SEBASTIAN, FLORIDA 32958
TELEPHONE: (772) 589-5330 • FAX (772) 589-5570
NOTICE TO PROCEED
SEBASTIAN MUNICIPAL GOLF COURSE
DESIGN BUILD
IRRIGATION
DATE: September 30, 2015
TO: Clay Uselton
Nutt Construction, LLC
104 Carnoustie Court
Tallahassee, FL 37388
You are hereby notified to commence work on October 1, 2015 per the terms and
conditions of the Bid you submitted on August 13, 2015 and the Construction Services
Agreement and Addendum, between the City of Sebastian and Nutt Construction, LLC, dated
September 30, 2015. Contract completion time is warranted not to exceed 120 consecutive
calendar days from the commencement date stated above.
All substantial communication pertaining to this project should be directed to the Project
Manager and Director of Golf, Greg Gardner at ggardner(c�cityofsebastian.org or by telephone
at 772-388-4406.
We look forward to working with you on this project
Joseph Griffin
City Manager
RECENT PROJECT EXPERIENCE
Laurel Oak Country Club
Title: Laurel Oak Country Club - Sarasota, FL
Project Cost: $1,750,000
Laurel Oak is currently under construction and will open this fall 2015. The irrigation design and
construction management was led by Sean Hyduk, Aqua Turf International and installed by Nutt
Irrigation. The scope of work consisted of an irrigation design of 18 holes of golf and a practice facility.
The installation of the new irrigation system was performed while the existing system continued to
irrigate on 18 holes alongside a golf course renovation design by Gary Player Golf Course Design. The
existing irrigation system remained operational until the new system was installed. The irrigation design
is a 75', triangular coverage wall to wall utilizing High Density Polyethylene (HDPE DR13.5) pipe. The
mainline and lateral piping is a loop lateral piping system. The maximum run time window does not
exceed 8 hours. The control system is a standard Toro satellite operating system utilizing the existing
pump station.
The Club at Boca Pointe
Title: The Club at Boca Pointe — Boca Raton, FL
Project Cost: $1,435,500.00
Boca Pointe was completed in the fall of 2014. The irrigation design and construction management was
led by Sean Hyduk, Aqua Turf International and installed by Nutt Irrigation. The scope of work
consisted of an irrigation design of 18 holes of golf and a practice facility. The installation of the new
irrigation system was performed while the existing system continued to irrigate until the new irrigation
system was operational. The golf course remained fully open for play during the installation except one
hole. The irrigation design is a 75', triangular coverage utilizing High Density Polyethylene (HDPE
DR13.5) pipe. The mainline is a loop lateral system with a herringbone lateral piping system. The
maximum run time window does not exceed 8 hours. The control system is a standard Toro satellite
operating system utilizing the existing pump station. Pump Station was replaced after construction.
Indian River County
Title: Sandridge Golf Club - Vero Beach, FL
Project Cost: $1,168,000
Sandridge Golf Club was completed in the fall of 2014. The irrigation design and construction
management was led by Sean Hyduk, Aqua Turf International Design. The scope of work consisted of
an irrigation design of 18 holes of golf and a practice facility. The installation of the new irrigation
system was performed while the existing system continued to irrigate until the new irrigation system was
operational. The golf course remained fully open for play during the installation except one hole. The
irrigation design is a 75', triangular coverage utilizing High Density Polyethylene (HDPE DR 13.5) pipe.
The mainline is a loop lateral system with a herringbone lateral piping system. The maximum run time
window does not exceed 8 hours. The control system is a standard Toro satellite operating system
utilizing the existing pump station.
00 J
r
vj
1
,W
fIJ
c
tool
O�
�'t1
c
r
vj
1
,W
fIJ
r
vj
O�
�'t1
3
0
E
E
►]
�lj
lesodoad
11
Ma I9101
a.mmuo►;san
uo!;eag!lenj�
aaPP!8
Puofl P!H
aauuansul
,f;!;!;u:j a!19nd
aaeld)laoM
aa.i,3 U.aQ
aauepua;;d
p!g-aad
,f1o;epueW
r1
O
z
'n
!J
V
Q—
r,
v
\
m,/j,/ !,—
AQ u4 l v,e r Zv !'r- 06)A'ii,-Ir (A
SEBASTIAN City of Sebastian
L 1225 Main Street
_ Sebastian, FL 32958
(772) 388-8228
HOME OF PELICAN ISLAND fax: (772) 388-8248
August 10, 2015
ADDENDUM NO.2
RFQ Sebastian Municipal Golf Course Design Build Irrigation System
1. Following opening of bids on Thursday, August 13th @ 2:00pm, Golf Course and City
Staff will review and interview the design firm before selection.
Please acknowledge receipt of Addendum #2 by signing and returning this Addendum with your bid
proposal on August 13, 2015
Signature Date
Page 1 of 1
1
Jean Tirbell
From: Greg Gardner
Sent: Tuesday, July 28, 2015 1:34 PM
To: Frank Watanabe
Cc: Jean Tarbell; Joseph Griffin
Subject: RE: G2 - Irrigation Pre -Bid questions
Final answers to irrigation questions —
Question from Pre -Bid Irrigation Meeting, which was on Thursday. July 23, 2015
(Answers in bold italics)
For the Irrigation addendum no.1, please make sure you add the following response:
the irrigation bid proposal will require a performance bond
1. Type of pipe currently — PVC
2. If City purchases materials (rotors, controls, etc.), will that reduce bond? Yes
3. Is there a sleeve that crosses underneath road behind #17 tee? No
4. Work Schedule on Saturday's & Sundays — currently, work can be performed on all Saturdays and Sundays,
however, the following dates will require all 18 holes to be available and no golfer interference: 10-17-15,10-
24-15, 10-31-15, 11-21-15, 11-22-15. On those dates, work can be performed, but must, in no way, interfere
with golfers.
5. Should the plan entail clubhouse irrigation? Yes
6. Page A-14, question #2 does not pertain to irrigation — "How many year experience in road and utility
construction work has your organization had as a contractor? Not necessary to answer
7. Is Construction Service Agreement turned in with Bid? Yes
8. Will City of Sebastian pay with Visa Payments or checks? Checks
9. What if county water lines are disrupted during installation? What is the cleaning process? Contractor must
repair, water line must be officially cleaned & flushed per Indian River County regulations.
10. Will Irrigation License with other Florida counties reciprocate with the City of Sebastian? Yes, however,
contractor must provide City of Sebastian Building Department with "letter of reciprocity" from the Florida
County in which licensed in.
11. Is payment of Performance Bond mandatory? Yes
12. Bidder shall have been directly employed by either city , county or state government for consulting / Design
services on a minimum of [ 8 ] new or renovated municipal golf course Irrigation System Design Projects. Is it
possible that this number can be reduced? Yes, this number will be reduced to two (2).
13. Special areas to irrigate? — area around golf course clubhouse (north and east side), golf course main parking
lot perimeter (not individual islands, with the exception of islands immediately in front of south side of
clubhouse), area in between holes #3 & #7 and areas around front and back nine restrooms.
14. Number of HDPE irrigation installation project contractor must have completed — minimum number is five (5),
city, county, state, public or private golf facilities.
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
p-772-388-4406
email — ggardner@citvofsebastian.org
Golf Shop Phone — 772-589-6801, x
From: Frank Watanabe
Sent: Tuesday, July 28, 2015 8:43 AM
To: Greg Gardner
Cc: Jean Tarbell; Joseph Griffin
Subject: RE: G2 - Irrigation Pre -Bid questions
Greg,
For the Irrigation addendum no.1, please make sure you add the following response:
1. the irrigation bid proposal will require a performance bond
Then respond to any questions from the pre-bid meeting and then responses to the email below with the 13
questions. I would attach the sign in sheet with the addendum.
Please forward the responses to Jean and she will email them to the bidders
Thanks
From: Frank Watanabe
Sent: Monday, July 27, 2015 4:58 PM
To: Greg Gardner
Subject: RE: G2 - Irrigation Pre -Bid questions
Greg,
We can meet at 8:15 am. Joe and I have another meeting at 10 am with FPL and the golf course.
From: Greg Gardner
Sent: Monday, July 27, 2015 4:46 PM
To: Frank Watanabe
Subject: RE: G2 - Irrigation Pre -Bid questions
Check that, I'll see you at 8:30am, I think we can knock them out quickly and I can get up to course for my gam
meeting........
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
P-772-3 88-4406
email—ggardner@cityofsebastian.org
Golf Shop Phone — 772-589-6801, x: 1
From: Greg Gardner
Sent: Monday, July 27, 2015 4:44 PM
To: Frank Watanabe
Subject: RE: G2 - Irrigation Pre -Bid questions
I've got a meeting at gam, can we meet after the loam meeting?
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
p-772-388-4406
email—ggardner@cityofsebastian.org
Golf Shop Phone — 772-589-6801, x: 1
From: Frank Watanabe
Sent: Monday, July 27, 2015 4:41 PM
To: Greg Gardner; Joseph Griffin
Subject: RE: G2 - Irrigation Pre -Bid questions
Greg,
I just got back. Let's meet tomorrow Tues 8/28 morning around 8:30 am in my office to go over these questions.
Thanks
From: Greg Gardner
Sent: Monday, July 27, 2015 8:49 AM
To: Frank Watanabe; Joseph Griffin
Subject: RE: G2 - Irrigation Pre -Bid questions
Joe/frank — can we meet sometime today to address and get out the below questions, plus I got this one this morning —
(just give me a time if possible to meet quickly today, thanks, greg)
Greg
I have found another very important question to ask. Again , reading the Technical Specifications I found on page A 56
the following:
Bidder must have designed and installed five or more ( 18 ) hole HDPE irrigation systems the last 5 years.
Then I found on page A 60:
The irrigation CONTRACTOR and the project supervisor shall have completed two ( 2 ) 18 hole. HDPE projects of similar
scope in the last five ( 5 ) years.
Thanks
Mike Crone
Landirr Inc
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
p-772-388-4406
email—ggardner@cityofsebastian.org
Golf Shop Phone — 772-589-6801, x: 1
From: Greg Gardner
Sent: Friday, July 24, 2015 3:11 PM
To: Frank Watanabe; Joseph Griffin; 'Melanie Mark (Regional)'
Subject: G2 - Irrigation Pre -Bid questions
Below entails the Irrigation pre bid questions. I have not answered the following questions yet —
#2 (a Joe or Frank question)
#6 & #8 (Joe or Frank, OK?)
#9 (Frank question)
#10 (Joe or Frank question)
#12 (Joe or Frank) I am ok if we reduce that number to 2 to 4 minimum??
#13 —Your thoughts Melanie?
Question from Pre -Bid Irrigation Meeting, which was on Thursday, July 23, 2015
(Answers in bold italics)
1. Type of pipe currently — PVC
2. If City purchases equipment (rotors, controls, etc), will that reduce bond?
3. Is there a sleeve that crosses underneath road behind #17 tee? No
4. Work Schedule on Saturday's & Sundays — currently, work can be performed on all Saturdays and Sundays,
with the exception of the following dates: 10-17-15, 10-24-15, 10-31-15, 11-21-15, 11-22-15. On those dates,
work can be performed, but must, in no way, interfere with golfers.
5. Should the plan entail clubhouse irrigation? Yes
6. Page A-14, question #2 does not pertain to irrigation — "How many years experience in road and utility
construction work has your organization had as a contractor? Not necessary to answer
7. Is Construction Service Agreement turned in with Bid? Yes
8. Visa Payments or checks? Checks
9. What if county water lines are disrupted during installation? What is the cleaning process?
10. Will Irrigation License with other Florida counties reciprocate with the City of Sebastian?
11. Is payment of Performance Bond mandatory? Yes
12. Bidder shall have been directly employed by either city , county or state government for consulting / Design
services on a minimum of [ 8 ] new or renovated municipal golf course Irrigation System Design Projects. Is it
possible that this number can be reduced?
13. Special areas to irrigate?
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
p-772-388-4406
email—ggardner@cityofsebastian.org
Golf Shop Phone — 772-589-6801, x: 1
Jean Tarbell
From:
Frank Watanabe
Sent:
Tuesday, July 14, 2015 10:19 AM
To:
Greg Gardner
Cc:
Joseph Griffin; Jean Tarbell
Subject:
RE: July 23rd Irrigation Pre Bid
Greg,
Now that both golf course bids are advertised, please track all bidder questions and I would suggest that these request
questions be emailed and no phone responses. There should be no communication with the vendors or firms.
After talking with Jean and Bob, we need to note at the Irrigation Prebid meeting, the irrigation bid proposal will require
a performance bond which was not mentioned in the notice. This bond is needed for this project due to the amount of
the construction. As mentioned before, for this design build irrigation prebid meeting, I would use the following
outline:
• Intro of the projects
• Who will be on the review committee (get the name — Greg, Joe and anyone)
• Collect any technical questions from the attendees and will respond back in an addendum
• Jean will create a sign -in sheet for everyone to sign in.
• Collect business cards of the attendees
• If ok, let them know the construction budget (they will ask this question)
Thanks
From: Frank Watanabe
Sent: Thursday, July 09, 2015 1:58 PM
To: Greg Gardner
Cc: Joseph Griffin
Subject: RE: July 23rd Irrigation Pre Bid
Greg,
I can handle the Restroom Pre-bid meeting with Michelle S. to assist me. I will get you a summary outline of things to
discuss at the irrigation pre-bid. Since that one is a design built, I would recommend the following:
• Intro of the projects
• Who will be on the review committee
• Collect any technical questions and will respond back in an addendum
• Jean will create a sign -in sheet for everyone to sign in.
• Collect business cards of the attendees
• If ok, let them know the construction budget (they will ask this question)
End meeting
From: Greg Gardner
Sent: Thursday, July 09, 2015 12:29 PM
To: Frank Watanabe
I
Cc: Joseph Griffin
Subject: RE: July 23rd
That's fine, keep in mind, I am out of town for the restroom bid. Is there any standard template that we use for a pre-
bid meeting
Greg Gardner
PGA Director of Golf
Sebastian Golf Club
100 Brush Foot Dr.
Sebastian, FL 32958
Boys Assistant Golf Coach
Sebastian River High School
p-772-388-4406
email — ggardner@cityofsebastian.org
Golf Shop Phone — 772-589-6801, x: 1
From: Frank Watanabe
Sent: Thursday, July 09, 2015 12:16 PM
To: Greg Gardner
Cc: Joseph Griffin
Subject: FW: July 23rd
G reg,
It appears that we scheduled the Golf Course Irrigation mandatory pre-bid for 7/23 at 2 pm. I have another bid opening
for the Engineering and Airport CCNA's at the same time, so I assume you can handle the irrigation pre-bid meeting.
Please note that the Restroom Bid meeting on July 16`h at 2 pm.
Frank
From: Sally Maio
Sent: Thursday, July 09, 2015 11:51 AM
To: Frank Watanabe; Barbara Brooke -Reese; Michelle Stromberg; Jean Tarbell; Joseph Griffin
Subject: RE: July 23rd
They are in two different rooms — are you suggesting moving them both to the Chambers?
From: Frank Watanabe
Sent: Thursday, July 09, 2015 11:46 AM
To: Barbara Brooke -Reese; Michelle Stromberg; Jean Tarbell; Joseph Griffin; Sally Maio
Subject: RE: July 23rd
Barbara,
My mistake on this one, however we can open the Continue Engineering bids at 2:00 pm as posted and then follow-up
with the opening of the Airport Engineering Bids around 2:30 pm on the same recording. If that is ok. Both should not
exceed an hour.
2
Thanks
From: Barbara Brooke -Reese
Sent: Thursday, July 09, 2015 11:42 AM
To: Frank Watanabe; Michelle Stromberg; Jean Tarbell; Joseph Griffin; Sally Maio
Subject: July 23rd
To Whom It May Concern;
I just noticed that there are 2 bid related items on the calendar for july 23rd @ 2pm & we have only 1 recording
computer. I cannot record both meetings via the BIS. Please let me know which meeting is more important to have the
audio recording for, so that I can make sure that everything works beforehand.
Thank you
Sincerely;
Barbara Brooke -Reese, CCNA
Electronic Records & Information Manager
City of Sebastian
City Clerks Department
772-388-8246 Direct
breese@cityofsebastian.or�
Tmasure coast rr���� I TCPALM
Indian River Press Journal
1801 U.S. 1, Vero Beach, FL 32960
AFFIDAVIT OF PUBLICATION
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before the undersigned authority personally appeared, Sherri Cipriani, who on oath says that she is Classified Inside Sales
Manager of the Indian River Press Journal, a daily newspaper published at Vero Beach in Indian River County, Florida: that the
attached copy of advertisement was published in the Indian River Press Journal in the following issues below. Affiant further
says that the said Indian River Press Journal is a newspaper published in Vero Beach in said Indian River County, Florida, and
that said newspaper has heretofore been continuously published in said Indian River County, Florida, daily and distributed in
Indian River County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement;
and affiant further says that she has neither paid or promised any person, firm or corporation any discount, rebate, commission
or refund for the purpose of securing this advertisement for publication in the said newspaper. The Indian River Press Journal
has been entered as Periodical Matter at the Post Offices in Vero Beach, Indian River County, Florida and has been for a period
of one year next preceding the first publication of the attached copy of advertisement.
Customer Ad Number Convline PO if
435563 - CITY OF SEBASTIAN 598100 NOTICE OF INVITATION TO BID 15-09 SE RFP 15-09
Pub Dates
July 13, 2015
orn o a subscribed before me th day of, JuIY 13, 2015, by
! X=AL
who is
Sherri Cipriani
(X) personally known to me or
( ) who has produced
as identification.
Sandra Coldren Notary Public
SANDRA COLDREN
MY COMMISSION N FF 004035
:F k:
EXPIRES, April t, 2017
ne yto,,• Bonded Thru Notary Public Underwriters
Notic)ToCredttars NbtilToCredNxJrs
6, 2015.
LICATION OF THIS NOTICE OR
PublklbtM.Qs
THIRTY (30) DAYS AFTER THE
Personal Representative:
TIME OF SERVICE OF A COPY
William R. Wilson
OF THIS NOTICE ON THEM.
331 Liberty Lane
All other creditors of the
Wayne. PA 19087
decedent and other persons
Attorneys for Personal
having claims or demands
Representative:against
decedent's estate
James Sopko, Esq.
must file Meir claims with
Kramer, Sopko &
this court WITHIN THREE (3)
Levensteln, P.A.
MONTHS AFTER THE DATE OF
Attorneys At Law
THE FIRST PUBLICATION OF
2300 SE Monterey Road
THIS NOTICE.
Ste 100
Stuart, FL 34996
ALL CLAIMS NOT SO FILED
WILL BE FOREVER BARRED.
By: lames Sopko, Esq.
NOTWITHSTANDING THE
Florida Bar No. 324371
Pub: July 6, 13, 2015
TIME PERIOD SET FORTH
ABOVE, ANY CLAIM FILED
TCN589859
TWO (2) YEARS OR MORE
AFTER THE DECEDENT'S
IN THE CIRCUIT COURT IN AND
DATE OF DEATH IS BARRED.
FOR MARTIN COUNTY,
ALL CLAIMS AND DEMANDS
FLORIDA
NOT SO FILED WILL BE FOR -
PROBATE DIVISION
EVER BARRED.
File Number: 15.482CP
The date of the first Pub-
TH S 70 01 43 W 66.30 FT,
lication of this Notice is July
IN RE: ESTATE OF
Joan K. Benedict
13.2015
Deceased.
Co -Personal Representative:
NOTICE TO CREDITORS
Monica Lewis
262 Sheraton Drive
The administration of the
Montreal West,
estate of Christine B. Doyle,puebec
H4X 1N9
deceased, whose date o
Co-Personal Representative:
death was March 27,2015 ,
7,2015, is
Farley Lewis
For=in the Circuit Court
303.285 ch des Faitieres
for Martin Countyy, Florida.
Piedmont,
Probate Division, theaddress
Quebec lOR 1K0
of which is Post Office Box
9016, Stuart, FL 34995-9016.
Co -Personal Representative:
Valerie Lewis
The names and addresses
229 Pioneer Path
of the Personal Representa-
St. Adolphe d'Howard,
tive and the Personal Repre-
Quebec JOT 2BO
sentative's attorney are set
forthbelow.
COUNSEL FOR PERSONAL
REPRESENTATIVES:
All creditors of the dece-
SONIA M. PAWLUC, P.A.
dent andother persons
COUNSELOR AT LAW
having claims or dmands
717 SE 5th Street
against decedent's estate on
whom a copy of this notice is
Stuart, FL 34994
Telephone: (772) 463.2600
be based.
In accordance with the
Americans with Disabilities
Act and Section 286.26, Flor-
ida Statutes, persons with
disabilities needing special
accommodation to partici-
Date in this meeting should
TREASURE COAST NEWSPAPERS K Monday, July 13, 2015 oi CS
Public NotiCes
PublklbtM.Qs
ReGuesitorBids
Disabilities Act (ADA) Coor-
The Parcel ID is 2410-
ON AUGUST 13,2015. BID
dinator at 772-226-1223 at
503.0067.000.6. The legal
ENVELOPES ARE TO BE
least 48 hours in advance of
description of the property Is
MARKED AS FOLLOWS:
the meeting.
AARON LEE S F FORT
PIERCE BLK G N 50.1 FT OF W
DESIGN BUILD IRRIGATION
INDIAN RIVER COUNTY BOARD
1/2 OF LOT 7 AND THAT PART
SYSTEM FOR SEBASTIAN
OF COUNTY COMMISSIONERS
OF LOTS 7 AND 8 MPDAF:
MUNICIPAL GOLF COURSE
WESLEY S. DAVIS, CHAIRMAN
FROM INTOF SW COR OF LOT
BID SUBMITTAL: August 13.
Pub: Julyy 13, 2015
TCN600743
7 AND ELY RD R/W LI OF N
2ND ST RUN N 1716 38 W ALG
2015 at 2:00 PM
BID OPENING: August 13,
RD R/W LI 9.96 FT TO POB:
2015, beginning at 2:00 PM
PUBLIC HEARING NOTICE
The St. Lucie County HOME
TH CONT N 17 16 38 W 23.26
FT, TH N 7147 25 E 144.38 FT
The City of Sebastian is
Consortium will hold a Pub-
TO E LI OF W 1/2 OF LOT 7,
seeking bids from licensed
lic Hearing to receive public
TH S 18 26 24 E ALG E LI 24.37
contractors to "Design Build
comment on the proposed
fT, TH S 7147 25 W 64.42 FT,
contract for new Irrigation
Fourth Year Action Plan and
TH S 70 01 43 W 66.30 FT,
System for the Sebastian
Consolidated Plan prior to
TH S 84 19 10 W 14.51 FT TO
Muyynicipal Golf Course" in the
Deevir submission to the U.S. art Dent of Housing and
ANDLY RPOB (MAP 24/10B) 0.28 W Ll OF N 2ND ST
C71�e Contracto shall be able
Urban Development. The
AC- 11,904 SF)(OR 3405-1355,
to be proppeerly licensed in the
Consortium consists of St.
3563-2629).
City of Sebastian and shall
Lucie County, Martin County
provide proof of insurance to
and Indian River County.
3) Certificate of Appropri-
conduct Its business, with all
The public hearing will be
ateness 15-15, an application
licenses, permits, & certifi-
held at the following date,
time, and location:
submitted by the Property
Owner(s), St Andrews Epis•
Cates as may be required by
local, State Florida,
Thursday July 23, 2015 at
copal Academy Inc. and St
all of and
Federal Agencies. The Con.
2:00 PM
Andrews Episcopal Church
tractor shall submit a cur -
St. Lucie County Communi-
ty Services Department
for the construction of a
new structures (Gymnasi-
rent license from the State
of Florida must be capable
437 N. 7th Street
um, High-school structure
of obtaining the appropriate
Fort Pierce, FL 34950
& addit-ion to an existing
licenses and certificates to
The Consortium is
structure, Recreational
perform the rolect in the
propos-
I is substantial amendment
Field, Parking Lot, nd other
site work Improvements) to
City of SebastPan.
Contractors Interested In
Iits Fourth Year Action Plan
ezGand the existing private
submitting a bid may email
to include the strategy of
HOME Tenant Based Rental
school campus, at desi -
p
Ms. lean Tarbell at jtar-
Assistance(TBRA).
nated sites located at 210
S INDIAN RIVER DR, 300 St.
bellCPcityofsebastian.org to
receive a bid yackape con-
The public hearing will be
conducted in an accessible
Andrews Lane 304 S. Indian
River or, and 320 5 Indian
talning instructions for bid -
der, from the City Manager's
location. Any person with
River Drive.
office located at City Hall
a disability requiring spe-
The Parcel IDs are 2410-
on the second floor at 1225
tial accommodation at this
the
804.0003.000.4. 2410.804-
Main Street, Sebastian Flor•
meeting should contact
St. Lucie County Community
0001.000.0, 2410.808.0001•
000-2. 2410-808-0004-000-3,
ida 32958. All items bid shall
conform to the Design Build
Services Department at least
2410-808-0005-000-0, and
Bid Documents unless spe-
five (5) calendar days prior
2410-808-0006-010-0. The
cifically approved In advance
to the meeting.
legal descriotions are: MARY
in writing by the City.
� Jil�u�lerAecta'It AIIL(JG►erflllerl*,,� AL�JDeulJBPOxeptOry AuQPDeelerOlregt l4ULttDeafOirsctarty�r
WALLACE CHEVROLET 9 DSa�l9ktok�Sas�t WALLACE JEEP WALLACE MAZDA TOYOTA/SCION
-* 265 SE Federal 2755 SE Federal Highway, 3725 SE Federal OF VERO BEACH
slot. US One. Melbourne
Hwy Stuart Stuart 772.220.3600 Hwy., Stuart 1075 US 15.
aux x 772-2b7-3232 rryya1kIerr' 800.376-1999 772.669.8000
NkrDk (32F24 661I www.verobeachto ata corn
VERO BEACH JEEP
COGGIN ACURA DYER CHEVROLET ass 5. US ONE DYER MAZDA
5400 S. US 1 4200 S US Hwy 1 WALLACE DODGE 800-375-2966 999 U5 Hwy 1, Vero TREASURE COAST
1/2 way between Ft. Pierce 2755 SE Federal verobeachc'd.com 772-569-6060 TOYOTA AND SCION
772J61-4800 HI hway, Stuart "The Ayer DiHererKe" 5101 SE Federal Hwy
Vero and Stuart Sales " Parts • Service 772.220.3600 d erauto.com 772-283-8300
888-TRY-ACURA "The Ayer DiHereece" I TreasureCoastToyota.com
Treasure Coast's Only d erauto.com VELDE FORD OF VERO EACH GRIECO NISSAN Your Hometown Dealer
Factory Authorized Dealer velde-ford.com 1075 US 15. Sales/Service
Valet & Loaner Cars DYER CHEVROLET 488 USI 772-569-8000 4815 S US 1 WALLACE VOLKSWAGEN
Certified Body Shop 1000 USI Hwy Vero VERO BEACHa-com 1-888-728-4235 2805 SE Federal Highway,
coggin00 acura.com 772-469.30 712.569.3480 GnecoNissan.com Stuart
Sales • Parts • Service - 1(772)464-4645. 772-219-0007
CADIUAC"nle oyer DHfereece^ TREASURE COAST
j�C g dyerauto.com JHON LEXUS TOYOTAISCION WALLACE VOLVO
OF VERO BEACH
772 -SR -1700 Of Stuart 5121 S. US Hwy1 3801 SE Federal Hwy., Stuart
WALLACE CHRYSLER1075 US i S. 14011751 Vero'. " 4200 SE Federal Hwy Fort Pierce, L 866.267-4201
2755 SE Federal T7nchier �
Rhus km Alhitiveu om HI hway, Stuart .JohnsTM3MISN �.treeswm xus.can wwwselorro}verobeadr.eom WALLACE NISSAN
� � y j2-�y3� W W W.Johnsonhonds.COm Federal Hwy., 4313 SE
DYER SUBARU Stuart
WALLACE CADILLAC VERO BEACH CHRYSLER WALLACE HYUNDAI WALLA -E 999 US Hwy 1, Vero 800 -962 -BOOS
855 5 US 1 3801 SE Federal LINCOLN MERCURY 772.569-6060
3555 SE Federal Hwy., Stuart 800.375.2966 Hwy., Stuart 5555 South US 1 Ft. Pieree ^Th! Byer Ditlerence"
877.601.OS62 verobeachc d.com 772-283.6000 1-800.329.6060 d erauto.com
Cmr OF
15-09
BID DOCUMENTS
DESIGN BUILD CONTRACT
SEBASTIAN MUNICIPAL
GOLF COURSE
IRRIGATION SYSTEM
For:
CITY OF SEBASTIAN
1225 MAIN STREET
SEBASTIAN, FLORIDA — 32958
July 7, 2015
A-1
15-09
NOTICE OF INVITATION TO BID
SEALED BIDS FOR A LICENSED CONTRACTOR TO PROVIDE "DESIGN BUILD IRRIGATION
SYSTEM FOR THE SEBASTIAN MUNICIPAL GOLF COURSE" WILL BE ACCEPTED BY THE CITY
OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2:00 PM ON AUGUST 13,
2015. BID ENVELOPES ARE TO BE MARKED AS FOLLOWS:
DESIGN BUILD IRRIGATION SYSTEM FOR SEBASTIAN MUNICIPAL GOLF COURSE
BID SUBMITTAL: August 13, 2015 at 2:00 PM
BID OPENING: August 13, 2015, beginning at 2:00 PM
The City of Sebastian is seeking bids from licensed contractors to "Design Build contract for new
Irrigation System for the Sebastian Municipal Golf Course" in the City of Sebastian.
The Contractor shall be able to be properly licensed in the City of Sebastian and shall provide proof of
insurance to conduct its business, with all licenses, permits, & certificates as may be required by all local,
State of Florida, and Federal Agencies. The Contractor shall submit a current license from the State of
Florida must be capable of obtaining the appropriate licenses and certificates to perform the project in the
City of Sebastian.
Contractors interested in submitting a bid may email Ms. Jean Tarbell at jtarbell(a citvofsebastian.org to
receive a bid package containing instructions for bidders from the City Manager's office located at City
Hall on the second floor at 1225 Main Street, Sebastian, Florida 32958. All items bid shall conform to
the Design Build Bid Documents unless specifically approved in advance in writing by the City.
Any person or affiliate who has been placed on the convicted vendor list following conviction for a public
entity crime may not submit a bid as proscribed by Section 287.133, F.S. Any bids received without the
signed Bid Proposal, Proof of Contractor's License, Public Entity Crime Form, the Drug Free Workplace
Form and Construction Service Agreement will be considered incomplete and bid will be disqualified.
Questions concerning this bid should be directed to Greg Gardner, Golf Course Director for this project in
writing or email: ggardneya citvofsebastian.orc by July 30, 2015.
There is a mandatory pre-bid conference scheduled to begin at 2:00 P.M. on July 23, 2015, at the
address stated above in City Hall in the City's Council Chambers.
Bids duly submitted will be publicly opened and read aloud at the date and time specified above in City
Hall. The City reserves the right to reject any and all bids, or to accept any bid or portion thereof deemed
to be in the best interest of the City, and to waive any non -substantial irregularities.
BY: City of Sebastian
Joe Griffin, City Manager
TABLE OF CONTENTS
1. Notice of Invitation to Bid................................................................................................... A-2
2.
Table of Contents................................................................................................................ A-3
3.
Instructions for Bidders.......................................................................................................
A-4
4.
Bid Proposal Price Form.....................................................................................................
A-9
5.
Drug Free Work Place Form.............................................................................................
A-10
6.
Public Entity Crime Form.................................................................................................
A-11
7.
Bidder Qualification Questionnaire...................................................................................
A-14
8.
Bid Bond............................................................................................................................
A-17
9.
Construction Services Agreement.....................................................................................
A-19
10.
Technical Specifications...................................................................................................
A-54
A-3
CITY OF SEBASTIAN
INSTRUCTIONS FOR BIDDERS
PRE-BID CONFERENCE
A mandatory pre-bid conference shall be held at the City of Sebastian City Hall, 1225 Main Street,
Sebastian, Florida 32958 at the time and date specified in the Notice of Invitation to Bid. All prospective
bidders are required to attend this conference. Questions concerning the project or bid requirements may
be addressed at this time.
REQUIRED COPIES
Two (2) sets of bids shall be submitted on the Bid Proposal Price Form provided, including any other
forms, proofs, and documents as required.
SEALED BIDS
Bids shall be enclosed in a sealed envelope which shall show (lower left corner) the name of the Bid, and
the date and time of opening. The envelope shall also show the name and address of the Bidder. The Bid
shall be submitted as stipulated in the Notice of Invitation to Bid.
4. BIDS NOT CONSIDERED
Bids not considered are Late Bids, telegraphed, emailed or faxed Bids and bids which do not conform to
the instructions contained in the Notice of Invitation to Bid. Bids may be withdrawn by fax or telegraph
provided that such notices are received prior to the date and time specified in the Invitation.
BID OPENING
Bidders are welcome to attend the bid opening; however, attendance is not mandatory. Opening of the
Bids will commence at the date and time specified in the Notice of Invitation to Bid, and publicly read
aloud, providing one or more Bidders are in attendance. The Purchasing Agent or his designee shall be
present at all Bid openings.
6. BID EXAMINATION
Bid files may be examined during normal working hours, ten (10) days after bid opening, by appointment
only, by contacting the City Clerk's office at 772-589-5330.
7. REQUIRED INFORMATION
Bidders shall follow all instructions and provide all information requested on the Bid Proposal Price Form.
Bidders wishing to qualify all or any portion of the bid shall provide a hand printed or typed explanation
on the bid or separate attachment to be submitted with the bid.
8. BIDDER QUALIFICATION QUESTIONNAIRE
Bidders shall include the completed Bidder Qualification Questionnaire with the submitted bid proposal.
The submitted Bidder Qualification Questionnaire will be reviewed by the City, if the bidder is the lowest
bidder for this project.
9. ACCEPTABLE BIDS
Bid proposals shall be typewritten or filled in with ink. Any erasures or corrections must be initialed by the
Bidder in ink.
A-4
10. NEW EQUIPMENT AND MATERIALS
Prices shown on the bids shall be prices for new equipment and materials, and the successful bidder shall
warrant same for a period of not less than one (1) year from the installation date, or as otherwise stated.
11. SALES TAX
Although the City of Sebastian is exempt from Federal and State Sales and Use taxes, Contractors or
Vendors doing business with the City are not exempted from paying said taxes to their supplier for goods
or services purchased to fulfill the contractual obligations with the City, nor shall any Contractor or
Vendor be authorized to use the City's Tax Exemption Number in securing such materials.
12. CONFLICT OF INTEREST
Contract Award is subject to provisions of State Statutes and City Ordinances. All Bidders must disclose
with their bid the name of any officer, director, or agent who is also an employee of the City of Sebastian;
further, all Bidders must disclose the name of any City employee who owns, directly or indirectly, an
interest of ten percent (10%) or more in the Bidder's firm or any of its branches.
Should the successful Bidder permanently or temporarily hire any City employee who is, or has been,
directly involved with the Bidder prior to or during performance of the resulting contract, the Agreement
shall be subject to immediate termination by the City.
13. LICENSING, CERTIFICATION, AND/OR REGISTRATION
Contractors must show their current occupational license, as well as any licenses required by Chapter 489,
F.S., Section 62C-20 (F.A.C.), and/or by the US EPA, FL DEP or the FL Department of Agriculture and
Community Affairs. All licenses shall be up to date.
Contractors must show their current Contractors license. Prior to start of work, if the Bidder is a State
Certified General Contractor, the Bidder must be registered with the City of Sebastian; if the Bidder is a
State Registered General Contractor, then the Bidder must hold a Competency Card with the City.
In any event, the Contractor shall contact Karen Park, the Administrative Assistant at the Building
Department 772-589-5537 and insure compliance with all City ordinances, rules and regulations, including
Building Permits if required. Lack of knowledge by the Bidder shall in no way be a cause for relief from
responsibility. Failure to comply with the above may result in the rejection of the Bid.
Two (2) copies of any license or certification as required shall be submitted with the bidding documents.
A certificate or letter showing compliance with the City's Contract Licensing requirements must be
obtained from the City's Building Department, and is required on this project prior to execution of a
contract, and shall be submitted to the Purchasing & Contract Administrator with any
payment/performance bonds which may be required. In essence, this authorizes you to perform work in
the City of Sebastian. Any Sub-Contractor(s) must also be certified.
14. CORRECTIONS, CANCELLATION, & WITHDRAWAL
A. Bidders may be asked to provide further information after bid opening to determine the
responsibility of the vendor.
B. Waiver of Technicality: Information shall not be considered after the bid opening if it has been
specifically requested to be provided with the bid and becomes a matter of responsiveness. The bid
A-5
shall be considered responsive if it substantially conforms to the requirements of the Invitation to
Bid. The City may waive any informality, technicality, or irregularity on any bid. A minor or non -
substantive lack of conformity may be considered a technicality or irregularity which may be waived
by the City.
C. Mathematical Errors: Errors in extension of unit prices or in mathematical calculations may be
corrected. In cases of errors in mathematical computations, the unit prices shall not be changed.
D. Cancellation or Postponement: The Purchasing & Contract Administrator may cancel or postpone
the bid opening or cancel the Invitation to Bid in its entirety.
E. Withdrawal: Prior to any published bid opening date and time, a bidder may withdraw his or her bid
in writing. A fax is permitted for this purpose, provided a confirming telephone call is made.
F. Amendments: Prior to any published bid opening date and time, a bidder may amend the bid
provided that it is in writing, in a sealed envelope, and identified.
15. AVAILABILITY OF FUNDS
The obligations of the City of Sebastian under this award are subject to the availability of funds
lawfully appropriated for its purpose by the City Council of the City of Sebastian.
16. PUBLIC ENTITY CRIMES
Any person or firm submitting a bid in response to this invitation must execute the attached SWORN
STATEMENT UNDER SECTION 287.133, FLORIDA STATUTES, PUBLIC ENTITY CRIMES,
including proper check(s) in the space(s) provided, and enclose it with said bid.
17. DRUG-FREE WORKPLACE
The Drug -Free Workplace form, as attached hereto, shall be submitted with the bidding documents.
18. BID GUARANTEE
The Bidder warrants that the unit prices, terms, and conditions quoted in the bid will be firm for
acceptance for a period of not less than sixty (60) days from the bid opening date. Such prices will
remain firm for the period of performance of resulting purchase orders or contracts which are to be
performed.
19. BID BOND (ONL Y IF CALLED FOR IN THE NOTICE OF INVITATION TO BID)
A Bid Bond equal to five percent (5%) of the bid amount shall be required on this project, and must be
submitted along with two (2) copies of the Bid, failure to do so will automatically disqualify the Bid.
Unsuccessful bidders shall be entitled to a return of surety after final award of bid. A successful bidder
shall forfeit the amount of its security upon failure on his part to execute a agreement within ten (10)
days after receipt of a proposed agreement from the City unless the time for executing the agreement is
extended by the City.
20. PAYMENT AND PERFORMANCE BONDS (ONLYIF CALLED FOR IN THE NOTICE OF
INVITATION TO BID)
A Payment and Performance Bond equal to one hundred percent (100%) of the Agreement price shall
be required on this project, and shall be provided by the successful bidder at the stipulated time of the
execution of the agreement, failure to do so shall cause said bidder to be in default and forfeit his Bid
Bond in its entirety. (Sample Forms are provided for information purposes.)
A-6
NOTE: BID BOND AND PAYMENT AND PERFORMANCE BOND REQUIREMENTS:
The bond(s) shall be provided by a surety company authorized to do business in the State of Florida,
and approved by the City. In lieu of a bond(s) the contractor may furnish as security in favor of the
City a certified check, a cashiers check or an irrevocable letter of credit.
The check or letter of credit shall be drawn on or issued by a bank authorized to do business in the
State of Florida. The form of the check or letter of credit must be approved by the City.
Attorneys -in -fact who sign Bonds must file with each bond a certified and effective dated copy of their
Power - of Attorney. Surety companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570 as amended), and be authorized to transact business in the State of
Florida.
21. LIQUIDATED DAMAGES
The City shall be entitled to liquidated damages in the amount of one hundred Dollars ($100.00)
per day for every day that the Contractor is late in completing the work requirements for each
Phase as stipulated in the agreement, and bidding documents. Said damages shall be deducted by the
City from monies due Contractor.
22. INSURANCE
All bidders shall submit evidence of insurance as follows; Auto Liability, Workers Compensation, and
General Liability. Cost for all insurance shall be born by the bidder. All insurance shall be acceptable
to the City in its sole discretion.
23. BID AWARD
The contract/agreement will be awarded to the lowest responsive and responsible Bidder whose bid,
conforming to the specifications and Instructions For Bidders, will be most advantageous to the City in
consideration of price, time of performance, and other factors as determined by the City. The
Purchasing Agent shall issue a notice of award, if any, to successful bidders.
24. REJECTION OF BIDS
The City reserves the right to reject any and all Bids, to waive any and all informalities not involving
price, time, or changes in the work, and to negotiate contract terms with the successful Bidder, and the
right to disregard all non -conforming, non-responsive, imbalanced, or conditional Bids. More than one
Bid from an individual, firm or association under same or different names, will not be considered. Any
or all Bids will be rejected if there is reason to believe that collusion exists among the Bidders, and no
participants in such collusion will be considered in future proposals for the same work.
25. REFERENCES
A list of References is required, but is not required to be submitted with the Bid proposal. However, a
list of References must be provided to the City, prior to any Contract Award.
26. LIST OF SUB -CONTRACTORS
A list of Sub -Contractors is required, but is not required to be submitted with the Bid proposal.
However, all Sub -Contractors must be approved by the City, prior to any Contract Award.
27. CO-OPERATIVE PURCHASING
It is the intent of the Notice of Invitation to Bid to secure goods or services to be used by the City of
Sebastian. However, by virtue of bidding, the Bidder accepts the right of other Government Entities to
A-7
"piggyback" purchase from this proposal by mutual consent. Any such purchase shall be separate and
apart from the City of Sebastian, and said City assumes no liability for such action.
28. DISCRIMINATION
The Bidder/Contractor shall not practice or condone personnel or supplier discrimination of any nature
whatsoever, in any manner proscribed by Federal or State of Florida laws and regulations.
29. PURCHASING CARD PROGRAM
The City of Sebastian has implemented a purchasing card program through Bank of America, using
the Visa network. Vendors may receive payment through the purchasing card program for goods and
services provided to the City in the same manner as other Visa purchases. Accordingly, Vendors that
wish to accept payments in this manner must indicate that they have the ability to accept Visa or that
they will take whatever steps are necessary to accept Visa before the start of the contract. The City of
Sebastian reserves the right to revise and/or cancel this program at any time, and assumes no liability
for such action.
30. PUBLIC RECORDS
Florida law provides that municipal records shall at all times be open for personal inspection by any
person. Section 119.01 F. S., The Public Records Law. Information and materials received by the City
in connection with all Bidder's responses shall be deemed to be public records subject to public
inspection upon award, recommendation for award, or 10 days after the bid opening, whichever occurs
first. However, certain exemptions to the public records law are statutorily provided for in Section
119.07, F.S. Therefore, if the Bidder believes any of the information contained in his or her response
is exempt from the Public Records Law, then the Bidder must in his or her response specifically
identify the material which is deemed to be exempt and cite the legal authority for the exemption,
otherwise, the City will treat all materials received as public records.
A-8
"DESIGN BUILD
NEW IRRIGATION SYSTEM FOR
SEBASTIAN MUNICIPAL GOLF COURSE"
Bid Due: No Later Than 2:00 P.M. on August 13, 2015
Bid Opening: Beginning at 2:00 P.M. on August 13, 2015
BID PROPOSAL PRICE FORM
The undersigned having become thoroughly familiar with all of the Bidding Documents incorporated herein
and having attended a Pre -Bid Conference / Meeting, hereby proposes to perform everything required to be
performed in strict conformity with the requirements of these documents, meeting or exceeding the
specifications as set forth herein for the price(s) quoted below. The price(s) quoted is (are) inclusive of any
Addenda which may have been issued prior to this submittal.
By the signature below, the contractor agrees that this Bid Proposal is made without any other understanding,
agreement, or connection with any person, corporation, or firm submitting a bid for the same purpose and that
the bid is in all respects fair and without collusion or fraud. If awarded any work under this bid proposal, the
Contractor agrees to enter into said agreement within ten (10) consecutive calendar days notice by the City, and
agrees to all the terms and conditions of all documents stated herein with the City of Sebastian for the below
stipulated price which shall remain firm for sixty (60) days following bid opening date.
The City shall be entitled to liquidated damages in the amount of one hundred Dollars ($100.00) per day
for every day that the Contractor is late in completing the work as stipulated in the agreement, and bidding
documents. Said damages shall be deducted by the City from monies due Contractor.
The contract time is 120 consecutive calendar days from start of work date.
The Bid Items on the Project will be authorized for construction at the discretion of the City of Sebastian.
BID ITEMS — GENERAL QUANTITY COST
1. Design Plans 1 LS
2. Construction Irrigation System 1 LS
3. Construction Management 1 LS
4. Close-out/Final Punch 1 LS
Total Bid
Name of Firm (Please Type or Print):
Finn's Address:
Telephone Number(s): Fax Number(s): Email Address (es):
Name and Title of Authorized Representative (Please Type or Print)
Signature of Authorized Representative Date Signe
A-9
DRUG-FREE WORKPLACE FORM
The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies
that does:
Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug free workplace, any available drug counseling, rehabilitation, employee
assistance programs and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notify the employees that, as a condition of
working on the commodities or contractual services that the employee will abide by the terms
of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to any violation of Chapter 1893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5) days after
such conviction.
Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
6. Make a good faith effort to continue to maintain a drug free workplace through
implementation of Paragraph 1 through 5.
Date:
As the person authorized to sign this statement, I certify that this firm complies fully with the
above requirements.
A-10
Signature
PUBLIC ENTITY CRIMES FORM
Any person submitting a quote, bid, or proposal in response to this invitation or Agreement,
must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA
STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided,
and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on
behalf of dealers or suppliers who will ship commodities and receive payment from the resulting
Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are
included with your quote, bid, or proposal. Corrections to the form will not be allowed after the
quote, bid, or proposal opening time and date. Failure to complete this form in every detail and
submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or
proposal.
The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida
Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida
Department of General Services to maintain and make available to other political entities a
"convicted vendor" list consisting of persons and affiliates who are disqualified from public and
purchasing process because they have been found guilty of a public entity crime. A public entity
crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by
a person with respect to and directly related to the transaction of business with any public entity in
Florida or with an agency or political subdivision of any other state or with the United States,
including, but not limited to, any bid or Agreement for goods or services to be provided to any public
entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
By law no public entity shall accept any bid from, award any Agreement to, or transact any
business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for
category two (currently $10,000) with any person or affiliate on the convicted vendor list for a period
of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that
person or affiliate has been removed from the list pursuant to Section 287.133(3)(0, Florida Statutes.
Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement
or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE
CITY OF SEBASTIAN, a person shall file a sworn statement with the Contract/Agreement officer
or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be
utilized and must be properly signed in the presence of a notary public or other officer authorized to
administer oaths and properly executed.
THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE
SUBMITTED CONCURRENTLY WITH YOUR QUOTE OR BID DOCUMENTS. NON-
INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR
QUOTE OR BID.
A-11
SWORN STATEMENT UNDER SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal or Agreement No. for
THE CITY OF SEBASTIAN.
2. This sworn statement is submitted by
(name of entity submitting sworn statement) whose business address is
and (if applicable) its
Federal Employer Identification (FEIN) is (If the entity has no FEIN,
include the Social Security Number of the individual signing this sworn
statement: )
3. My name is (please print name of individual
signing) and my relationship to the entity named above is
4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other
state or with the United States, including, but not limited to, any bid or Agreement for goods or
services to be provided to any public entity or an agency or political subdivision of any other state or
of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy,
or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of
guilt, in any federal or state trial court of record relating to charges brought by indictment or
information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or
nolo contendere.
I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
(1) A predecessor or successor of a person convicted of a public entity crime; or
(2) An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime.
The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The ownership by one person
of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a prima facie
case that one person controls another person. A person who knowingly enters into a joint venture with
a person who has been convicted of a public entity crime in Florida during the preceding 36 months
shall be considered an affiliate.
A-/2
I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding Agreement and which bids or applies to bid on Agreements for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active in management of an entity.
Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. (Please indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in management of the entity, nor
any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to
July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives,
partners, shareholders, employees, members or agents who are active in management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July 1, 19899 AND (Please indicate which additional statement applies.)
There has been a proceeding concerning the conviction before a hearing officer of the State
of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not
place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.)
The person or affiliate was placed on the convicted vendor list. There has been a subsequent
proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The
final order entered by the hearing officer determined that it was in the public interest to remove the
person or affiliate from the convicted vendor list. (Please attach a copy of the final order.)
The person or affiliate has not been placed on the convicted vendor list. (Please describe any
action taken by or pending with the Department of General Services.)
Date:
STATE OF FLORIDA
COUNTY OF
(Signature)
The foregoing instrument was acknowledged before me this day of , 2015 by
produced
(title) on behalf of
(name of partnership), a partnership. He/she is personally known to me or has
as identification and did O did not O take an oath.
Name:
My Commission Expires:
Commission Number:
A -l3
BIDDER QUALIFICATION QUESTIONNAIRE
(This form is not required to be included in the bid proposal submittal. However, prior to any Contract Award, such Bidder Qualification
Questionnaire must be completed and submitted by the Bidder, and reviewed and approved by the City.)
Submitted by
Name of Bidder
General Contractor's License #
Federal Identification #
Principal Office Address:
( ) An Individual
( ) A Partnership
( ) A Corporation
(1) How many years has your organization been in business as a contractor under your present name`?
(2) How many years experience in road and utility construction work has your organization had as a contractor'?
As a Subcontractor?
(3) List below the requested information concerning projects your organization has completed in the last five (5)
years for the type of work required in this project. (Use additional sheets if necessary). Include the type of
work similar to the work included in this contract if possible.
Project Contract Required Actual Name/Address/Tel
Title Amount Completion Date Completion Date of Owner
(4) Have you ever failed to complete any work awarded to you'? If so, where and why?
A-14
(5) Has any officer or partner of your organization ever been an officer or partner of some other organization that
failed to complete a construction contract? If so, state name of individual, name of other organization, and
reason therefore.
(6) Has any officer or partner of your organization ever failed to complete any construction contract handled in his
own name? If so, state name of individual, name of owner and reason therefore.
(7) Give below any information which would indicate the size and capacity of your organization, including number
of employees, equipment owned by your organization, etc., which are available for utilization on this Contract.
(8) What is your bonding capacity'?
(9) What amount of your bonding capacity has been used as of the date of this bid'?
(10) How many applications for performance and payment bonds have you made in the last three (3) years'?
(11) How many of these applications were not approved?
A-15
(12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the
nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of
each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.)
(13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are
completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the
Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.)
I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the
date hereinafter set forth, and that those examining this document have my permission to contact any
or all of those parties listed in this questionnaire. Incorrect or misleading statements in this
questionnaire shall be grounds for a determination of nonresponsibility with respect to such contractor.
(SIGNATURE OF BIDDER)
(TYPE OR PRINT COMPANY NAME)
(TYPE OR PRINT ADDRESS)
A -l6
STATE OF FLORIDA)
COUNTY OF INDIAN RIVER)
CITY OF SEBASTIAN)
BID BOND
KNOWN ALL MEN BY THESE PRESENTS, that
As Principal, and
firmly bound unto the City of Sebastian, in the penal sum of
as Surety, are held and
(Dollars) $ , lawful money of the
United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
accompanying bid dated , for:
NOW THEREFORE,
(a) The Principal shall not withdraw said bid within ninety (90) days after date of opening the same and shall within
twenty (20) days after the prescribed forms are presented to him for signature, enter into a written contract with the City,
in accordance with the proposal as accepted, and give bond with good and sufficient surety of sureties, as required, for
the faithful performance and proper fulfillment of such contract; and,
(b) In the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract
and give bond within the time specified, if the principal shall pay the City the difference between the amount specified in
said bid and the amount for which the city may procure the required work and supplies, if the latter amount be in excess
of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue.
IN WITNESS WHEREOF, the above -bounded parties have executed this instrument under their several
seals, this day of I ,
The name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its
undersigned representative. Pursuant to authority of its governing body.
WITNESS:
If Sole Ownership or Partner ship, one
(1) Witness is required. If Corporation,
Secretary only will attest & affix seal.)
PRINCIPAL:
Name of Firm
Affix Seal
(Signature of Authorized Officer)
(Business Address)
(City) (State) (zip)
A-/7
SURETY:
(Corporate Surety)
Affix Seal
Surety Secretary (Signature of Authorized Officer)
(Title)
(Business Address)
(City) (State) (zip)
(Name of Local Insurance Agency)
(Address)
The rate of premium of this bond is
per thousand.
Total amount of premium charges
(The above must be filled in by Corporate Surety.)
CERTIFICATES AS TO CORPORATE PRINCIPAL
I, , certify that I am the Secretary of the Corporation
named as Principal in the within bond, that who signed the said
bond on behalf of the principal, was then
of said corporation; that I know his signature, and his
signature hereto is genuine; and that said bond was duly signed, sealed, and attested fro and on behalf of said corporation
of its governing body.
(Corporate Seal)
State of Florida
County of Indian River
City of Sebastian
Before me, a Notary Public duly commissioned, qualified and acting, personally appeared;
to me well known, who being by me first duly sworn
upon oath, says that he is the attorney in fact for the , and that he
has been authorized by Contractor named therein favor of the City of Sebastian, Florida.
Subscribed and sworn to before me this day of
Notary Public
My Commission Expires
A -l8
CONSTRUCTION SERVICES AGREEMENT
ARTICLE I - The Contractual Relationship
1.0 EMPLOYMENT OF CONTRACTOR
2.0 AGREEMENT DOCUMENTS.
2.1
INTENT
2.2
ENTIRE AND SOLE AGREEMENT
2.3
AMENDMENTS
2.4
CONSTRUING TERMS
2.5
GOVERNING LAW AND WAIVER OF TRIAL BY JURY
2.6
TERM
3.0 DEFINITION OF TERMS
3.1
GENERAL
3.2
ACT OF GOD
3.3
ADDENDUM
3.4
AGREEMENT
3.5
A.S.T.M. DESIGNATION
3.6
BID
3.7
BID BOND or PROPOSAL GUARANTEE:
3.8
BIDDER
3.9
CHANGE ORDER
3.10
CONTRACT ADDENDUM
3.11
CONTRACTOR
3.12
DIRECTED, ORDERED, APPROVED & ETC.
3.13
ENGINEER
3.14
GENERAL CONDITIONS
3.15
INSPECTOR
3.16
LABORATORY
3.17
OWNER
3.18
PERFORMANCE AND PAYMENT BONDS:
3.19
PLANS
3.20
PROPOSAL
3.21
SPECIAL CONDITIONS
3.22
SPECIFICATIONS
3.23
SUBCONTRACTOR
3.24
SUPPLEMENTAL AGREEMENT
3.25
SURETY
3.26
WORK
3.27
WORK ORDER
A-19
ARTICLE II - Performance
4.0 PLANS, SPECIFICATIONS AND RELATED DATA
4.1
INTENT OF PLANS AND SPECIFICATIONS
4.2
CONFLICT
4.3
DISCREPANCIES IN PLANS
4.4
DRAWINGS AND SPECIFICATIONS AT JOB SITE
4.5
DIMENSIONS
4.6
SAMPLING AND TESTING
4.7
SHOP DRAWINGS
4.8
QUALITY OF EQUIPMENT AND MATERIALS
4.9
EQUIPMENT APPROVAL DATA
4.10
SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL
5.0 MATERIALS AND WORKMANSHIP
5.1
MATERIALS FURNISHED BY THE CONTRACTOR
5.2
STORAGE OF MATERIALS
5.3
REJECTED WORK AND MATERIAL
5.4
MANUFACTURER'S DIRECTION
5.5
SKILL AND CHARACTER OF WORKMEN
5.6
CUTTING AND PATCHING
5.7
CLEANING UP
5.8
CITY'S OWNERSHIP OF MATERIALS
5.9
GUARANTEE
6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR
6.1 PERSONNEL, EQUIPMENT AND RECORD REQUIREMENTS
6.2 CONTROL POINTS FURNISHED BY THE CITY
6.3 FURNISHING OF STAKE MATERIALS
6.4 LAYOUT OF WORK
6.5 SPECIFIC STAKING REQUIREMENTS
6.6 PAYMENT
6.7 COORDINATION WITH CITY
6.8 LOCATION OF EXISTING UTILITIES AND PIPING
7.0 PROGRESS AND COMPLETION OF WORK
7.1 CONTRACTOR'S OBLIGATIONS
7.2 START OF CONSTRUCTION
7.3 CONTRACT TIME
7.4 SCHEDULE OF COMPLETION
7.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE
7.6 PROPERTY OF OTHERS
A. Public Ownership
B. Private Ownership
7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES
7.8 CROSSING PUBLIC FACILITIES
7.9 CHANGES IN THE WORK
7.10 EXTENSION OF CONTRACT TIME
7.11 CORRECTION OF WORK
7.12 LIQUIDATED DAMAGES
A-20
8.0 PUBLIC HEALTH AND SAFETY
8.1
PROTECTION OF PERSONS AND PROPERTY
A. Safety Precautions and Programs
B. Safety of Persons and Property
8.2
TRAFFIC CONTROL
8.3
ROAD CLOSURE AND DETOURS
8.4
PROVISION OF ACCESS
8.5
WARNING SIGNS AND BARRICADES
8.6
OPEN TRENCHES
8.7
PLACEMENT OF HEAVY EQUIPMENT
8.8
TEMPORARY FACILITIES AND CONTROLS
8.9
SANITARY PROVISION
8.10
WATER SUPPLY
8.11
NOISE CONTROL
8.12
DUST CONTROL
8.13 WATER CONTROL
8.14 POLLUTION, SILTATION AND EROSION CONTROL
A-2!
ARTICLE III - Supervision and Administration
9.0 ENGINEER, CITY, CONTRACTOR RELATIONS
9.1
ENGINEER'S RESPONSIBILITY AND AUTHORITY
9.2
ENGINEER'S DECISION
9.3
SUSPENSION OF WORK
9.4
CONSTRUCTION REVIEW OF WORK
9.5
FIELD TESTS AND PRELIMINARY OPERATION
9.6
EXAMINATION OF COMPLETED WORK
9.7
CONTRACTOR'S SUPERINTENDENT
9.8
CITY'S RIGHT TO CORRECT DEFICIENCIES
9.9
CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK
9.10
RIGHTS OF VARIOUS INTERESTS
9.11
SEPARATE CONTRACTS
9.12
SUBCONTRACTS AND PURCHASE ORDERS
9.13
WORK DURING AN EMERGENCY
9.14
ORAL AGREEMENTS
9.15
NIGHT, SATURDAY AND/OR SUNDAY WORK
9.16
UNAUTHORIZED WORK
9.17
USE OF COMPLETED PORTIONS OF THE WORK
9.18
CONTRACTOR'S RESPONSIBILITY FOR WORK
10.0 MEASUREMENT AND PAYMENT
10.1 DETAILED BREAKDOWN OF CONTRACT
10.2 REQUEST FOR PAYMENT
10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT
10.4 CITY'S RIGHT TO WITHHOLD PAYMENT
10.5 PAYMENT FOR UNCORRECTED WORK
10.6 PAYMENT FOR REJECTED WORK AND MATERIALS
10.7 CHANGES IN THE WORK
A. Change Orders
B. Claims
10.8 CANCELED ITEMS OF WORK
10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY
10.10 PAYMENT FOR WORK BY THE CITY
10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION
A. Termination by City for Cause
B. Termination by City Without Cause
10.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY
10.13 RELEASE OF CLAIMS (INTERIM/FINAL)
10.14 ACCEPTANCE AND FINAL PAYMENT
10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT
11.0 PUBLIC CONTRACT REQUIREMENTS
11.1 COVENANT AGAINST CONTINGENT FEES
11.2 INTEREST OF MEMBERS OF CITY AND OTHERS
11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING
11.4 INTEREST OF CONTRACTOR
11.5 PUBLIC ENTITY CRIMES
11.6 DRUG-FREE WORKPLACE
A-22
11.7
COMPLIANCE WITH LAWS
11.8
INSURANCE
11.9
BOND
11.10
PERMITS
11.11
LAWS TO BE OBSERVED
12.0 MISCELLANEOUS
12.1
ADDRESSES FOR NOTICES
12.2
WRITTEN NOTICE
12.3
TAXES
12.4
TIME IS OF VITAL IMPORTANCE
12.5
NO WAIVER OF LEGAL RIGHTS
12.6
RIGHT TO WORK PRODUCT
12.7
PUBLIC RECORDS FORM
A-23
CONSTRUCTION SERVICES AGREEMENT
THIS AGREEMENT made this day of , 2015, by and between the CITY OF
SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958,
and ("City") and ("Contractor.") authorized to do business in the State of Florida.
WHEREAS, the City desires to engage a Florida licensed contractor who has special and unique
competence and experience in providing construction services necessary to complete the Project hereunder;
and,
WHEREAS, the Contractor represents that it has such competence and experience in providing a
Design Build Golf Course Irrigation services; and,
WHEREAS, the City in reliance on such representation has selected the Contractor in accordance with
its procedure for selection of Contractor; and,
WHEREAS, the City and the Contractor desire to reduce to writing their understanding and agreements
on such professional services.
IT IS, THEREFORE, AGREED as follows:
ARTICLE I - The Contractual Relationship
1.0 EMPLOYMENT OF CONTRACTOR
The City hereby agrees that it may engage the Contractor Team hereby agrees to perform professional services
for the City in accordance with this Agreement to provide Design Build Contract to install new irrigation
system. This Agreement is not an exclusive agreement and the City may employ other contractors,
professional or technical personnel to furnish services for the City as the City in its sole discretion finds is in
the public interest.
The Agreement shall not be construed to create a contractual relationship of any kind between the City and
the Subcontractor(s), or, between any person or firm other than the City and Contractor Team.
The Contractor Team shall not sell, transfer, assign or otherwise dispose of the Contract or any portion
thereof, or of his right, title of interest therein or his obligations thereunder, or moneys due or to become
due under this Contract.
2.0 AGREEMENT DOCUMENTS
The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement,
Supplemental Agreement(s), Notice of Invitation to Bid, Instructions for Bidders, Bid Proposal, Bond Forms,
Bid Specifications and Scope of Work, Work Orders, Change Orders, Addenda if any, any other documents
listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any.
2.1 INTENT
The Work Scope Specifications are an integrated part of the Contract Documents and as such will not stand
alone if used independently. The Specifications establish minimum standards of quality for this Design Build
Project. They do not purport to cover all details entering into the design and construction of materials or
equipment. The intent of the Agreement Documents is to set forth requirements of performance, type of
equipment and structures, and standards of materials and construction. It is also intended to include all labor
and materials, equipment, and transportation necessary for the proper execution of the Work, to require new
A-24
material and equipment unless otherwise indicated, and to require complete performance of the Work in spite
of omission of specific reference to any minor component part and to include all items necessary for the proper
execution and completion of the Work by the Contractor. Performance by the Contractor and Designer shall be
required only to the extent consistent with the Agreement Documents and reasonably inferable from them as
being necessary to produce the intended results.
2.2 ENTIRE AND SOLE AGREEMENT
Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the
parties and supersede all other agreements, representations, warranties, statements, promises, and
understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor
shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or
understandings not specifically set forth in the Agreement Documents.
2.3 AMENDMENTS
The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents
nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in
writing signed by the party against which enforcement of the change, waiver, discharge or termination is
sought.
2.4 CONSTRUING TERMS
This Agreement shall not be construed against the party who drafted the same, as both parties have obtained
experts of their choosing to review the legal and business adequacy of the same.
2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY
This Agreement shall be governed by the laws of the State of Florida, and any venue for any action pursuant to
the Agreement Documents shall be in Indian River County, Florida. The parties hereto expressly waive trial
by jury in any action to enforce or otherwise resolve any dispute arising hereunder.
6 TFR lit
This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall
extend until the Project is complete unless terminated in accordance with the terms hereunder warranty.
3.0 DEFINITION OF TERMS
3.1 GENERAL
Whenever the following terms appear in these Agreement Documents, their intent and meaning shall, unless
specifically stated otherwise, be interpreted as shown.
The words "Act of God" mean an earthquake, flood, hurricane (or other named tropical event), tornado or other
cataclysmic phenomenon of nature. Rain, wind or other natural phenomenon (including tropical waves and
depressions) of normal intensity for the locality shall not be construed as an Act of God.
3.3 ADDENDUM (re: bid documents)
A modification of the plans or other contract documents issued by the City and distributed to prospective
A-25
bidders prior to the opening of bids. All Addenda shall be considered as part of the Contract Documents.
3.4 AGREEMENT
A written agreement between the Contractor Team and the City of Sebastian defining in detail the work to be
performed for this design build contract. The words Agreement and Contract are one and the same.
A.S.T.M. DESIGNATION
Wherever the letters "A.S.T.M." are used in the Specifications, it shall be understood as referring to the
American Society for Testing Materials. When reference is made to a certain Designated Number of a
specification or test as set out or given by the American Society for Testing Materials, it shall be understood to
mean the current, up-to-date standard specification or tentative specification for that particular process, material
or test as currently published by that group.
M10010eV iV
The bid or proposal is the written offer of a Bidder to perform work described by the contract documents when
made out and submitted on the prescribed proposal form properly sealed and guaranteed. The bid or proposal
shall be considered as part of the Design Build Contract Documents.
3.7 BID BOND or PROPOSAL GUARANTEE
Bidder is to submit a Bid Bond or Proposal Guarantee in the amount of 5% of the Base Bid, in the
form of a Cashier's Check, Unconditional Irrevocable Letter of Credit drawn in favor of the City of
Sebastian on a National Bank, or a bond from a surety company duly licensed in the State of Florida.
3.8 BIDDER
An individual, partnership, or corporation submitting a proposal for the work contemplated; acting directly or
through a duly authorized representative.
3.9 CHANGE ORDER
A written order issued to the Contractor Team by the City covering changes in the plans, specifications, or
scope of work when the amount of work changed is not deemed sufficient to require a supplemental agreement,
and/or to cover adjustments in the Contract Price or Contract Time.
3.10 CONTRACT ADDENDUM
Addendum is a special written provision modifying or clarifying the terms and conditions of the Design Build
Contract. The Contract Addendum shall be considered as part of the contract documents.
3.11 CONTRACTOR
The word "Contractor" shall mean an individual, partnership, or corporation, and its heirs, executors,
administrators, successors and assigns, or the lawful agent of any such individual, firm, partnership, covenant
or corporation, or its surety under any contract bond, constituting one of the principals to the Contract and
undertaking to perform the work herein. The "Contractor Team" includes the Designer or Engineer.
A -2h
3.12 DIRECTED, ORDERED, APPROVED & ETC.
Wherever in the Agreement Document the words "directed", "ordered", "approved", "permitted", "acceptable",
or words of similar import are used, it shall be understood that the direction, order, approval or acceptance of
the Owner is intended unless otherwise stated.
3.13 ENGINEER
A Professional Engineer duly licensed and registered in the State of Florida and designated by the City as
the Engineer -of -Record. The City may designate a staff member as Engineer who is not licensed.
3.14 GENERAL CONDITIONS
The directions, provisions and requirements contained within the Agreement Documents, all describing the
general manner of performing the Work including detailed technical requirements relative to labor, material
equipment, and methods by which the Work is to be performed and prescribing the relationship between the
City and the Contractor.
3.15 INSPECTOR
A duly authorized representative of the City assigned to make official inspections of the materials furnished
and of the work performed by the Contractor.
3.16 LABORATORY
Any licensed and qualified independent laboratory designated by, or acceptable to the City to perform
necessary testing of materials for this construction project must be qualified by the City. All testing will be the
responsibility of the contractor to hire a licensed testing firm to conduct any testing which is included in the
price of various bid items.
3.17 OWNER
City of Sebastian
3.18 PERFORMANCE AND PAYMENT BONDS
Contractor is to submit bonds in the form prescribed by State Law, and generally as shown on sample forms
herein, for Performance and Payment, no performance or payment bonds for this project.
3.19 PLANS (Will be provide by Design Build Team)
The Design Build Contractor Team will prepare the necessary irrigation plans for City approval, including the
a new irrigation system showing the location, dimensions and details of the work to be done. All shop drawings
submitted by the Contractor shall be considered as part of the contract documents.
3.20 PROPOSAL
The proposal or bid is the written offer of a Bidder to perform the work described by the Design Build Contract
Documents when made out and submitted on the prescribed proposal form, properly signed and guaranteed.
The proposal or bid shall be considered as part of the design build contract documents and the work scope
specifications shall be use to define the scope of the design and installation of the irrigation system.
A-27
3.21 SPECIAL CONDITIONS
Special clauses or provisions, supplemental to the Work Scope Specifications and other contract documents,
setting forth conditions varying from or additional to the Standard Specifications for a specific project.
3.22 SPECIFICATIONS (Attached Work Scope)
The directions, provisions, and requirements together with all written agreements made or to be made, setting
forth or relating to the method and manner of performing the Work, or to the quantities and qualities of
materials, labor and equipment to be furnished under the Agreement.
3.23 SUBCONTRACTOR (Design Firm)
An individual, partnership, consultant or corporation supplying labor, design services, equipment or materials
under a direct contract with the prime contractor for work on the project. Since this is a Design Build Contract,
the prime contractor will need to team with or provide in-house design services of the new irrigation system
identified in the work scope specifications. Included is the one who supplies materials fabricated or formulated
to a special design according to the work scope specifications.
3.24 SUPPLEMENTAL AGREEMENT
A written understanding, or proposal and acceptance, executed between the City and the Contractor subsequent
to execution of the Agreement herein with the written consent of the Contractor's Surety, relating to the work
covered by the Agreement and clarifying or furthering the terms thereof A modification to the Agreement shall
be made by Contract Addendum.
3.25 SURETY
Surety is a corporation qualified to act as surety under the laws of Florida, who executes the Contractor's
Performance and Payment Bonds and is bound with the Contractor for the acceptable performance of the
contracted work and for the payment of all debts pertaining thereto.
3.26 WORK, (The) or PROJECT, (The)
The public improvement contemplated in the work scope specifications, and all actions necessary to construct
the same.
3.27 WORK ORDER
Work orders are work instructions including specifications and plans that show the location, character,
dimensions and details to the work to be done. Work orders are specific instructions, of limited scope, that will
be a part of this contract. Work orders shall be considered as part of the contract documents.
Any Work Orders considered to be Change Orders of any kind shall be in writing and address, at a minimum,
any changes in the scope of work and the related impact on Contract Price / Cost and Time / Schedule.
A-28
ARTICLE II - Performance
4.0 SPECIFICATIONS AND RELATED DATA
4.1 INTENT OF THE SPECIFICATIONS
The Design Build Team will provide all required Plans, Specifications and other Documents that is needed to
perform this Design Build service and to furnish all labor and materials, equipment, supervision and
transportation necessary for the proper execution of the Work unless specifically noted otherwise. The
Contractor shall do all the work shown on the design build plans and described in the City work scope
specifications and other Contract Documents and all incidental work considered necessary to substantially
complete the Work ready for use, occupancy, or operation in a manner acceptable to the City.
4.2 CONFLICT
In the event of any inconsistency, discrepancy or conflict between the Agreement, the Design Build Plans,
Specifications, and other Contract Documents, the Agreement shall prevail and govern over all except a
subsequently executed Contract Addendum; in the event of an inconsistency, discrepancy or conflict between
the Plans and Specifications, the Specifications shall prevail and govern.
4.3 DISCREPANCIES IN PLANS
Any discrepancies found between the Design Build Plans, the City Work Scope Specifications and site
conditions, or any errors or omissions in the Plans and Specifications, shall be immediately reported to the City
Engineer. The City Engineer shall promptly determine the validity and seriousness of the claimed condition
and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the
Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk.
Any correction or errors or omissions in Design Build Plans by the Contractor and City Work Scope
Specifications may be made by the City Engineer when such correction is necessary for the proper fulfillment
of their intention as construed by the City Engineer. Where said correction of errors or omissions, except as
provided in the next two (2) paragraphs below, adds to the amount of work to be done by the Contractor,
compensation for said additional work shall be made under the Paragraph 10.7 CHANGES IN THE WORK
below, except where the additional work may be classed under some item of work for which a unit price is
included in the proposal.
The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or
otherwise, when the same is clearly shown on the Plans, or is usually and customarily required to complete
fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim
for extra compensation, but the said work must be installed or done the same as if called for in the Plans and
Specifications.
All work indicated on the Design Build Plans by the contractor and not mentioned on the City Work Scope
Specifications or vice versa, and all work and material usual and necessary to make the Work complete in all
its parts, whether or not they are indicated on the plans or mentioned in the Specifications, shall be furnished
and executed the same as if they were called for in both the Plans and Specifications. The Contractor will not
be allowed to take advantage of any errors or omissions in the Plans and Work Scope Specifications. The City
Engineer will provide full information, review and corrections when errors or omissions are discovered.
4.4 SPECIFICATIONS AT JOB SITE
One (1) complete set of the Design Build Plans, Specifications, Work Orders, Addenda, Change Orders, Shop
Drawings and samples shall be maintained at the job site, in good order and annotated to show all changes
A-29
made during the construction process, and shall be available to the Engineer and City at all times. A final
copy thereof, along with "as -built" record drawings, operations and maintenance manuals, and data sheets,
shall be delivered to the City Engineer upon the completion of the Work.
4.5 DIMENSIONS
Dimensions and project limits will be field measured in advance of the project with city staff from the projects
limits at the golf course. Where the work of the Contractor is affected by finished dimensions, these shall be
verified by the Contractor at site, and he shall assume the responsibility for their use.
4.6 SAMPLING AND TESTING (Provided by the Design Build Team)
Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing
equipment, required under the Specifications shall be in accordance with the latest standards or tenets of the
American Society for Testing Materials.
The testing of samples and materials shall be made at the expense of the Contractor, except where indicated
otherwise. The Contractor shall furnish any required samples without charge. The Contractor shall be given
sufficient notification of the placing of orders for materials to permit testing. As an exception to the above,
when the Contractor represents a material or an item of work as meeting Specifications and under recognized
test procedures it fails, any re -testing shall be at the Contractor's expense, billed at the Testing Laboratory's
standard rate for individual tests.
It is expected that all inspections and testing of materials and equipment will be done locally. If the Contractor
desires that inspections for tests be made outside of the local area, all expenses, including per diem for the
Engineer or Inspectors, shall be borne by the Contractor.
4.7 SHOP DRAWINGS
The Contractor shall provide shop drawings, setting schedules, and other drawings as may be necessary for the
prosecution of the Work in the shop and in the field as required by the Specifications or Engineer's
instructions. Deviations from the Plans and Specifications shall be called to the attention of the City at the time
of the first submission of shop drawings and other drawings. The City's approval of any shop drawings shall
not release the Contractor from responsibility for errors, corrections of details, or conformance with the
Contract. Shop drawings shall be submitted according to the following schedule:
(a) Seven (7) copies shall be submitted to the City at least thirty (30) days before the materials
indicated thereon are to be needed or earlier if required to prevent delay of work or to comply
with subparagraph (b).
(b) The City shall, within fourteen (14) days of the submittal of any shop drawings, return three (3)
copies to the Contractor marked with any corrections and changes required and noting if the
drawings are acceptable as noted, or if resubmittal is required.
(c) The Contractor shall then correct the shop drawings to conform to the corrections and changes
requested by the City and resubmit six (6) copies to the City.
(d) Three (3) copies of Approved Shop Drawings shall be returned to the Contractor by the City.
4.8 QUALITY OF EQUIPMENT AND MATERIALS
In order to establish standards of quality, the Specifications may refer to certain products by name and catalog
A-30
number. This procedure is not to be construed as eliminating from competition other products of equal or
better quality by other manufacturers where fully suitable in design.
The Contractor shall furnish to the City a complete list of his proposed desired substitutions prior to the signing
of the Contract, together with such engineering and catalog data as the City may require. Further substitutions
may be submitted during the course of work in accordance with Paragraph 4.10 SUBSTITUTION OF
EQUIPMENT AND/OR MATERIAL below.
The Contractor shall abide by the City's judgment when proposed substitution of materials or items or
equipment are judged to be unacceptable and shall furnish the specified material or item of equipment in such
case. All proposals for substitutions shall be submitted to the City in writing by the Contractor and not by
individual trades or material suppliers. The City will advise of approval or disapproval of proposed
substitutions in writing within a reasonable time. No substitute materials shall be used unless approved by City
in writing.
4.9 EQUIPMENT APPROVAL DATA
The Contractor shall furnish one (1) copy of complete catalog data for every manufactured item of equipment
and all components to be used in the Work, including specific performance data, material description, rating,
capacity, material gauge or thickness, brand name, catalog number and general type.
This submission shall be compiled by the Contractor and submitted to the City for review and written approval
before any of the equipment is ordered. Each data sheet or catalog in the submission shall be indexed
according to specification section and paragraph for easy reference. After written approval is received by the
Contractor, submission shall become a part of the Contract and may not be deviated from except upon written
approval of the City.
Catalog data for equipment approved by the City does not in any case supersede the Contract Documents. The
acceptance by the City shall not relieve the Contractor from responsibility for deviations from Plans or
Specifications, unless he has called the City's attention, in writing, to such deviations at the time of submission,
nor shall it relieve him from responsibility for errors of any sort in the items submitted. The Contractor shall
check the work described by the catalog data with the Contract Documents for deviations and errors.
It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He
shall make necessary field measurements to ascertain space requirements, including those for connections, and
shall order such sizes and shapes of equipment that the field installation shall suit the true intent and meaning
of the Plans and Specifications.
Where equipment requiring different arrangement of connections from those shown is approved, it shall be the
responsibility of the Contractor to install the equipment to operate properly, and in harmony with the intent of
the Plans and Specifications, and to make all changes in the Work required by the different arrangement of
connections at his own expense.
4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL
After the execution of the Contract Agreement, the substitution of equipment and/or material for that specified
will be considered if:
(a) The equipment and/or materials proposed for substitution is determined by the City to be
equal or superior to that specified in the Contract;
(b) Unless determined to be of superior quality, the equipment and/or material proposed for
substitution is less expensive than that specified and that such savings to the City, as proposed
A-3/
by the Contractor, are submitted with the request for substitution. If the substitution is
approved, the Contract price shall be reduced accordingly; and
(c) The equipment and/or material proposed for substitution is readily available and its delivery
and use, if approved as a substitution, will not delay the scheduled start and completion of the
specified work for which it is intended or the scheduled completion of the entire work to be
completed under the contract.
No request will be considered unless submitted in writing to the City and approval by the City must also be in
writing. To receive consideration, requests for substitutions must be accompanied by documentary proof of the
actual difference in cost to the Contractor in the form of quotations to the contractor covering the original
equipment and/or material, and also equipment and/or material proposed for substitution or other proof
satisfactory to the City. It is the intention that the City shall receive the full benefit of the saving in cost
involved in any substitution unless the item is substituted for one designated in the Specifications by specific
manufacturer's name and type, in which case one-third of the savings shall accrue to the benefit of the
Contractor.
In all cases, the burden of proving adequate proof that the equipment and/or material offered for substitution is
equal or superior in construction and/or efficiency to that named in the Contract shall rest on the Contractor
and the proof will be submitted to the City. Request for substitution of equipment and/or material which the
Contractor cannot prove to the satisfaction of the City, at its sole discretion and judgment, to be equal or
superior in construction and/or efficiency to that named in the Contract will not be approved.
5.0 MATERIALS AND WORKMANSHIP
5.1 MATERIALS FURNISHED BY THE CONTRACTOR
All materials and equipment used in the Work shall meet the requirements of the respective Specifications, and
shall not be used until it has been approved in writing by the City. Wherever the specifications call for an item
of material or equipment by a manufacturer's name and type, and additional features of the item are specifically
required by the specifications, the additional features specified shall be provided whether or not they are
normally included in the standard manufacturer's item listed.
Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and
the specified item becomes obsolete and is no longer available, the Contractor shall provide a substitute item of
equal or superior quality and performance which is acceptable to the Engineer and City and is currently
available, at no increase in Contract price.
5.2 STORAGE OF MATERIALS
Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work.
When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on
the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to
facilitate prompt inspection. Private property zoned for or adjacent to land zoned for residential uses shall not
be utilized for storage purposes without special prior arrangement.
REJECTED WORK AND MATERIAL
Any materials, equipment or work which does not satisfactorily meet the Specifications maybe condemned by
the Engineer or City by giving a written notice to the Contractor. All condemned materials, equipment or work
shall be promptly taken out and replaced.
All materials and equipment which do not conform to the requirements of the Contract Documents, are not
A-32
equal or superior to samples approved by the Engineer and City, or are in any way unsatisfactory or unsuited
to the purpose, for which they are intended, shall be rejected. Any defective work whether the result of poor
workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed
within ten (10) days after written notice is given by the City, and the work shall be re -executed by the
Contractor. The fact that the Engineer or the City may have previously overlooked such defective work shall
not constitute an acceptance of any part of it. Should the Contractor fail to remove rejected work or materials
within ten (10) days after written notice to do so, the City may remove them and may store the materials and
equipment. Satisfaction of warranty work after final payment shall be in accordance with Paragraph 10.15.
5.4 MANUFACTURER'S DIRECTION
Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned,
and conditioned as directed by the manufacturer unless herein specified to the contrary.
5.5 SKILL AND CHARACTER OF WORKERS
All workers must have sufficient knowledge, skill and experience to perform properly the work assigned to
them. Any supervisor or worker employed by the Contractor or subcontractors who, in the opinion of the
Engineer or the City does not perform his work in a skillful manner, or appears to be incompetent or to act in a
disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall
not be employed again in any portion of the Work without the approval of the City.
The Contractor shall at all times be responsible for the conduct and discipline of its employees and/or any
subcontractor or persons employed by subcontractors.
5.6 CUTTING AND PATCHING
The Contractor shall do all necessary cutting and patching of the Work that may be required to properly receive
the work of the various trades or as required by the Plans and Specifications to complete the Work. Contractor
shall restore all such cut or patched work as directed by the Engineer or the City. Cutting of existing structures
that could endanger the Work, adjacent property, workmen or the public shall not be done unless approved by
the Engineer and under Engineer's surveillance.
5.7 CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish
caused by its employees or work. At the completion of the Work, contractor shall remove all rubbish, tools,
scaffolding and surplus materials and shall leave the Work "broom clean" or its equivalent, unless more exactly
specified, and shall insure that all debris and other unsightly objects are removed and disposed of in a
satisfactory manner.
At no additional expense to the City, the Contractor will restore to their original conditions or better, as nearly
as practicable, those portions of the site not designated for alteration and all such property, structure, utilities,
landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld
until such clean up and repairs are completed
The Work will be considered complete only after all debris and unused material due to or connected with the
Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the
City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four
(24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an
independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys
due the Contractor.
A-33
5.8 CITY'S OWNERSHIP OF MATERIALS
Any and all materials, whether structural or natural, found within the limits of the project remain the property
of the City unless City ownership is specifically conveyed to the Contractor.
All material, equipment and work become the sole property of the City as installed. These provisions shall not
be construed as relieving the Contractor from the sole responsibility for all materials and work for which
payments have been made, for the restoration of damaged work, or as a waiver of right of the City to require
the fulfillment of all the terms of the Contract.
5.9 GUARANTEE
The Contractor shall warrant all its material and equipment furnished and work performed for a period of one
(1) year from the date of final written acceptance of the Work by City.
Satisfaction of warranty work after final payment shall be as per Paragraph 10.15. All equipment and material
warranties or guarantees shall be drawn in favor of the City and the originals thereof furnished to the Engineer
for review and acceptance prior to final payment.
Such guarantee shall in no way limit or relieve the Contractor of liability from subsequent claims of beach of
contract due to substandard materials or workmanship, nor shall such warranty period shorten the statute of
limitations for bringing a breach of contract or other action based upon any such deficiencies.
6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR
6.1 PERSONNEL, EQUIPMENT AND RECORD REQUIREMENTS
Adequate field notes and records shall be available for review by the City and Engineer as the Work progresses
and copies shall be available if necessary. Any inspection or checking of the Contractor's field notes or layout
work by the City and the acceptance of all or any part thereof, shall not relieve the Contractor the responsibility
to achieve the lines, grades and dimensions shown in the Plans and Specifications.
Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the surface of the
completed Work all control points shown on the Plans.
6.2 CONTROL POINTS FURNISHED BY THE CITY
The City will provide boundary or other control points and bench marks as shown on the Plans as
"Contractor's Survey Control Point", if any is provided. The Contractor shall be responsible for all survey
control of his work during construction. The Contractor shall preserve all reference points and benchmarks
furnished by the City.
6.3 FURNISHING OF STAKE MATERIALS
The Contractor shall furnish all stakes, templates and other materials necessary for establishing and
maintaining the lines and grades necessary for control and construction of the Work.
6.4 LAYOUT OF WORK
Utilizing the control points furnished by the City in accordance with Paragraph 6.2, the Contractor shall
establish all horizontal and vertical controls necessary to construct the Work in conformance with the Plans and
Specifications. The Work shall include performing all calculations required and setting all stakes needed such
A-34
as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points
necessary to provide lines and grades for construction of all contract items.
Survey notes indicating the information and measurements used in establishing locations and grades shall be
kept in notebooks and furnished to the Engineer with the record drawings for the Project.
6.5 SPECIFIC STAKING REQUIREMENTS
Stakes to establish lines and grades shall be set at appropriate intervals to assure that the Project is constructed
to meet the lines and grades shown on the Plans.
For construction stakes and other control, references shall be set at sufficiently frequent intervals to assure that
all components of a structure are constructed in accordance with the lines and grades shown in the Plans.
6.6 PAYMENT
The cost of performing layout work as described above shall be included in the contract prices for the various
items of work to which it is incidental.
6.7 COORDINATION WITH CITY GOLF COURSE
The City's recorded subdivision plats shall be considered correct. The distance, bearing and curve information
provided shall be used by the Contractor's surveyor to establish alignment throughout construction. All
surveying activities will be coordinated with the City Engineer as needed for proper completion of all work on
the site.
Primary control monuments, originally set by the City, that are disturbed or destroyed during construction shall
be accurately replaced by the Contractor's surveyor to the satisfaction of the City Engineer.
6.8 LOCATION OF EXISTING UTILITIES AND PIPING
All existing underground utilities, such as telephone, cable television and electrical cables must be located by
the Contractor prior to starting work. The Contractor shall contact the Utilities at least 48 hours prior to
commencing any work within the project area. There may be other utilities within the project area.
The cost of substantiating the location of utilities shall be borne by the Contractor and included in the bid price.
The Contractor shall be responsible for the repair and/or replacement of any damage caused to utilities by
Contractor forces during the course of construction. Utilities deemed to require relocation shall be identified by
the Contractor prior to commencing work. The Contractor shall notice the City of the conflict and seek
direction from the City prior to proceeding with work. Directions from the City may be to proceed despite
conflict, place work order on hold and commence work at a different location, or relocate utilities under
separate contract with the utility or a change order to be directed by the City.
7.0 PROGRESS AND COMPLETION OF WORK
7.1 CONTRACTOR'S OBLIGATION
Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be
solely responsible for and have control over construction means, methods, techniques, sequences and
procedures and for coordinating all portions of the Work under this Contract, unless the Contract Documents
give other specific instructions concerning these matters.
A-35
Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials,
equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other
facilities and services necessary for the proper execution and completion of the Work, whether temporary or
permanent and whether or not incorporated or to be incorporated in the Work. Unless otherwise provided in
the Contract Documents, Contractor shall pay all sales, use and other similar taxes.
Contractor shall enforce strict discipline and good order among Contractor's employees and other persons
carrying out the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks
assigned to them.
Contractor currently holds and shall maintain at all times during the term of this Contract all required federal,
state and local licenses necessary to perform the Work required under the Contract Documents.
Contractor shall be responsible to the City for the acts and omissions of Contractor's employees, Subcontractors
and their agents and employees, and other persons performing portions of the Work under a contract with
Contractor. Contractor shall indemnify, defend and hold City harmless from all claims arising out of or related
to its performance of the Work except for acts arising solely from the active negligence of the City.
START OF CONSTRUCTION
The Contractor shall commence work on the date specified in the Notice to Proceed subsequently issued by the
City, or as specifically noted in any Contract Addendum. However, in no case shall the Contractor commence
work until the City has been furnished and acknowledges receipt of the Contractor's Certificates of Insurance
and a properly executed performance and payment bond as required.
7.3 CONTRACT TIME
The contractor shall complete, in an acceptable manner, all of the Work in the time stated in the Contract
Agreement and any Addenda or Change Orders thereto. The contract time is 120 consecutive calendar days
from start of work date.
7.4 SCHEDULE OF COMPLETION
The Contractor's schedules are subject to the approval of the City, which shall not be unreasonably withheld,
and shall reflect a logical sequence of the various components of work and the anticipated rates of production
necessary to complete the Work on or before the completion date. Said schedules shall be submitted within ten
(10) days of the execution of the agreement by the City except when requested otherwise and shall be updated
and resubmitted to the City on the twenty-fifth (25th) day of every month with the Contractor's pay request.
7.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE
The Contractor shall coordinate its work with other contractors, the City, and utilities to assure orderly and
expeditious progress of work.
The City shall hold a pre -construction conference at Sebastian Municipal Airport Offices at a time and date
mutually agreed upon with the Contractor after the Contract has been awarded and fully executed.
7.6 PROPERTY OF OTHERS
A. Public Ownership
The Contractor shall be responsible for the preservation of all public property, trees, monuments, etc., along
and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or
A-36
injury thereto. He shall use suitable precautions to prevent damage to pipes, conduits and other underground
structures, and shall protect carefully from disturbance or damage all monuments and property marks until a
land surveyor has witnessed or otherwise referenced their location and shall not remove them until so directed
by the Engineer in writing. The City shall remove and relocate all traffic control signs as required.
B. Private Ownership
Mail and newspaper boxes, sprinkler systems, ornamental shrubs, lawn ornaments, house numbers, fences, etc.
may be removed and relocated by the property owners. The City will not remove, relocate, or re -install mail
boxes, sprinkler systems, ornamental shrubs, etc. belonging to a private property owner. However, should such
items not be removed or relocated by the start of construction, the Contractor shall remove the objects, in a
manner which does not damage or injure the objects at no extra cost to the City, which interfere with the
construction of the Project and place them on the property owner's front lawn just outside the project limits.
Otherwise, the Contractor shall not enter upon private property for any purpose without obtaining permission
from the property Owner thereof. Where extensive intrusions upon private property are required for
construction, the City and Contractor shall cooperate to obtain Temporary Construction Easements from the
landowner.
7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES
All utilities and all structures of any nature, whether below or above ground, that may be affected by the Work
but are not required to be disturbed or relocated by the very nature of the project, shall be protected and
maintained by the Contractor and shall not be disturbed or damaged by Contractor forces during the progress
of the Work; provided that, should the Contractor disturb, disconnect or damage any utility or any structure, all
expenses of whatever nature arising from such disturbance or the replacement or repair and testing thereof shall
be borne by the Contractor.
7.8 CROSSING PUBLIC FACILITIES
When new construction crosses highways, railroads, streets or similar public facilities under the jurisdiction of
state, county, city, or other public agency or private entity, the City through the Engineer shall secure written
permission prior to the commencement of construction of such crossing. The Contractor will be required to
furnish evidence of compliance with conditions of the permit from the proper authority before final acceptance
of the Work by City. Road closures are governed by Paragraph 8.3.
CHANGES IN THE WORK
The City may order changes in the Work through additions, deletions or modifications without invalidating the
Contract; however, any change in the scope of work or substitution of materials shall require the written
approval of the City. Compensation and time of completion affected by the change shall be adjusted at the time
of ordering such change. New and unforeseen items of work found to be necessary and which cannot be
covered by any item or combination of items for which there is a contract price shall be classed as changes in
the Work. The Contractor shall do such changes in the Work and furnish such materials, labor and equipment
as may be required for the proper completion of construction of the work contemplated. In the absence of such
written order, no claim for changes in the Work shall be considered. Changes in the Work shall be performed
in accordance with the Specifications where applicable and work not covered by the specifications or special
provisions shall be done in accordance with specifications issued for this purpose. Changes in the Work
required in an emergency to protect life and property shall be performed by the Contractor as required.
7.10 EXTENSION OF CONTRACT TIME
No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be
given for such delay. A delay beyond the Contractor's control occasioned by an "Act of God" may entitle the
A-37
Contractor to an extension of time in which to complete the Work as determined by the City provided,
however, the Contractor shall immediately give written notice to the City of the cause of such delay.
"Rain day" extensions shall be granted upon written request of the Contractor to the City's Project Manager
when said Project Manager determines that weather conditions make it counterproductive to work on said days.
"Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain
day" extensions granted shall be processed as a Change Order with each pay submittal.
In the event that the City suspends the Work as provided in Paragraph 9.3, the Contractor shall be granted an
extension of time to complete the Work for as many calendar days as the Work was suspended; except,
however, that the Contractor will not be granted an extension of time to complete the Work if the suspension
was caused by a fault of the Contractor.
7.11 CORRECTION OF WORK
Contractor shall, at no cost to the City, promptly correct Work failing to conform to requirements of the
Contract Documents, whether observed before or after completion of the Work and whether or not fabricated,
installed or completed, and shall correct any Work found to be not in accordance with the requirements of the
Contract Documents within a period of one (1) year from the date of completion of the Work or by the terms of
an applicable special warranty required by the Contract Documents. The provisions of this Paragraph apply to
the Work done by Subcontractors as well as to the Work done by direct employees of Contractor.
Nothing contained in this Paragraph shall be construed to establish a period of limitation with respect to other
obligations which Contractor might have under the Contract Documents. Establishment of the time period of
one (1) year as described in Subparagraph 7.11(a) above relates only to the specific obligation of Contractor to
correct the Work, and has no effect on the time within which the obligations of the Contract Documents may
be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability
with respect to Contractor's remaining contractual obligations.
7.12 LIQUIDATED DAMAGES
In the event Contractor violates or fails to perform any provision of the Contract Documents, then the City may
elect to receive, and Contractor agrees to pay, liquidated damages in the amount of one hundred dollars
($100) per day beyond the agreed completion date. Inspection of the Work by the City and the subsequent
issuance of a notice by the City indicating substantial completion will be the date used to signify work
completion.
If completion is beyond the schedule agreed upon, liquidated damages may be imposed by the City on the
Contractor and will be withheld from payment. It is expressly acknowledged by Contractor that said payment
shall not be interpreted nor construed as a penalty but is in fact a good faith attempt to fix damages which the
City will suffer in the event Contractor fails to perform as required hereunder or violates any provision of the
Contract Documents.
8.0 PUBLIC HEALTH AND SAFETY
8.1 PROTECTION OF PERSONS AND PROPERTY
The Contractor shall submit, for the City's approval, a project safety and security plan which describes the
Contractor's plans and procedures to protect the safety and property of property owners, residents, and passers-
by. The plan shall describe measures and precautions to be taken during working hours and non -working
hours.
A-38
A. Safety Precautions and Programs
The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety
and Health Act and the laws of the State of Florida.
This Contract requires that the Contractor and any and all subcontractors hired by the Contractor comply with
all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a
failure to perform. The Contractor agrees to reimburse the City for any fines and/or court costs arising from
penalties charged to the City for violations of OSHA committed by the Contractor or any and all
subcontractors.
B. Safety of Persons and Property
The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable
protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be
affected thereby; all the work materials and equipment to be incorporated therein, whether in storage on or off
the project site, under the care, custody or control of the Contractor or any of his subcontractors; and other
property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities not designated for removal, relocation or replacement in the course of construction.
The Contractor shall be held fully responsible for such safety and protection until final written acceptance of
the Work.
Fire hydrants on or adjacent to the Work shall be kept accessible to fire fighting equipment at all times.
Temporary provisions shall be made by the Contractor to insure the proper functioning of all swales, gutters,
sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed except as approved by the
City. The Contractor acknowledges that, in executing the Project, it will operate machinery and equipment that
may be dangerous to the adjacent property owners and the general public. The Contractor will be required to
conduct excavations for the Project that may be hazardous to person and property. The Contractor shall
develop and implement a job safety and security plan that will adequately protect all property and the general
public.
Contractor shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the
City or an adjacent property.
8.2 TRAFFIC CONTROL (NOT REQUIRED)
All safety precautions, traffic control, and warning devices necessary to protect the public and workmen from
hazards within the right-of-way shall be in strict accordance with SECTION 102, MAINTENANCE OF
TRAFFIC, in the Florida Dept. of Transportation (FDOT) Std. The State ofFlorida Manual of Traffic Control
and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations Specifications
for Road and Bridge Construction, latest edition shall be used as minimum standards, as applicable.
Further, the Contractor shall carry on the Work in a manner that will cause the least possible obstruction and
interruption in traffic, and the least inconvenience to the general public and the residents in the vicinity of the
work.
8.3 ROAD CLOSURE AND DETOURS (NOT REQUIRED)
Local traffic shall be maintained within the limits of the Project for the duration of the construction period.
Closing to through travel of more than two (2) consecutive blocks, including the cross street intersected will
not be permitted without specific authorization of the City. No road or street shall be closed to the public
A-39
except with the permission of the City and proper governmental authority. When closing of roads is
permitted, it shall require forty-eight (48) hours notification to the City. Traffic detours shall be pre -approved
prior to closing. "Street Closed to through Traffic" signs and "Detour" routes shall be indicated and maintained
by the Contractor when the job is located in a public or private street.
8.4 PROVISION OF ACCESS
Where traffic must cross open trenches, the contractor shall provide adequate ingress and egress to dwellings,
business facilities, utilities and service. Temporary provisions shall be made by the Contractor to insure the use
of sidewalks. The Contractor shall provide suitable crossings at street intersections and driveways, and supply
such aid as may be required for pedestrians and motorists, including delivery vehicles, to safely negotiate the
construction areas. On completion of Work within any area, the Contractor shall remove all debris, excess
materials, barricades and temporary Work leaving walkways and roads in said area clear of obstructions.
8.5 WARNING SIGNS AND BARRICADES
The Contractor shall provide adequate signs, barricades, warning lights and flagmen, as required, and all such
other necessary precautions for the protection of the Work and the safety of the public. All barricades and
obstructions shall be protected at night by regulatory signal lights which shall be kept in operation from sunset
to sunrise. Barricades shall be of substantial construction and shall be reflective to increase their visibility at
night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where
construction, barricades or detours exist. Unless so designated in the Bid Documents, no direct payment for
this work will be made, but the cost of providing, erecting and maintaining such protection devices, including
guards, watchmen and/or flagmen as required shall be considered as included and paid for in the various
contract prices of the Work. Warning signs and barricades shall be in conformance with the State of Florida,
Manual of Trac Control and Safe Practices for Street and Highway Construction, Maintenance and Utility
Operations, latest edition. The Contractor shall provide and maintain adequate barricades, construction signs,
torches, flashers, guards and flagmen as required in pedestrian and vehicular traffic areas. Regulations of local
authorities shall be compiled with. Advance warning signs are required on all streets where work is being
conducted.
8.6 OPEN TRENCHES (NOT REOUIRED
The Contractor shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches
during construction. The Contractor shall be place construction hazard fencing along any open trenches during
the construction work -day, and shall leave no open trenches or excavations over -night unless properly fenced
and with the specific approval of the Engineer or the City.
8.7 PLACEMENT OF HEAVY EQUIPMENT (NOT REQUIRED)
The Contractor shall not leave construction equipment parked in front of or on a residential lot overnight or on
weekends. At the close of work each day, the equipment shall be driven to and stored in a designated area so
that the equipment will not become an "attractive nuisance" to neighborhood children. All equipment left
unattended during the course of working day, such as during lunch hours or work breaks, shall not be left in a
condition or location which would create a safety hazard to the general public. All keys shall be removed from
the machines during those times.
8.8 TEMPORARY FACILITIES AND CONTROLS
The Contractor shall provide controls for sanitary facilities, environmental protection and safety controls on
site acceptable to the Florida Department of Health and Rehabilitative Services, Department of Environmental
Protection, and St. Johns River Water Management District.
A-40
8.9 SANITARY PROVISION
The Contractor shall provide and maintain such sanitary accommodations adequate for the use of his
employees and those of his subcontractors, and as may be necessary to comply with the requirements and
regulations of the local and state departments of health. Such facilities shall be made available when the first
employees arrive on site of the Work, shall be properly secluded from public observation, and shall be
constructed and maintained during the progress of the Work in suitable numbers and at such points and in such
manner as may be required or approved. The Contractor shall maintain the sanitary facilities in a satisfactory
and sanitary condition at all times and shall enforce their use. The City shall have the right to inspect such
facilities at all times to determine whether or not they are being properly and adequately maintained.
Following the period of necessity for such accommodations, they and all evidence affixed thereto shall be
removed.
8.10 WATER AND ELECTRIC SUPPLY
The Contractor shall make all necessary applications and arrangements, and pay all fees and charges for water
and electrical service necessary for the proper completion of the Project up to the time of final acceptance. The
Contractor shall provide and pay for any temporary piping and connections.
11 NOISE CONTROL
The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of
construction equipment, and shall submit a plan to the Engineer for review prior to initiation and
implementation of the plan.
8.12 DUST CONTROL
The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by
moving construction equipment, high winds or any other cause, and shall submit a plan to the Engineer for
review prior to initiation and implementation of the plan.
8.13 WATER CONTROL
The Contractor shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer
for review prior to initiation and implementation of the plan. Prior approval shall be obtained from the proper
authorities for the use of public or private lands or facilities for such disposal.
8.14 POLLUTION, SILTATION AND EROSION CONTROL
The Contractor shall provide for and take sufficient precautions to prevent pollution of private and public
lands, reservoirs, ponds, rivers, streams, creeks, etc., by the disposal of surplus materials in the forms of solids,
liquids or gases including, but not limited to, fuels, oils bitumen, calcium chloride or other harmful materials.
Contractor shall conduct and schedule Work operations so as to avoid or otherwise minimize pollution or
silting of streams, lakes and reservoirs and to avoid interference with movement of migratory fish where there
is a high potential for erosion and subsequent water pollution. Erosion control features shall be constructed
concurrently with other work and at the earliest practicable time. The erosion and turbidity control shall meet
the requirements of the St. John's River Water Management District and the applicable City's NPDES program
for control of discharge of Total Suspended Matter, and shall prevent water and wind erosion of open
excavations and swales.
A-41
ARTICLE III - Supervision and Administration
9.0 ENGINEER, CITY, CONTRACTOR RELATIONS
9.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY
All work done shall be subject to the construction review of the City Engineer. Any and all technical questions
which may arise as to the quality and acceptability of materials furnished, work performed, or work to be
performed, interpretation of Plans and Specifications and all technical questions as to the acceptable fulfillment
of the Contract on the part of the Contractor shall be referred to the Engineer who will resolve such questions.
9.2 ENGINEER'S DECISION
All claims of a technical nature of the City or Contractor shall be presented to the City Engineer for resolution.
9.3 SUSPENSION OF WORK
The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed
necessary and for whatever cause, to include but not be limited to, unsuitable weather or such other conditions
as are considered unfavorable for prosecution of the Work, failure on the part of the Contractor to carry out the
provisions of the Contract or to supply materials meeting the requirements of the Specifications, or the action
of a governmental agency, by serving written notice of suspension to the Contractor. In the event that the
Engineer shall become aware of any condition which may be cause for suspension of the Work, the Engineer
shall immediately advise the City of such condition. The Contractor shall not suspend operations under the
provisions of this Paragraph without the City's permission.
9.4 CONSTRUCTION REVIEW OF WORK
All materials and each part or detail of the Work shall be subject at all times to construction review by the
Engineer and the City. The Engineer and the City may appoint inspectors. The Contractor will be held strictly
to the true intent of the Specifications in regard to quality of materials, workmanship, and the diligent
execution of the Contract. Such construction review may include mill, plant, or shop inspection, and any
material furnished under the Specifications is subject to such inspection. The Engineer and the City shall be
allowed access to all parts of the Work and shall be furnished with such information and assistance by the
Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts
or omissions of the Contractor.
9.5 FIELD TESTS AND PRELIMINARY OPERATION
The Contractor shall perform the work of placing in operation all equipment installed under this Contract,
except as specifically noted hereinafter.
The Contractor shall make adjustments necessary for proper operation.
The Contractor shall provide construction labor required for preliminary operation of the equipment installed
under this Contract.
The Contractor shall notify the City when work is considered to be complete, in operating condition, and ready
for inspection and tests. Further inspection requirements may be designated in the Technical Specifications.
The City will conduct tests it deems necessary to determine if the Work functions properly. Arrangements for
A-42
testing laboratory services will be made by the City. Payment for testing to show compliance with specified
requirements will be paid for by the City. The cost of retesting when materials and workmanship fail to meet
specified requirements will be deducted from moneys due the Contractor.
9.6 EXAMINATION OF COMPLETED WORK
The City may request an examination of completed work of the Contractor at any time before acceptance by the
City of the Work and shall remove or uncover such portions of the finished work as may be directed. After
examination, the Contractor shall restore said portions of the Work to the standard required by the
Specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and
the replacing of the covering or making good of the parts removed shall be paid for as extra work, but should
the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the
Contractor's expense.
9.7 CONTRACTOR'S SUPERINTENDENT
A qualified superintendent, who is acceptable to the City, shall be maintained on the project and give sufficient
supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of
the Contractor, and all communications given to the superintendent shall be considered given to the Contractor.
In general, such communications shall be confirmed in writing and always upon written request from the
Contractor.
9.8 CITY'S RIGHT TO CORRECT DEFICIENCIES
Upon failure of the contractor to perform the work in accordance with the Contract Documents, including any
requirements with respect to the Schedule of Completion, and after five (5) days written notice to the
Contractor, the City may, without prejudice to any other remedy he may have, correct such deficiencies. The
Contractor shall be charged all costs incurred to correct deficiencies.
9.9 CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK
In the event of any default by the Contractor, the City shall have the right to immediately terminate the
Contract upon issuance of written notice of termination to the Contractor stating the cause for such action. This
Agreement may be terminated by the City without cause provided at least thirty (30) days written notice of
such termination shall be given to the Contractor. In the event of termination, the City may take possession of
the Work and of all materials, tools and equipment thereon and may fmish the Work by whatever method and
means it may select. It shall be considered a default by the Contractor whenever Contractor shall:
(a) Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors.
(b) Disregard or violate the provisions of the Contract Documents or City's written instructions, or
fail to prosecute the Work according to the agreed schedule of completion including extensions
thereof.
(c) Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper
materials, or fail to make prompt payment for same.
9.10 RIGHTS OF VARIOUS INTERESTS
Wherever work being done by the City's forces or by other contractors is contiguous to work covered by the
Contract, the respective rights of the various interests involved shall be established by the City, to secure the
completion of the various portions of the Work in general harmony.
A-43
9.11 SEPARATE CONTRACTS
The City may let other contracts in connection with the Work of the Contractor. The Contractor shall cooperate
with other Contractors with regard to storage of materials and execution of their work. It shall be the
Contractor's responsibility to inspect all work by other contractors affecting Contractor's work and to report to
the City any irregularities that will not permit completion of work in a satisfactory manner.
Contractor's failure to notify the City of such irregularities shall indicate the work of other contractors has been
satisfactorily completed to receive related work. It shall be the responsibility of the Contractor to inspect the
completed work in place and report to the Engineer immediately any difference between completed work by
others and the Plans.
9.12 SUBCONTRACTS AND PURCHASE ORDERS
Prior to signing the Contract or at the time specified by the City, the Contractor shall submit in writing to the
City the names of the subcontractors proposed for the Work. Subcontractors may not be changed except at the
request or with the approval of the City. The Contractor is responsible to the City for the acts and omissions of
its subcontractors and their direct or indirect employees, to the same extent as he is responsible for the acts and
omissions of its employees. The Contract Documents shall not be construed as creating a contractual relation
between any subcontractors and the City. The Contractor shall bind every subcontractor by the terms of the
Contract Documents.
For convenience of reference and to facilitate the letting of contracts and subcontracts, the Specifications are
separated into title sections. Such separations shall not, however, operate to make the Engineer or City an
arbiter to establish limits to the contracts between the Contractor and subcontractors.
9.13 WORK DURING AN EMERGENCY
The Contractor shall perform any work and shall furnish and install materials and equipment necessary during
an emergency endangering life or property. In all cases, Contractor shall notify the Engineer and City of the
emergency as soon as practicable, but shall not wait for instructions before proceeding to properly protect both
life and property.
9.14 ORAL AGREEMENTS
No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or
obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents
shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed
waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other
waiver or modification.
9.15 NIGHT. SATURDAY AND/OR SUNDAY WORK
No night or Saturday and Sunday work will be permitted, except in case of emergency, or with prior approval
from City, and then only to such extent as is absolutely necessary to protect life or property. This clause shall
not pertain to crews organized to perform restoration work which needs no verifying inspection, maintenance
work on equipment, or to operate and maintain special equipment such as dewatering pumps which may be
required to work 24 hours per day. All such night, Saturday and/or Sunday work must be authorized by the
City.
A-44
9.16 UNAUTHORIZED WORK
Work done without lines and grades having been established, work done without proper inspection, or any
changes made or extra work done without written authority will be done at the Contractor's risk and will be
considered unauthorized, and, at the option of the City, may not be measured and paid for.
9.17 USE OF COMPLETED PORTIONS OF THE WORK
The City shall have the right to use, occupy, or place into operation any portion of the Work that has been
completed sufficiently to permit safe use, occupancy, or operation, as determined by the Engineer. If such use,
occupancy, or operation increases the cost of or delays the Work, the Contractor shall be entitled to extra
compensation, or an extension of time, or both, as determined by the Engineer. However, if Contractor has
failed to complete the Work in accordance with the time requirements of the Agreement, no compensation
(including set -offs to liquidated damages) shall be allowed for such use or occupancy.
9.18 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance of the Work by the City, it shall be under the charge and care of the Contractor, and he shall
take every necessary precaution against injury or damage to the Work by the action of the elements or from any
other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The
Contractor shall rebuild, repair, restore and make good, without additional compensation, all injury or damage
to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City,
before its completion and acceptance.
10.0 MEASUREMENT AND PAYMENT
10.1 DETAILED BREAKDOWN OF CONTRACT
Except in cases where unit prices form the basis for payment under the Contract, the Contractor shall submit a
complete breakdown of the contract amount showing the value assigned to each part of the Work, including an
allowance for profit and overhead within ten (10) days of the execution of the Contract by the parties. Upon
approval of the breakdown of the contract amount by the Engineer and the City, it shall be used as the basis for
all requests for payment.
10.2 REQUEST FOR PAYMENT
The Contractor may submit to the City not more than once each month a request for payment for work
completed. Where applicable, the Contractor may choose to submit a request for payment at the substantial
completion of each work order. The City may elect to provide its own form for the Contractor to submit
progress payment requests. The standard form provided by the City, or a form presented by the Contractor
having received prior approval from the City, can be used for the submittal of a progress payment.
The Contractor shall furnish the Engineer and the City all reasonable facilities required for obtaining the
necessary information relative to the progress and execution of the Work. In addition to each month's invoice,
an updated project schedule shall be submitted.
Each request for payment shall be computed from the work completed to date on all items listed in the detailed
breakdown of the contract amount less previous payments and back charges. Progress payments on account of
Unit Price Work will be based on the number of units completed at the time the payment request was dated by
the Contractor. If payment is requested on the basis of materials and equipment not incorporated in the project
but delivered and suitably stored at the site or at another location agreed to in writing, the payment request
shall also be accompanied by a bill of sale, invoice or other documentation warranty that the City has received
the materials and equipment free and clear of all liens, charges, security interests and encumbrances, all of
A -as
which shall be satisfactory to the City. No payments shall be made for materials stored on site without
approval of the City.
An amount of 10% of each monthly pay request shall be retained until final completion and written acceptance
of the Work by the City. Payment of the retainage shall be included in the Contractor's final pay request in
accordance with Paragraph 10.14. Any deviation in the release or partial release of the 10% retainage shall be
at the sole discretion of the City, but in no case earlier than completion of the Engineer's "punch list
inspection". Any request for payment shall be accompanied by claim releases for work done or materials
furnished in accordance with Paragraph 10.13. Prior to submission of any request for payment by the
Contractor, the Engineer shall review the request for payment to determine the following:
(a) That the work covered by the request for payment has been completed in accordance with the
intent of the Plans and Specifications.
(b) That the quantities of work have been completed as stated in the request for payment, whether
for a unit price contract or for payment on a lump -sum contract.
10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT
Within thirty (30) days from the date of receipt of a request for payment the City shall do one of the following:
(a) Approve and pay the request for payment as submitted.
(b) Approve and pay such other amount of the request for payment in accordance with Paragraph
10.4 as the City shall decide is due the Contractor, informing the Contractor in writing of the
reasons for paying the amended amount.
(c) Disapprove the request for payment in accordance with Paragraph 10.4 informing the
Contractor in writing of the reasons for withholding payment.
10.4 CITY'S RIGHT TO WITHHOLD PAYMENT OF A REQUEST FOR PAYMENT
The City may withhold payment in whole or in part on a request for payment to the extent necessary for any of
the following reasons:
(a) Work not performed but included in the request for payment, or the contract Price has been
reduced by written change order.
(b) Work covered by the request for payment which is not in accordance with the Plans,
Specifications and generally accepted construction practices, including if, in the opinion of the
City, there is sufficient evidence that the Work has not been satisfactorily completed, or based
upon tests and/or inspections the work is defective or has been damaged requiring correction
or replacement.
(c) In the event of a filing of a claim or lien, or information received by City of a
potential filing of a claim or lien against the Contractor or City.
(d) Failure of the Contractor to make payments to subcontractors, material suppliers
or labor.
(e) Damage to another contractor.
A-46
(f) The City has had to correct a defect in the Work, or there are other items entitling
the City to a set-off against the amount recommended.
(g) Default of any of the provisions of the Contract Documents.
10.5 PAYMENT FOR UNCORRECTED WORK
Should the City direct, in writing, the Contractor not to correct work that has been damaged or that was not
performed in accordance with the Contract Documents, an equitable deduction from the contract amount shall
be made to compensate the City for the uncorrected work.
10.6 PAYMENT FOR REJECTED WORK AND MATERIALS
The removal of work and materials rejected under Paragraph 5.3 and the re-execution of work by the
Contractor shall be at the expense of the Contractor and the Contractor shall pay the cost of replacing the
destroyed or damaged work of other contractors by the removal of the rejected work or materials and the
subsequent re-execution of that work. In the event that City incurs expenses related thereto, Contractor shall
pay for the same within thirty (30) days after written notice to pay is given by the City. If the Contractor does
not pay the expenses of such removal, after ten (10) days written notice being given by the City of its intent to
sell the materials, the City may sell the materials and shall pay to the Contractor the net proceeds there from
after deducting all the costs and expenses that are incurred by the City.
If the proceeds do not cover the expenses incurred by the City, such additional amounts may be set-off against
any payments due Contractor.
10.7 CHANGES IN THE WORK
A. Change Orders
If conditions require a change in the scope of work or additional work varying from the original Plans or
Specifications, such change shall be effected by the Contractor when the City issues a written Change Order.
The Change Order shall set forth in complete detail the nature of the change, the change in the compensation to
be paid the Contractor and whether it is an addition or a reduction of the original total contract cost. Should
additional or supplemental drawings be required, they will be furnished by the Engineer. All Change Orders
shall address the impact of the change on both Contract Price / Cost and Contract Time / Schedule.
Compensation to be paid to the Contractor for accomplishing the work of a Change Order shall be established
in one of the following ways:
(a) By lump sum proposed by the Contractor and accepted by the City.
(b) By unit prices established and agreed to.
(c) By unit prices established for additional kinds of work.
(d) By other methods as may be mutually agreed upon.
(e) By force account wherein the Contractor provides the labor and materials at Contractor's
direct cost plus 15% for overhead and profit. When the force account method is used, the
Contractor shall provide full and complete records of all costs for review by the City.
A-47
B. Claims
Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the
City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for
work not covered herein, or in Supplemental Agreement, the Contractor shall notify the City in writing of its
intention to make claim for extra compensation before work begins on which the claim is based. If such
notification is not given and the City is not afforded by the Contractor a method acceptable to the City for
keeping strict account of actual cost, then the Contractor hereby waives its request for such extra compensation.
The City is not obligated to pay the Contractor if the City is not notified as described above. The Contractor
may refuse to perform additional work requested by the City until an appropriate agreement is executed by the
parties. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall
not in any way be construed as proving the validity of the claim.
10.8 CANCELED ITEMS OF WORK
The City shall have the right to cancel those portions of the contract relating to the construction of any item
provided therein. Such cancellation, when ordered by the City in writing, shall entitle the Contractor to the
payment of a fair and equitable amount covering all costs incurred by Contractor pertaining to the canceled
items before the date of cancellation or suspension of the Work. The Contractor shall be allowed a profit
percentage on the materials used and on construction work actually done, at the same rates as provided for
"Changes in the Work", but no allowance will be made for anticipated profits. Acceptable materials ordered by
the Contractor or delivered on the site before the date of such cancellation or suspension shall be purchased
from the Contractor by the City at actual cost and shall thereupon become the property of the City.
10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY
If the Work or any part thereof shall be suspended by the City as provided in Paragraph 9.3, the Contractor will
then be entitled to payment for all work done except as provided in Paragraph 10.4.
10.10 PAYMENT FOR WORK BY THE CITY
The cost of the work performed by the City removing construction materials, equipment, tools and supplies in
accordance with Paragraph 5.7 and in correcting deficiencies in accordance with Paragraph 9.8 shall be paid by
the Contractor.
10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION OF CONTRACT
A. Termination by City for Cause
Upon termination of the contract by the City for cause, including abandonment or termination by Contractor,
the City may enter into an agreement with others for the completion of the Work under this Agreement and the
Contractor shall be held harmless for the work of others. No further payments shall be due the Contractor until
the Work is completed and accepted by the City. If the unpaid balance of the contract amount shall exceed the
cost of completing the Work including all overhead costs, Contractor shall be paid up to the amount of the
excess balance on a quantum meruit basis for the work done prior to termination. If the cost of completing the
Work shall exceed the unpaid balance, the Contractor or its Surety shall pay the difference to the City. The cost
incurred by the City as herein provided shall include the cost of the replacement contractor and other expenses
incurred by the City through the Contractor's default. In either event, all work done, tracings, plans,
specifications, maps, computer programs and data prepared by the Contractor under this Agreement shall be
considered property of the City.
A-48
B. Termination by City Without Cause
In the event the City without cause abandons, terminates or suspends this Agreement, the Contractor shall be
compensated for services rendered up to the time of such termination on a quantum meruit basis and any work
done or documents generated by the Contractor shall remain the property of the City.
10.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY
The Contract will be considered complete when all work has been finished, the final construction review is
made by the Engineer, and the project accepted in writing by the City.
10.13 RELEASE OF CLAIMS (INTERIM/FINAL)
The Contractor shall deliver, with each request for payment, a completed Affidavit and Release of Claim on a
form supplied by the City. Also, from each supplier or subcontractor who has notified the City of his right to
file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid,
potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must
be attached to each request for payment.
If the completed forms are not supplied with the request for payment, the City will notify Contractor of the
outstanding claims of record and, if said completed form(s) are not supplied within thirty (30) days, the City
shall make joint payments to the Contractor and outstanding claimants.
10.14 ACCEPTANCE AND FINAL PAYMENT
When it is determined, as a result of a joint inspection of the Work by the Contractor, City, and Engineer that
the Work has been completed in accordance with the terms of the Contract Documents, the Engineer shall
certify completion of the Work to the City. At that time, the Contractor may submit the Contractor's final
request for payment. The Contractor's final request for payment shall be the contract amount plus all approved
written additions less all approved written deductions and less previous payments made. As a condition for
Final payment, a Contractor's Final Affidavit must be received by the City along with his Final Payment
Request and any as -built drawings which may be required. The Contractor shall furnish full and final releases
of Claim for labor, materials and equipment incurred in connection with the Work, following which the City
will release the Contractor except as to the conditions of the performance bond, any legal rights of the City,
required guarantees and satisfaction of all warranty work, and shall authorize payment of the Contractor's final
request for payment.
10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT
The making of the final payment by the City to the Contractor shall not relieve the Contractor of responsibility
for faulty materials or workmanship. The City shall promptly give notice of faulty materials and workmanship
and the Contractor shall promptly replace any such defects discovered within one (1) year from the date of final
written acceptance of the Work by the City.
11.0 PUBLIC CONTRACT REQUIREMENTS
11.1 COVENANT AGAINST CONTINGENT FEES
The Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for the Contractor, to solicit or secure this Agreement and that it has not paid or
agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working
A-49
solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or
resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City
shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the
Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or
consideration.
11.2 INTEREST OF MEMBERS OF CITY AND OTHERS
No officers, members or employees of the City and no member of its governing body, and no other public
official of the governing body of the locality or localities in which services for the facilities are situated or
carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or
carrying out of this project, shall participate in any decision relating to this Agreement which affects such
person's personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or
the proceeds thereof.
11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING
The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the
Contractor to any person for influencing or attempting to influence any officer or employee of any Federal
agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in
connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any
Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal,
amendment or modification of any Federal contract, Grant, loan or cooperative agreement.
If any funds other than Federal appropriated funds have been paid by the Contractor to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an
officer or employee of Congress or an employee of a member of Congress in connection with this Agreement,
the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in
accordance with its instructions.
11.4 INTEREST OF CONTRACTOR
The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect,
which shall conflict in any manner or degree with the performance of services required to be performed under
this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having
any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts
with its duties as the City's Contractor without the prior written consent of the City during the term of this
Agreement. Any work where the Contractor can reasonably anticipate that it may be called to testify as a
witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under
this Agreement.
11.5 PUBLIC ENTITY CRIMES
The Contractor shall file the attached sworn statement which is entitled PUBLIC ENTITY CRIMES, stating
whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public
entity crime subsequent to July 1, 1989, in accordance with the provisions of said statute.
11.6 DRUG-FREE WORKPLACE
The Agreement documents also include the "Drug -Free Workplace Form" which is in accordance with Florida
Statute 287.089 and must be signed and instituted.
A -SO
11.7 COMPLIANCE WITH LAWS
Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work,
including, but not limited to, The Clean Air Act (42 USC §7506(c)), The Endangered Species Act (16 USC
§1531, et seq.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The
Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as
amended), The Wild and Scenic Rivers Act (PL 90-542, as amended), The Demonstration Cities and
Metropolitan Development Act of 1966 (PL 89-754), Section 306 of The Clean Air Act, Section 508 of The
Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age
Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500),
Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No.
12549, The Davis Bacon Act (40 USC §276), the Occupational Safety and Health Act and applicable
regulations, and the Americans with Disabilities Act (PL 101-336).
11.8 INSURANCE
The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain
said insurance during the life of this agreement:
(a) Workers' Compensation - Contractor shall purchase workers' compensation
insurance as required by law.
(b) Commercial General Liability - Contractor shall purchase Commercial General Liability
insurance with a combined single limit of at least $1,000,000.
(c) Commercial Auto Liability - Contractor shall purchase Commercial Auto Liability insurance
with a combined single limit of at least $1,000,000.
Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations under
Paragraph 9.18 for the Work paid for by the City but not yet accepted.
The insurance company selected shall be A+ or better per the Best's Key Rating Guide. The Contractor and the
insurance company(s) shall agree to furnish the City thirty (30) days written notice of their intent to cancel or
terminate said insurance. It is the full responsibility of the contractor to insure that all sub -contractors have full
insurance coverage as stated above.
The Contractor shall not commence the Work under this contract until Contractor has obtained all the
insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor
shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required
has been so obtained and approved by the City. The Contractor shall carry and maintain until acceptance of the
Work, insurance as specified herein and in such form as shall protect Contractor and any subcontractor
performing work under this Contract, or the City, from all claims and liability for damages for bodily injury,
including accidental death, under this Contract, whether by Contractor or by any subcontractor or by any one
directly or indirectly employed by either of them.
The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance,
naming the City as an additional insured party, prior to the start of construction as provided in the Contract.
11.9 BOND
The Contractor shall provide Bonds in the form prescribed by State Law, and generally as shown in these
Documents, for Performance and Payment, each in the amount of 100% of the total contract amount.
A -5l
11.10 PERMITS
All City and St. John's River Water Management District permits and other permits necessary for the
prosecution of the Work shall be secured by the City, except for Contractor's licenses and registrations, and
dewatering permits that may be required by St. Johns River Water Management District (SJRWMD).
Contractor shall secure a building permit if required by the City's Building Official.
11.11 LAWS TO BE OBSERVED
The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, permit
requirements and regulations in any manner affecting the conduct of the Work, and all such orders and decrees
as enacted by bodies or tribunals having any jurisdiction or authority over the Work, and shall indemnify and
save harmless the City and Engineer against any expense, claim or liability arising from, or based on, the
violation of any such law, ordinance, regulation, permit requirements, order or decree, whether by Contractor
or its employees. The failure of the Contractor to adhere to any known law or regulation pertaining to
furnishing services under this Agreement shall constitute a material breach of this Agreement.
The Contractor shall keep fully informed of all existing and pending state and national laws and municipal
ordinances and regulations in any manner affecting those engaged or employed in the Work, or in any way
affecting the conduct of tribunals having any jurisdiction or authority over the same. If any discrepancy or
inconsistency is discovered in the Plans, Specifications, or Contract for this work in relation to any such law,
ordinance, regulations, order or decree, Contractor shall forthwith report the same to the Engineer and City in
writing. Contractor shall at all times himself observe and comply with and cause all its agents, subcontractors
and employees to observe and comply with decrees; and shall protect and indemnify the City and Engineer,
their officers, employees and agents against any expense, claim or liability arising from or based upon violation
of any such law, ordinance, regulations, orders or decree, whether by Contractor or its employees.
All building construction work alterations, repairs or mechanical installations and appliances connected
therewith shall comply with the applicable building rules and regulations, restrictions and reservations of
record, local ordinances and such other statutory provisions pertaining to this class of work.
12.0 MISCELLANEOUS
2.1 ADDRESSES FOR NOTICES
All notices given under or in connection with any of the Contract Documents shall be delivered in person or by
telegraph or email (confirmed) or registered or certified mail to the parties at the address as either party may by
notice designate.
12.2 WRITTEN NOTICE
Written notice shall be considered as served when delivered to the designated representative of the Contractor
and receipt acknowledged or sent by registered mail to the individual, firm, or corporation to the business
address stated in Bid Proposal. Change of Address: It shall be the duty of each party to advise the other parties
to the Contract as to any changes in his business address until completion of the Contract.
12.3 TAXES
Contractor shall pay all sales or other taxes of any type which may be incurred in connection with the Work
hereunder, and shall reimburse the City for any such taxes paid by the City.
A-52
12.4 TIME IS OF THE ESSENCE
It is agreed and understood that time is of the essence importance with respect to the completion date for the
Work and all other provisions of the Contract Documents.
NO WAIVER OF LEGAL RIGHTS
Neither the payment for, nor acceptance of the whole or any part of the Work by the City or representatives of
the City, nor any extension of time, nor the withholding of payments, nor any possession taken by the City, nor
the termination of employment of the Contractor shall operate as a waiver of any portion of the Contract or any
power therein reserved or any right therein reserved or any right therein provided, nor shall the waiver by the
City of any of the Contractor's obligations or duties under this Agreement constitute a waiver of any other
obligation or duty of the Contractor under this Agreement.
12.6 RIGHT TO WORK PRODUCT
No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject
to copyright by the Contractor, in the United States or in any other country. The City or its assigns shall have
the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports,
data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps,
computer programs and data prepared or obtained under this Agreement shall remain the property of the City.
Any use of any plans and specifications by the City except the use reasonably contemplated by the City at the
time the City entered this Agreement will be at the City's risk and Contractor, its officers, directors and
employees, will be held harmless from such use.
12.7 PUBLIC RECORDS FORM
Contractor Name: 1
Project Description: Golf Course Irrigation
In accordance with the requirements of Chapter 119 Florida statutes, as amended, the contract between the
City of Sebastian and the Contractor shall:
a) Comply with the public records law of the State of Florida, as the same may be amended from time to
time.
b) Keep and maintain public records that ordinarily and necessarily would be required by the City in
order to perform services, and
C) Provide the public with access to public records on the same terms and conditions that the City would
provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise
provided by law, and
e) Meet all requirements of retaining public records and transfer, at no cost, to the City all public records
in possession of the contractor upon termination of the contact and destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure requirements. All
records stored electronically must be provided to the City in a format that is compatible with the
information technology systems of the City.
Authorized Signature: Date:
Print
Title:
Company/Firm:
A-53
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first
above written.
ATTEST:
Sally A. Maio
MMC Name: Joseph Griffin
Title: City Manager
(SEAL)
Approved as to Form and Content for
Reliance by the City of Sebastian Only
Robert A. Ginsburg, City Attorney
Signed, sealed and delivered
in the presence of:
NAME:
THE CITY OF SEBASTIAN
CONTRACTOR
Name:
NAME: Title:
A-54
Technical Specifications
Project Description
• Complete replacement of the existing golf course irrigation system --excluding pump station
• All new components are to be used in the installation of this system.
• All sprinklers, electric valves, Central Software and Computer are to be similar or
compatible to the Toro System or an equivalent irrigation system. (City will provide new
computer with loaded with Microsoft Windows 7).
• Control System shall be field controller based with radio communication from the central to
the field controller and radio communication from the handheld in the field back to the
central software
• Area of impact: 18 holes of golf course, practice greens & practice hole, driving range tee
(driving range "fairway" shall not be irrigated at this time), grass areas around clubhouse &
parking lot and golf course entrance (corner of Main Street & Airport Drive and corner of
Airport Drive and Brush Foot Drive).
• City will receive as -built plans of the new irrigation system (CAD Format).
• City will receive a 3 year warranty on all parts and a 5 year warranty on all installation and
workmanship.
GENERAL CONDITIONS, STANDARDS AND SCOPE OF
WORK
1. Objective
It is the objective of the plans, details and specifications to ensure:
a. Workmanship and Quality
The assembly of the irrigation system for the project will be achieved in an efficient and
satisfactory manner, and in accordance with the highest workmanlike standards established
for irrigation system installation in order to ensure the highest quality installation, operation
and efficiency upon completion.
b. Complete Installation
The finished system shall be complete in every respect and shall be ready for operation to the
satisfaction of the City of Sebastian. Accordingly, the requirements of these specifications
and accompanying plans and details shall be considered as part of the contract. The chosen
DESIGNER / CONTRACTOR will follow the specifications, plans and details with due
perseverance.
2. Bidders Requirements
Irrigation Design & Construction Qualifications
*Bidder shall have at least 7 years of experience in the golf course irrigation design and
the construction of irrigation systems.
A -ss
*Bidder must have designed and installed five or more (18 Hole) HDPE irrigation
systems in the last 5 years (Project List Required)
*Bidder must have design and installed five or more Satellite (18 Hole) irrigation systems
in the last 5 years (Project List Required)
*Bidder shall have been directly employed by either City, County or State governments
for Consulting/Design services on a minimum of eight (8) new or renovated municipal
golf course irrigation system design projects.
*Designer will carry Professional Errors and Omissions Liability Insurance with a
minimum of S 1,000,000.00 in coverage.
*Provide full disclosure to the City of Sebastian on each of the items as listed above.
*Provide a design and construction schedule.
*The bid shall include the complete cost of furnishing all material, labor and equipment
necessary to complete the work listed under this Project Description as Design Build
Contract.
* Each bidder shall submit a complete list of equipment he/she intends to use on the
project. This list shall relate the type of equipment, the number of machines
3. Golf Course Irrigation Design Scope of Work To Be Performed
*Provide a base map in AutoCAD (latest version)
* Provide a new irrigation system to retrofit into the existing pump system
* Irrigation system requirements:
Sprinkler Manufacture: Toro or equivalent
Control System: Satellites (Electric)
Piping System: HDPE
Sprinkler Spacing: 75'
Sprinkler Pattern: Triangular
Quick Couplers: One (1) per green
Central Computer: Yes
Communication: Wireless
Power: 120 Volt w/ power conditioners at each power source (Coordination
with Florida Power and Light)
*Estimated sprinkler design criteria: adequate sprinklers to cover areas of impact listed
above under Project Description.
*Full Irrigation Plan Drawing: sprinkler layout, mainline and lateral pipe routing, pipe
size, electrical requirements and valve sizes and locations.
A-56
*Mechanical Plan Drawings: HDPE hydraulic design.
*Electrical Plan Drawings: one control system design to include satellite, placement and
sizing, power source locations, wire routing and size and central communication
requirements
*Construction material and installation details
*Irrigation general and technical specifications
*Detailed material take -off of sprinklers, pipe, wire, satellites, valves, fittings and any
other irrigation materials for Toro or equivalent.
4. Golf Course Irrigation Construction Support Scope of Work To Be Performed
*Sprinkler Staking and Management Services
*Designer will flag the location of sprinklers, satellites, quick couplers, valves and
mainline routing for the contractor in conjunction with input from the golf course
superintendent & Director of Golf.
*Location of these points will be mapped using sub -foot GPS technology.
*Acquire construction record photography from the contractor and combine with other
site visit photography.
*Balance and adjust the various components of the sprinkler system so that the over-all
operation of the system is most efficient for acceptable water coverage operating at
100psi within a maximum water window of 8 hours.
*GPS and As -Built Drawings
* All data will be drafted in AutoCAD format using the latest technology.
*GPS the location of all: golf & rotor sprinklers, mainline valves, isolation valves,
electric valves, specialty valves, main line piping, quick couplers, all wire splices,
grounding, mainline fittings, satellites, and miscellaneous point will be mapped using sub
meter GPS and incorporated into the map.
*All field notes to add the lateral pipe routing and size, wire routing and size, valve
station numbers, sprinklers per valve and flow rate per valve.
*Include station numbers from the sprinkler staking GPS points.
*As -built will also be supplied in 42" x 30" color plots at 1"=200'and 1"=I00'(Overall
irrigation layout, satellite control plan, plumbing and electric plan), 11 "x 17" color
laminated hole x hole bound for field books. 8 '/2" x11" color laminated hole x hole
station ID to be stored with each satellite.
A -s7
*Central Control Programming
*Completion of databases using As -Built information furnished by the irrigation
contractor and any revisions provided by golf course personnel.
*Completion of databases for flow management based on the hydraulic and electrical
design of the irrigation system. This will optimize system flow to complete the watering
in the shortest period of time without exceeding the design parameters of the system.
*Completion of schedules and programs for initial operation of the irrigation system.
*Field database entry of sprinkler, auto valve and satellite data.
* Hydraulic flow management data entry.
* Basic programs and schedules.
*Conversion of the GPS digital image to a graphic file compatible to Toro T -Map or
equivalent.
Golf Course Irrigation Construction Scope of Work To Be Performed
*Contractor to install a fully functional irrigation system using HDPE (High Density
Polyethylene Pipe), with a DR of 13.5 on all pipe and a DR of 11 on all fittings (DR —
dimensional ratio).
*Contractor will purchase all the material, labor and is responsible for his or her own
quantities to complete the project.
*Contractor responsible for handling, on site storage, insurance and security.
*Contractor will install mainline & lateral pipe, fittings, valves, power wire, 24 volt wire,
sprinklers, swing joints, satellites.
*Contractor will remove, cap and repair damaged areas on all existing above ground and
exposed below ground irrigation components.
*Contractor to remove and cap off existing controllers, sprinklers, swing joints, electric
valves. Equipment to be returned to the golf course superintendent. Areas disrupted
during removal of equipment must be properly graded and re -sodded.
*Contractor is responsible for ALL underground utilities.
*Contractor is responsible for ALL permits associated with this project.
*Contractor responsible for all existing mainline tie-in's noted on plan, including, but not
limited to other unforeseen tie-in(s).
A-58
*Contractor is responsible to cut out any exposed abandoned electrical wires or hydraulic
tubes.
*Contractor will keep the existing system pressurized to maintain the ability to irrigate
the hole by either the old or new system. No hole shall be down for more than 48 hours.
Any additional isolation required to meet these requirements will be at no additional cost
to the City of Sebastian.
*Contractor will be responsible to repair all existing pipe, power wire and hydraulic tubes
to maintain existing irrigation system.
*Contractor is responsible for sod cut with clean edge, compact, replace and watering the
turf. Includes all open trenches.
*Contractor is responsible for backfill and compact all mainline and lateral trenches
*Contractor is responsible for replacing all damaged turf and landscape areas and
watering in the replaced turf until the hole or area has been restored to its prior condition
and approved.
*Contractor is responsible for installing voltage stabilizers at each power source location.
*Contractor is responsible for laying a ring of sod around all valve and electrical splice
boxes.
*Contractor is responsible for watering in the turf until the hole or area has been restored
to its prior condition and approved.
*Delivery or upgrade and installation of central computer prior to beginning work. (City
of Sebastian will provide central computer but not software).
*Installation of sprinklers to grade after flushing lateral lines.
*Cleanup and final back -filling of trenches and cart path repair.
*Final Clean-up, with approval of clean-up by Director of Golf or Golf Course
Superintendent.
*Re -setting of sprinklers, valves boxes, etc. to grade after grassing and a minimum 2 -
month settling period if needed.
*Warranty shall be guaranteed for twenty-four (24) months by the Contractor from the
final date of acceptance by the City. Materials and products furnished under this contract
shall also be guaranteed by the Contractor for a minimum of twenty-four (24) months
from final approval. The Contractor shall furnish to the City all written warranties
provided by the manufacturer or distributors of any equipment or materials installed
under this contract.
A-59
Location and Scope of Work
The site location for the project is in Sebastian, Florida. The project should be bid based on
the existing turf to remain on all holes as defined.
The CONTRACTOR shall install an automatic underground irrigation system in accordance
with approved drawings which are also submitted by the CONTRACTOR. This includes all
materials, labor, equipment, tools, permits, appliances and taxes and all other costs necessary
and appropriate. No deviation from these specifications, the accompanying drawings, the
contract, or other general conditions is authorized. No such deviation shall be made unless
written authorization signed by the City of Sebastian has been obtained in advance. Any
labor, machinery, tools and permits specifically identified either on the drawings or in the
specifications that are required for or can be reasonably anticipated for completion of the
irrigation system shall be furnished by the CONTRACTOR at no additional cost to the City
of Sebastian. The CONTRACTOR shall be specifically responsible for the coordination and
proper integration of the work with all trades involved in the project.
Special Circumstances
THE CONTRACTOR WILL KEEP THE EXISTING SYSTEM PRESSURIZED TO MAINTAIN THE ABILITY TO
IRRIGATE THE HOLE BY EITHER THE OLD OR NEW SYSTEM. NO HOLE SHALL BE DOWN FOR MORE
THAN 48 HOURS. ANY ADDITIONAL ISOLATION REQUIRED TO MEET THESE REQUIREMENTS WILL
BE AT NO ADDITIONAL COST TO THE OWNER.
Restrooms on the golf course and at the maintenance building will be made available but
must be left clean when used by the construction staff or the access will be denied. Portable
toilets may be set up for CONTRACTORS use at the expense of the CONTRACTOR.
Scheduling
Construction is to commence on October 1, 2015. All work on the golf course should be
completed by January 31, 2016. Construction is to commence at the existing pump station.
Days of the week: 7 except for scheduled Saturday tournaments.
Start and End Time: lam -7pm
CONTRACTOR Experience with HDPE
High Density Polyethylene Pipe "(HDPE)"
The irrigation CONTRACTOR and the project supervisor shall have completed two (2) 18
hole HDPE projects of similar scope in the last five (5) years.
The CONTRACTOR shall have successfully installed high density polyethylene pipe in
golf course irrigation projects. References will be required. These reference(s) must provide a
satisfactory response or the experience will not be accepted.
The CONTRACTOR and his fusion crew personnel shall have completed an ON-SITE 3-
5day training on the use of all fusion equipment to be used on the project including;
compatible fusion, manual butt fusion, hydraulic butt fusion, socket fusion, electro fusion,
A-60
sidewall saddle fusion and show proof of an HDPE certificate, which includes compatible
fusion, within the last calendar year. Trainer must be qualified in all fusion types and quality
control measures. Trainer must inspect all fusion equipment for proper operation. Trainer
will perform a fused joint inspection. Trainer must spend sufficient time with course
superintendent and his crew for proper repair and maintenance procedures. This training will
be taught by a qualified fusion trainer at the jobsite. HDPE Trainer/Consultant must have a
minimum of 5 years onsite HDPE training and support in golf/turf/commercial irrigation
projects. The trainer shall spend one day back ON-SITE 30 days after installation begins for
an inspection and review of the CONTRACTORS fusion crew personnel. The
CONTRACTOR shall furnish a copy of the completion certificates to the CONSULTANT or
OWNERS REPRESENTATIVE prior to beginning work. Certificates shall be issued within
the last calendar year.
Fusion Crew Personnel- includes any employee or sub -contractor involved with operating
any HDPE fusion equipment or directly involved with the fusion operation.
The training will include the following:
1. Compatible fusion
2. Butt fusion
3. Socket fusion
4. Electro -fusion
5. Side wall fusion
6. Attachment of mechanical saddles
7. Hands on operation of fusion equipment
8. Equipment manufacture's guidelines
9. HDPE pipe, fittings manufacture's recommended procedures
CONTRACTOR Equipment Qualifications
If the CONTRACTOR owns butt fusion equipment, the equipment must be serviced prior to
use for this project. The machine must be environmental friendly and satisfactory working
order. The hydraulic system must be leak free. The pressure gage must be checked for
accuracy and the thermometer checked.
If a butt fusion machine is rented, it must be rented from company that has a fusion machine
service center or centers certified by the butt fusion machine manufacturer. The machine
must arrive with certification that the pressure gage and heater thermometer were accurate
when shipped.
All fusion equipment shall be inspected and approved for operation onsite by the HDPE
supplier. The CONTRACTOR shall submit a written approval of such equipment before
commencement of the project.
A-61
"DESIGN BUILD
NEW IRRIGATION SYSTEM FOR
SEBASTIAN MUNICIPAL GOLF COURSE"
Bid Due: No Later Than 2:00 P.M. on August 13, 2015
Bid Opening: Beginning at 2.00 P.M. on AMgust 13, 2015
BID PROPOSAL PRICE FORM
The undersigned having become thoroughly familiar with all of the Bidding Documents incorporated herein
and having attended a Pre -Bid Conference / Meeting, hereby proposes to perform everything required to be
performed in strict conformity with the requirements of these documents, meeting or exceeding the
specifications as set forth herein for the price(s) quoted below. The price(s) quoted is (are) inclusive of any
Addenda which may have been issued prior to this submittal.
By the signature below, the contractor agrees that this Bid Proposal is made without any other understanding,
agreement, or connection with any person, corporation, or firm submitting a bid for the same purpose and that
the bid is in all respects fair and without collusion or fraud. If awarded any work under this bid proposal, the
Contractor agrees to enter into said agreement within ten (10) consecutive calendar days notice by the City, and
agrees to all the terms and conditions of all documents stated herein with the City of Sebastian for the below
stipulated price which shall remain firm for sixty (60) days following bid opening date.
The City shall be entitled to liquidated damages in the amount of one hundred Dollars (5100.00) per day
for every day that the Contractor is late in completing the work as stipulated in the agreement, and bidding
documents. Said damages shall be deducted by the City from monies due Contractor.
The contract time is 120 consecutive calendar days from start of work date.
The Bid Items on the Project will be authorized for construction at the discretion of the City of Sebastian.
BID ITEMS — GENERAL OUANTM COST
1. Design Plans 1 LS 8500.00
2. Construction Irrigation System 1 LS 885,000.00
3. Construction Management 1 LS 76,000-00
4. Close-out/Final Punch 1 LS 30 000.00 _
Total Bid OcIgS.6ba. oo
JY K4 1. on54 M44 on Q� C
Name of Firm (Please Type or Print):
10 q Cafnou SVC Cour+ , Tu l'a.kwwa, TO 37388
Q31 -2Y7-6928 4{19- 8y41-795.
T°Num�}� Fax Numba(s):
toy Usei on , Ow,,►er
Name sad Title of Audwbzd
R� tative (Place Type or Print)
rWadRMT ve Dow sipw
A -9
Use lion 03oq (E 9'M °" ( Com
Email Address (es) -
ary 0f
SE T_IA
HOME OF PELICAN ISLAND
July 28, 2015
ADDENDUM[ NO.1
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
RFQ Sebastian Municipal Golf Course Design Build Irrigation System
For the Irrigation addendum no. 1, please make sure you add the following response:
1. The irrigation bid proposal will require a performance bond
2. Type of pipe currently — XV
3. IPCity purchases materials (rotors, controls, etc.), will that reduce bond? Yes
4. Is there a sleeve that crosses underneath road behind #17 tee? Xo
5. Work Schedule on Saturday's & Sundays — currently, work can be performed on all
Saturday's and Sundal:S, however, the following dates will require all 18 holes to be
available and no golfer interference: 10-17-13, 10-24-15, 10-31-15, 11-21-15, 11-22-
15. Ott those dates, work can be performed, but Hurst, in no way, interfere with golfers.
6. Should the plan entail clubhouse irrigation? Yes
7. Page A- 14, question T2 does not pertain to irrigation — "How many year experience in
road and utility construction work has your organization had as a contractor? :Vot
necessary to answer
8. Is Construction Service Agreement turned in with Bid'. Yes
9. Will City of Sebastian pay with Visa Payments or checks? Checks
10. khat if county water lines are disrupted during installation" What is the cleaning
process? Contractor must repair, water line must be officially cleaned & flushed per
Indian River County regulations.
11. Will Irrigation License with other Florida counties reciprocate with the City of
Sebastian? Yes, however, contractor must provide City of'Sebastian Building
Department with "letter of reciprocity- "front the Florida County in which licensed in.
12. Is payment of Performance Bond mandatory'? Yes
13. Bidder shall have been directly employed by either city , county or state government for
consulting,' Desi' services on a minimum of [ 8 ] new or renovated municipal golf
course Irrigation System Design Projects. Is it possible that this number can be reduced?
Yes, this number will be reduced to two (2).
14. Special areas to irrigate? - area around golf course clubhouse (north and east side),
golf course stain parking lot perimeter (not individual islands, with the e.viception of
islands immediately in front of south side of clubhouse), area in between holes #3 & #7
and areas around front and back nine restrooms.
15. Number of HDPE irrigation installation project contractor must have completed -
Hininuun number is five (5), city, county, state, public or private golf facilities.
Please sign and return this Addendum No. I with the proposals on August 13, 2015
Z4S/10/"-
Siunatuk Date
Page IofI
CONSTRUCTION SERVICES AGREEMENT
THIS AGREEMENT made this Zoe'`" day of 4m—s , 2015, by and between the CITY OF
SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958,
and ("City") and ("Contractor.") authorized to do business in the State of Florida.
WHEREAS, the City desires to engage a Florida licensed contractor who has special and unique
competence and experience in providing construction services necessary to complete the Project hereunder;
and,
WHEREAS, the Contractor represents that it has such competence and experience in providing a
Design Build Golf Course Irrigation services; and,
WHEREAS, the City in reliance on such representation has selected the Contractor in accordance with
its procedure for selection of Contractor; and,
WHEREAS, the City and the Contractor desire to reduce to writing their understanding and agreements
on such professional services.
IT IS, THEREFORE, AGREED as follows:
ARTICLE I - The Contractual Relationship
1.0 EMPLOYMENT OF CONTRACTOR
The City hereby agrees that it may engage the Contractor Team hereby agrees to perform professional services
for the City in accordance with this Agreement to provide Design Build Contract to install new irrigation
system. This Agreement is not an exclusive agreement and the City may employ other contractors,
professional or technical personnel to furnish services for the City as the City in its sole discretion finds is in
the public interest.
The Agreement shall not be construed to create a contractual relationship of any kind between the City and
the Subcontractor(s), or, between any person or firm other than the City and Contractor Team.
The Contractor Team shall not sell, transfer, assign or otherwise dispose of the Contract or any portion
thereof, or of his right, title of interest therein or his obligations thereunder, or moneys due or to become
due under this Contract.
2.0 AGREEMENT DOCUMENTS
The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement,
Supplemental Agreement(s), Notice of Invitation to Bid, Instructions for Bidders, Bid Proposal, Bond Forms,
Bid Specifications and Scope of Work, Work Orders, Change Orders, Addenda if any, any other documents
listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any.
2.1 INTENT
The Work Scope Specifications are an integrated part of the Contract Documents and as such will not stand
alone if used independently. The Specifications establish minimum standards of quality for this Design Build
Project. They do not purport to cover all details entering into the design and construction of materials or
equipment. The intent of the Agreement Documents is to set forth requirements of performance, type of
equipment and structures, and standards of materials and construction. It is also intended to include all labor
and materials, equipment, and transportation necessary for the proper execution of the Work, to require new
A-24
material and equipment unless otherwise indicated, and to require complete performance of the Work in spite
of omission of specific reference to any minor component part and to include all items necessary for the proper
execution and completion of the Work by the Contractor. Performance by the Contractor and Designer shall be
required only to the extent consistent with the Agreement Documents and reasonably inferable from them as
being necessary to produce the intended results.
2.2 ENTIRE AND SOLE AGREEMENT
Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the
parties and supersede all other agreements, representations, warranties, statements, promises, and
understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor
shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or
understandings not specifically set forth in the Agreement Documents.
2.3 AMENDMENTS
The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents
nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in
writing signed by the party against which enforcement of the change, waiver, discharge or termination is
sought.
2.4 CONSTRUING TERMS
This Agreement shall not be construed against the party who drafted the same, as both parties have obtained
experts of their choosing to review the legal and business adequacy of the same.
2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY
This Agreement shall be governed by the laws of the State of Florida, and any venue for any action pursuant to
the Agreement Documents shall be in Indian River County, Florida. The parties -hereto expressly waive trial
by ,jury in any action to enforce or otherwise resolve any dispute arising hereunder.
2.6 TERM
This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall
extend until the Project is complete unless terminated in accordance with the terms hereunder warranty.
3.0 DEFINITION OF TERMS
3.1 GENERAL
Whenever the following terms appear in these Agreement Documents, their intent and meaning shall, unless
specifically stated otherwise, be interpreted as shown.
3.2 ACT OF GOD
The words "Act of God" mean an earthquake, flood, hurricane (or other named tropical event), tornado or other
cataclysmic phenomenon of nature. Rain, wind or other natural phenomenon (including tropical waves and
depressions) of normal intensity for the locality shall not be construed as an Act of God.
3.3 ADDENDUM (re: bid documents)
A modification of the plans or other contract documents issued by the City and distributed to prospective
A-25
bidders prior to the opening of bids. All Addenda shall be considered as part of the Contract Documents.
3.4 AGREEMENT
A written agreement between the Contractor Team and the City of Sebastian defining in detail the work to be
performed for this design build contract. The words Agreement and Contract are one and the same.
3.5 A.S.T.M. DESIGNATION
Wherever the letters "A.S.T.M." are used in the Specifications, it shall be understood as referring to the
American Society for Testing Materials. When reference is made to a certain Designated Number of a
specification or test as set out or given by the American Society for Testing Materials, it shall be understood to
mean the current, up-to-date standard specification or tentative specification for that particular process, material
or test as currently published by that group.
3.6 BID
The bid or proposal is the written offer of a Bidder to perform work described by the contract documents when
made out and submitted on the prescribed proposal form properly sealed and guaranteed. The bid or proposal
shall be considered as part of the Design Build Contract Documents.
3.7 BID BOND or PROPOSAL GUARANTEE
Bidder is to submit a Bid Bond or Proposal Guarantee in the amount of 5% of the Base Bid, in the
form of a Cashier's Check, Unconditional Irrevocable Letter of Credit drawn in favor of the City of
Sebastian on a National Bank, or a bond from a surety company duly licensed in the State of Florida.
3.8 BIDDER
An individual, partnership, or corporation submitting a proposal for the work contemplated; acting directly or
through a duly authorized representative.
3.9 CHANGE ORDER
A written order issued to the Contractor Team by the City covering changes in the plans, specifications, or
scope of work when the amount of work changed is not deemed sufficient to require a supplemental agreement,
and/or to cover adjustments in the Contract Price or Contract Time.
3.10 CONTRACT ADDENDUM
Addendum is a special written provision modifying or clarifying the terms and conditions of the Design Build
Contract. The Contract Addendum shall be considered as part of the contract documents.
3.11 CONTRACTOR
The word "Contractor" shall mean an individual, partnership, or corporation, and its heirs, executors,
administrators, successors and assigns, or the lawful agent of any such individual, firm, partnership, covenant
or corporation, or its surety under any contract bond, constituting one of the principals to the Contract and
undertaking to perform the work herein. The "Contractor Team" includes the Designer or Engineer.
A-26
3.12 DIRECTED, ORDERED, APPROVED & ETC.
Wherever in the Agreement Document the words "directed", "ordered", "approved", "permitted", "acceptable",
or words of similar import are used, it shall be understood that the direction, order, approval or acceptance of
the Owner is intended unless otherwise stated.
3.13 ENGINEER
A Professional Engineer duly licensed and registered in the State of Florida and designated by the City as
the Engineer -of -Record. The City may designate a staff member as Engineer who is not licensed.
3.14 GENERAL CONDITIONS
The directions, provisions and requirements contained within the Agreement Documents, all describing the
general manner of performing the Work including detailed technical requirements relative to labor, material
equipment, and methods by which the Work is to be performed and prescribing the relationship between the
City and the Contractor.
3.15 INSPECTOR
A duly authorized representative of the City assigned to make official inspections of the materials furnished
and of the work performed by the Contractor.
3.16 LABORATORY
Any licensed and qualified independent laboratory designated by, or acceptable to the City to perform
necessary testing of materials for this construction project must be qualified by the City. All testing will be the
responsibility of the contractor to hire a licensed testing firm to conduct any testing which is included in the
price of various bid items.
3.17 OWNER
City of Sebastian
3.18 PERFORMANCE AND PAYMENT BONDS
Contractor is to submit bonds in the form prescribed by State Law, and generally as shown on sample forms
herein, for Performance and Payment, no performance or payment bonds for this project.
3.19 PLANS (Will be provide by Design Build Team)
The Design Build Contractor Team will prepare the necessary irrigation plans for City approval, including the
a new irrigation system showing the location, dimensions and details of the work to be done. All shop drawings
submitted by the Contractor shall be considered as part of the contract documents.
3.20 PROPOSAL
The proposal or bid is the written offer of a Bidder to perform the work described by the Design Build Contract
Documents when made out and submitted on the prescribed proposal form, properly signed and guaranteed.
The proposal or bid shall be considered as part of the design build contract documents and the work scope
specifications shall be use to define the scope of the design and installation of the irrigation system.
A-27
3.21 SPECIAL CONDITIONS
Special clauses or provisions, supplemental to the Work Scope Specifications and other contract documents,
setting forth conditions varying from or additional to the Standard Specifications for a specific project.
3.22 SPECIFICATIONS (Attached Work Scope)
The directions, provisions, and requirements together with all written agreements made or to be made, setting
forth or relating to the method and manner of performing the Work, or to the quantities and qualities of
materials, labor and equipment to be furnished under the Agreement.
3.23 SUBCONTRACTOR (Design Firm
An individual, partnership, consultant or corporation supplying labor, design services, equipment or materials
under a direct contract with the prime contractor for work on the project. Since this is a Design Build Contract,
the prime contractor will need to team with or provide in-house design services of the new irrigation system
identified in the work scope specifications. Included is the one who supplies materials fabricated or formulated
to a special design according to the work scope specifications.
3.24 SUPPLEMENTAL AGREEMENT
A written understanding, or proposal and acceptance, executed between the City and the Contractor subsequent
to execution of the Agreement herein with the written consent of the Contractor's Surety, relating to the work
covered by the Agreement and clarifying or furthering the terms thereof. A modification to the Agreement shall
be made by Contract Addendum.
3.25 SURETY
Surety is a corporation qualified to act as surety under the laws of Florida, who executes the Contractor's
Performance and Payment Bonds and is bound with the Contractor for the acceptable performance of the
contracted work and for the payment of all debts pertaining thereto.
3.26 WORK, (The) or PROTECT, (The)
The public improvement contemplated in the work scope specifications, and all actions necessary to construct
the same.
3.27 WORK ORDER
Work orders are work instructions including specifications and plans that show the location, character,
dimensions and details to the work to be done. Work orders are specific instructions, of limited scope, that will
be a part of this contract. Work orders shall be considered as part of the contract documents.
Any Work Orders considered to be Change Orders of any kind shall be in writing and address, at a minimum,
any changes in the scope of work and the related impact on Contract Price / Cost and Time / Schedule.
A-28
ARTICLE II - Performance
4.0 SPECIFICATIONS AND RELATED DATA
4.1 INTENT OF THE SPECIFICATIONS
The Design Build Team will provide all required Plans, Specifications and other Documents that is needed to
perform this Design Build service and to furnish all labor and materials, equipment, supervision and
transportation necessary for the proper execution of the Work unless specifically noted otherwise. The
Contractor shall do all the work shown on the design build plans and described in the City work scope
specifications and other Contract Documents and all incidental work considered necessary to substantially
complete the Work ready for use, occupancy, or operation in a manner acceptable to the City.
4.2 CONFLICT
In the event of any inconsistency, discrepancy or conflict between the Agreement, the Design Build Plans,
Specifications, and other Contract Documents, the Agreement shall prevail and govern over all except a
subsequently executed Contract Addendum; in the event of an inconsistency, discrepancy or conflict between
the Plans and Specifications, the Specifications shall prevail and govern.
4.3 DISCREPANCIES IN PLANS
Any discrepancies found between the Design Build Plans, the City Work Scope Specifications and site
conditions, or any errors or omissions in the Plans and Specifications, shall be immediately reported to the City
Engineer. The City Engineer shall promptly determine the validity and seriousness of the claimed condition
and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the
Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk
Any correction or errors or omissions in Design Build Plans by the Contractor and City Work Scope
Specifications may be made by the City Engineer when such correction is necessary for the proper fulfillment
of their intention as construed by the City Engineer. Where said correction of errors or omissions, except as
provided in the next two (2) paragraphs below, adds to the amount of work to be done by the Contractor,
compensation for said additional work shall be made under the Paragraph 10.7 CHANGES IN THE WORK
below, except where the additional work may be classed under some item of work for which a unit price is
included in the proposal.
The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or
otherwise, when the same is clearly shown on the Plans, or is usually and customarily required to complete
fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim
for extra compensation, but the said work must be installed or done the same as if called for in the Plans and
Specifications.
All work indicated on the Design Build Plans by the contractor and not mentioned on the City Work Scope
Specifications or vice versa, and all work and material usual and necessary to make the Work complete in all
its parts, whether or not they are indicated on the plans or mentioned in the Specifications, shall be furnished
and executed the same as if they were called for in both the Plans and Specifications. The Contractor will not
be allowed to take advantage of any errors or omissions in the Plans and Work Scope Specifications. The City
Engineer will provide full information, review and corrections when errors or omissions are discovered.
4.4 SPECIFICATIONS AT JOB SITE
One (1) complete set of the Design Build Plans, Specifications, Work Orders, Addenda, Change Orders, Shop
Drawings and samples shall be maintained at the job site, in good order and annotated to show all changes
A-19
made during the construction process, and shall be available to the Engineer and City at all times. A final
copy thereof, along with "as -built" record drawings, operations and maintenance manuals, and data sheets,
shall be delivered to the City Engineer upon the completion of the Work.
4.5 DIMENSIONS
Dimensions and project limits will be field measured in advance of the project with city staff from the projects
limits at the golf course. Where the work of the Contractor is affected by finished dimensions, these shall be
verified by the Contractor at site, and he shall assume the responsibility for their use.
4.6 SAMPLING AND TESTING (Provided by the Design Build Team)
Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing
equipment, required under the Specifications shall be in accordance with the latest standards or tenets of the
American Society for Testing Materials.
The testing of samples and materials shall be made at the expense of the Contractor, except where indicated
otherwise. The Contractor shall furnish any required samples without charge. The Contractor shall be given
sufficient notification of the placing of orders for materials to permit testing. As an exception to the above,
when the Contractor represents a material or an item of work as meeting Specifications and under recognized
test procedures it fails, any re -testing shall be at the Contractor's expense, billed at the Testing Laboratory's
standard rate for individual tests.
It is expected that all inspections and testing of materials and equipment will be done locally. If the Contractor
desires that inspections for tests be made outside of the local area, all expenses, including per diem for the
Engineer or Inspectors, shall be borne by the Contractor.
4.7 SHOP DRAWINGS
The Contractor shall provide shop drawings, setting schedules, and other drawings as may be necessary for the
prosecution of the Work in the shop and in the field as required by the Specifications or Engineer's
instructions. Deviations from the Plans and Specifications shall be called to the attention of the City at the time
of the first submission of shop drawings and other drawings. The City's approval of any shop drawings shall
not release the Contractor from responsibility for errors, corrections of details, or conformance with the
Contract. Shop drawings shall be submitted according to the following schedule:
(a) Seven (7) copies shall be submitted to the City at least thirty (30) days before the materials
indicated thereon are to be needed or earlier if required to prevent delay of work or to comply
with subparagraph (b).
(b) The City shall, within fourteen (14) days of the submittal of any shop drawings, return three (3)
copies to the Contractor marked with any corrections and changes required and noting if the
drawings are acceptable as noted, or if resubmittal is required.
(c) The Contractor shall then correct the shop drawings to conform to the corrections and changes
requested by the City and resubmit six (6) copies to the City.
(d) Three (3) copies of Approved Shop Drawings shall be returned to the Contractor by the City.
4.8 QUALITY OF EQUIPMENT AND MATERIALS
In order to establish standards of quality, the Specifications may refer to certain products by name and catalog
A-30
number. This procedure is not to be construed as eliminating from competition other products of equal or
better quality by other manufacturers where fully suitable in design.
The Contractor shall furnish to the City a complete list of his proposed desired substitutions prior to the signing
of the Contract, together with such engineering and catalog data as the City may require. Further substitutions
may be submitted during the course of work in accordance with Paragraph 4.10 SUBSTITUTION OF
EQUIPMENT AND/OR MATERIAL below.
The Contractor shall abide by the City's judgment when proposed substitution of materials or items or
equipment arejudged to be unacceptable and shall furnish the specified material or item of equipment in such
case. All proposals for substitutions shall be submitted to the Cityin writing by the Contractor and not by
individual trades or material suppliers. The City will advise of approval or disapproval of proposed
substitutions in writing within a reasonable time. No substitute materials shall be used unless approved by City
in writing.
4.9 EOUIPMENT APPROVAL DATA
The Contractor shall furnish one (1) copy of complete catalog data for every manufactured item of equipment
and all components to be used in the Work, including specific performance data, material description, rating,
capacity, material gauge or thickness, brand name, catalog number and general type.
This submission shall be compiled by the Contractor and submitted to the City for review and written approval
before any of the equipment is ordered. Each data sheet or catalog in the submission shall be indexed
according to specification section and paragraph for easy reference. After written approval is received by the
Contractor, submission shall become a part of the Contract and may not be deviated from except upon written
approval of the City.
Catalog data for equipment approved by the City does not in any case supersede the Contract Documents. The
acceptance by the City shall not relieve the Contractor from responsibility for deviations from Plans or
Specifications, unless -he has called the City's attention, in writing, to such deviations at the time of submission,
nor shall it relieve him from responsibility for errors of any sort in the items submitted. The Contractor shall
check the work described by the catalog data with the Contract Documents for deviations and errors.
It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He
shall make necessary field measurements to ascertain space requirements, including those for connections, and
shall order such sizes and shapes of equipment that the field installation shall suit the true intent and meaning
of the Plans and Specifications.
Where equipment requiring different arrangement of connections from those shown is approved, it shall be the
responsibility of the Contractor to install the equipment to operate properly, and in harmony with the intent of
the Plans and Specifications, and to make all changes in the Work required by the different arrangement of
connections at his own expense.
4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL
After the execution of the Contract Agreement, the substitution of equipment and/or material for that specified
will be considered if:
(a) The equipment and/or materials proposed for substitution is determined by the City to be
equal or superior to that specified in the Contract;
(b) Unless determined to be of superior quality, the equipment and/or material proposed for
substitution is less expensive than that specked and that such savings to the City, as proposed
A-31
by the Contractor, are submitted with the request for substitution. If the substitution is
approved, the Contract price shall be reduced accordingly; and
(c) The equipment and/or material proposed for substitution is readily available and its delivery
and use, if approved as a substitution, will not delay the scheduled start and completion of the
specified work for which it is intended or the scheduled completion of the entire work to be
completed under the contract.
No request will be considered unless submitted in writing to the City and approval by the City must also be in
writing. To receive consideration, requests for substitutions must be accompanied by documentary proof of the
actual difference in cost to the Contractor in the form of quotations to the contractor covering the original
equipment and/or material, and also equipment and/or material proposed for substitution or other proof
satisfactory to the City. It is the intention that the City shall receive the full benefit of the saving in cost
involved in any substitution unless the item is substituted for one designated in the Specifications by specific
manufacturer's name and type, in which case one-third of the savings shall accrue to the benefit of the
Contractor.
In all cases, the burden of proving adequate proof that the equipment and/or material offered for substitution is
equal or superior in construction and/or efficiency to that named in the Contract shall rest on the Contractor
and the proof will be submitted to the City. Request for substitution of equipment and/or material which the
Contractor cannot prove to the satisfaction of the City, at its sole discretion and judgment, to be equal or
superior in construction and/or efficiency to that named in the Contract will not be approved.
5.0 MATERIALS AND WORKMANSHIP
5.1 MATERIALS FURNISHED BY THE CONTRACTOR
All materials and equipment used in the Work shall meet the requirements of the respective Specifications, and
shall not be used until it has been approved in writing by the City. Wherever the specifications call for an item
of material or equipment by a manufacturer's name and type, and additional features of the item are specifically
required by the specifications, the additional features specified shall be provided whether or not they are
normally included in the standard manufacturer's item listed.
Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and
the specified item becomes obsolete and is no longer available, the Contractor shall provide a substitute item of
equal or superior quality and performance which is acceptable to the Engineer and City and is currently
available, at no increase in Contract price.
5.2 STORAGE OF MATERIALS
Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work
When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on
the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to
facilitate prompt inspection. Private property zoned for or adjacent to land zoned for residential uses shall not
be utilized for storage purposes without special prior arrangement.
5.3 REJECTED WORK AND MATERIAL
Any materials, equipment or work which does not satisfactorily meet the Specifications may be condemned by
the Engineer or City by giving a written notice to the Contractor. All condemned materials, equipment or work
shall be promptly taken out and replaced.
All materials and equipment which do not conform to the requirements of the Contract Documents, are not
A-32
equal or superior to samples approved by the Engineer and City, or are in any way unsatisfactory or unsuited
to the purpose, for which they are intended, shall be rejected. Any defective work whether the result of poor
workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed
within ten (10) days after written notice is given by the City, and the work shall be re -executed by the
Contractor. The fact that the Engineer or the City may have previously overlooked such defective work shall
not constitute an acceptance of any part of it. Should the Contractor fail to remove rejected work or materials
within ten (10) days after written notice to do so, the City may remove them and may store the materials and
equipment. Satisfaction of warranty work after final payment shall be in accordance with Paragraph 10.15.
5.4 MANUFACTURER'S DIRECTION
Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned,
and conditioned as directed by the manufacturer unless herein specified to the contrary.
5.5 SKILL AND CHARACTER OF WORKERS
All workers must have sufficient knowledge, skill and experience to perform properly the work assigned to
them. Any supervisor or worker employed by the Contractor or subcontractors who, in the opinion of the
Engineer or the City does not perform his work in a skillful manner, or appears to be incompetent or to act in a
disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall
not be employed again in any portion of the Work without the approval of the City.
The Contractor shall at all times be responsible for the conduct and discipline of its employees and/or any
subcontractor or persons employed by subcontractors.
5.6 CUTTING AND PATCHING
The Contractor shall do all necessary cutting and patching of the Work that may be required to properly receive
the work of the various trades or as required by the Plans and Specifications to complete the Work Contractor
shall restore all such cut or patched work as directed by the Engineer or the City. Cutting of existing structures
that could endanger the Work, adjacent property, workmen or the public shall not be done unless approved by
the Engineer and under Engineer's surveillance.
5.7 CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish
caused by its employees or work At the completion of the Work, contractor shall remove all rubbish, tools,
scaffolding and surplus materials and shall leave the Work "broom clean" or its equivalent, unless more exactly
specified, and shall insure that all debris and other unsightly objects are removed and disposed of in a
satisfactory manner.
At no additional expense to the City, the Contractor will restore to their original conditions or better, as nearly
as practicable, those portions of the site not designated for alteration and all such property, structure, utilities,
landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld
until such clean up and repairs are completed
The Work will be considered complete only after all debris and unused material due to or connected with the
Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the
City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four
(24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an
independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys
due the Contractor.
A-33
5.8 CITY'S. OWNERSHIP OF MATERIALS
Any and all materials, whether structural or natural, found within the limits of the project remain the property
of the City unless City ownership is specifically conveyed to the Contractor.
All material, equipment and work become the sole property of the City as installed. These provisions shall not
be construed as relieving the Contractor from the sole responsibility for all materials and work for which
payments have been made, for the restoration of damaged work, or as a waiver of right of the City to require
the fulfillment of all the terms of the Contract.
4901VI 1170281 ?
The Contractor shall warrant all its material and equipment furnished and work performed for a period of one
(1) year from the date of final written acceptance of the Work by City.
Satisfaction of warranty work after final payment shall be as per Paragraph 10.15. All equipment and material
warranties or guarantees shall be drawn in favor of the City and the originals thereof furnished to the Engineer
for review and acceptance prior to final payment.
Such guarantee shall in no way limit or relieve the Contractor of liability from subsequent claims of beach of
contract due to substandard materials or workmanship, nor shall such warranty period shorten the statute of
limitations for bringing a breach of contract or other action based upon any such deficiencies.
6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR
6.1 PERSONNEL, EQUIPMENT AND RECORD REQUIREMENTS
Adequate field notes and records shall be available for review by the City and Engineer as the Work progresses
and copies shall be available if necessary. Any inspection or checking of the Contractor's field notes or layout
work by the City and the acceptance of all or any part thereof, shall not relieve the Contractor the responsibility
to achieve the lines, grades and dimensions shown in the Plans and Specifications.
Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the surface of the
completed Work all control points shown on the Plans.
6.2 CONTROL POINTS FURNISHED BY THE CITY
The City will provide boundary or other control points and bench marks as shown on the Plans as
"Contractor's Survey Control Point", if any is provided. The Contractor shall be responsible for all survey
control of his work during construction. The Contractor shall preserve all reference points and benchmarks
furnished by the City.
6.3 FURNISHING OF STAKE MATERIALS
The Contractor shall furnish all stakes, templates and other materials necessary for establishing and
maintaining the lines and grades necessary for control and construction of the Work.
6.4 LAYOUT OF WORK
Utilizing the control points furnished by the City in accordance with Paragraph 6.2, the Contractor shall
establish all horizontal and vertical controls necessary to construct the Work in conformance with the Plans and
Specifications. The Work shall include performing all calculations required and setting all stakes needed such
A-34
as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points
necessary to provide lines and grades for construction of all contract items.
Survey notes indicating the information and measurements used in establishing locations and grades shall be
kept in notebooks and furnished to the Engineer with the record drawings for the Project.
6.5 SPECIFIC STAKING REQUIREMENTS
Stakes to establish lines and grades shall be set at appropriate intervals to assure that the Project is constructed
to meet the lines and grades shown on the Plans.
For construction stakes and other control, references shall be set at sufficiently frequent intervals to assure that
all components of a structure are constructed in accordance with the lines and grades shown in the Plans.
6.6 PAYMENT
The cost of performing layout work as described above shall he included in the contract prices for the various
items of work to which it is incidental.
6.7 COORDINATION WITH CITY GOLF COURSE
The City's recorded subdivision plats shall be considered correct. The distance, bearing and curve information
provided shall be used by the Contractor's surveyor to establish alignment throughout construction. All
surveying activities will be coordinated with the City Engineer as needed for proper completion of all work on
the site.
Primary control monuments, originally set by the City, that are disturbed or destroyed during construction shall
be accurately replaced by the Contractor's surveyor to the satisfaction of the City Engineer.
6.8 LOCATION OF EXISTING UTILITIES AND PIPING
All existing underground utilities, such as telephone, cable television and electrical cables must be located by
the Contractor prior to starting work. The Contractor shall contact the Utilities at least 48 hours prior to
commencing any work within the project area. There may be other utilities within the project area.
The cost of substantiating the location of utilities shall be borne by the Contractor and included in the bid price.
The Contractor shall be responsible for the repair and/or replacement of any damage caused to utilities by
Contractor forces during the course of construction. Utilities deemed to require relocation shall be identified by
the Contractor prior to commencing work. The Contractor shall notice the City of the conflict and seek
direction from the City prior to proceeding with work. Directions from the City may be to proceed despite
conflict, place work order on hold and commence work at a different location, or relocate utilities under
separate contract with the utility or a change order to be directed by the City.
7.0 PROGRESS AND COMPLETION OF WORK
7.1 CONTRACTOR'S OBLIGATION
Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be
solely responsible for and have control over construction means, methods, techniques, sequences and
procedures and for coordinating all portions of the Work under this Contract, unless the Contract Documents
give other speck instructions concerning these matters.
A -i5
Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials,
equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other
facilities and services necessary for the proper execution and completion of the Work, whether temporary or
permanent and whether or not incorporated or to be incorporated in the Work. Unless otherwise provided in
the Contract Documents, Contractor shall pay all sales, use and other similar taxes.
Contractor shall enforce strict discipline and good order among Contractor's employees and other persons
carrying out the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks
assigned to them.
Contractor currently holds and shall maintain at all times during the term of this Contract all required federal,
state and local licenses necessary to perform the Work required under the Contract Documents.
Contractor shall be responsible to the City for the acts and omissions of Contractor's employees, Subcontractors
and their agents and employees, and other persons performing portions of the Work under a contract with
Contractor. Contractor shall indemnify, defend and hold City harmless from all claims arising out of or related
to its performance of the Work except for acts arising solely from the active negligence of the City.
7.2 START OF CONSTRUCTION
The Contractor shall commence work on the date specified in the Notice to Proceed subsequently issued by the
City, or as specifically noted in any Contract Addendum. However, in no case shall the Contractor commence
work until the City has been fumished and acknowledges receipt of the Contractor's Certificates of Insurance
and a properly executed performance and payment bond as required.
7.3 CONTRACT TIME
The contractor shall complete, in an acceptable manner, all of the Work in the time stated in the Contract
Agreement and any Addenda or Change Orders thereto. The contract time is 120 consecutive calendar days
from start of work date.
7.4 SCHEDULE OF COMPLETION
The Contractor's schedules are subject to the approval of the City, which shall not be unreasonably withheld,
and shall reflect a logical sequence of the various components of work and the anticipated rates of production
necessary to complete the Work on or before the completion date. Said schedules shall be submitted within ten
(10) days of the execution of the agreement by the City except when requested otherwise and shall be updated
and resubmitted to the City on the twenty-fifth (25th) day of every month with the Contractor's pay request.
7.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE
The Contractor shall coordinate its work with other contractors, the City, and utilities to assure orderly and
expeditious progress of work.
The City shall hold a pre -construction conference at Sebastian Municipal Airport Offices at a time and date
mutually agreed upon with the Contractor after the Contract has been awarded and fully executed.
7.6 PROPERTY OF OTHERS
A. Public Ownership
The Contractor shall be responsible for the preservation of all public property, trees, monuments, etc., along
and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or
A-36
injury thereto. He shall use suitable precautions to prevent damage to pipes, conduits and other underground
structures, and shall protect carefully from disturbance or damage all monuments and property marks until a
land surveyor has witnessed or otherwise referenced their location and shall not remove them until so directed
by the Engineer in writing. The City shall remove and relocate all traffic control signs as required.
B. Private Ownershi
Mail and newspaper boxes, sprinkler systems, ornamental shrubs, lawn ornaments, house numbers, fences, etc.
may be removed and relocated by the property owners. The City will not remove, relocate, or re -install mail
boxes, sprinkler systems, ornamental shrubs, etc. belonging to a private property owner. However, should such
items not be removed or relocated by the start of construction, the Contractor shall remove the objects, in a
manner which does not damage or injure the objects at no extra cost to the City, which interfere with the
construction of the Project and place them on the property owner's front lawn just outside the project limits.
Otherwise, the Contractor shall not enter upon private property for any purpose without obtaining permission
from the property Owner thereof. Where extensive intrusions upon private property are required for
construction, the City and Contractor shall cooperate to obtain Temporary Construction Easements from the
landowner.
7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES
All utilities and all structures of any nature, whether below or above ground, that may be affected by the Work
but are not required to be disturbed or relocated by the very nature of the project, shall be protected and
maintained by the Contractor and shall not be disturbed or damaged by Contractor forces during the progress
of the Work; provided that, should the Contractor disturb, disconnect or damage any utility or any structure, all
expenses of whatever nature arising from such disturbance or the replacement or repair and testing thereof shall
be bome by the Contractor.
7.8 CROSSING PUBLIC FACILITIES
When new construction crosses highways, railroads, streets or similar public facilities under the jurisdiction of
state, county, city, or other public agency or private entity, the City through the Engineer shall secure written
permission prior to the commencement of construction of such crossing. The Contractor will be required to
furnish evidence of compliance with conditions of the permit from the proper authority before final acceptance
of the Work by City. Road closures are governed by Paragraph 8.3.
7.9 CHANGES IN THE WORK
The City may order changes in the Work through additions, deletions or modifications without invalidating the
Contract; however, any change in the scope of work or substitution of materials shall require the written
approval of the City. Compensation and time of completion affected by the change shall be adjusted at the time
of ordering such change. New and unforeseen items of work found to be necessary and which cannot be
covered by any item or combination of items for which there is a contract price shall be classed as changes in
the Work. The Contractor shall do such changes in the Work and furnish such materials, labor and equipment
as may be required for the proper completion of construction of the work contemplated. In the absence of such
written order, no claim for changes in the Work shall be considered. Changes in the Work shall be performed
in accordance with the Specifications where applicable and work not covered by the specifications or special
provisions shall be done in accordance with specifications issued for this purpose. Changes in the Work
required in an emergency to protect life and property shall be performed by the Contractor as required.
7.10 EXTENSION OF CONTRACT TIME
No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be
given for such delay. A delay beyond the Contractor's control occasioned by an "Act of God" may entitle the
A-37
Contractor to an extension of time in which to complete the Work as determined by the City provided,
however, the Contractor shall immediately give written notice to the City of the cause of such delay.
"Rain day" extensions shall be granted upon written request of the Contractor to the City's Project Manager
when said Project Manager determines that weather conditions make it counterproductive to work on said days.
"Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain
day" extensions granted shall be processed as a Change Order with each pay submittal.
In the event that the City suspends the Work as provided in Paragraph 9.3, the Contractor shall be granted an
extension of time to complete the Work for as many calendar days as the Work was suspended; except,
however, that the Contractor will not be granted an extension of time to complete the Work if the suspension
was caused by a fault of the Contractor.
7.11 CORRECTION OF WORK
Contractor shall, at no cost to the City, promptly correct Work failing to conform to requirements of the
Contract Documents, whether observed before or after completion of the Work and whether or not fabricated,
installed or completed, and shall correct any Work found to be not in accordance with the requirements of the
Contract Documents within a period of one (1) year from the date of completion of the Work or by the tenons of
an applicable special warranty required by the Contract Documents. The provisions of this Paragraph apply to
the Work done by Subcontractors as well as to the Work done by direct employees of Contractor.
Nothing contained in this Paragraph shall be construed to establish a period of limitation with respect to other
obligations which Contractor might have under the Contract Documents. Establishment of the time period of
one (1) year as described in Subparagraph 7.11(a) above relates only to the specific obligation of Contractor to
correct the Work, and has no effect on the time within which the obligations of the Contract Documents may
be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability
with respect to Contractor's remaining contractual obligations.
7.12 LIQUIDATED DAMAGES
In the event Contractor violates or fails to perform any provision of the Contract Documents, then the City may
elect to receive, and Contractor agrees to pay, liquidated damages in the amount of one hundred dollars
($100) ner day beyond the agreed completion date. Inspection of the Work by the City and the subsequent
issuance of a notice by the City indicating substantial completion will be the date used to signify work
completion.
If completion is beyond the schedule agreed upon, liquidated damages may be imposed by the City on the
Contractor and will be withheld from payment. It is expressly acknowledged by Contractor that said payment
shall not be interpreted nor construed as a penalty but is in fact a good faith attempt to fix damages which the
City will suffer in the event Contractor fails to perform as required hereunder or violates any provision of the
Contract Documents.
8.0 PUBLIC HEALTH AND SAFETY
8.1 PROTECTION OF PERSONS AND PROPERTY
The Contractor shall submit, for the City's approval, a project safety and security plan which describes the
Contractor's plans and procedures to protect the safety and property of property owners, residents, and passers-
by. The plan shall describe measures and precautions to be taken during working hours and non -working
hours.
A -3B
A. Safe_y Precautions and Program
The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety
and Health Act and the laws of the State of Florida.
This Contract requires that the Contractor and any and all subcontractors hired by the Contractor comply with
all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a
failure to perform. The Contractor agrees to reimburse the City for any fines and/or court costs arising from
penalties charged to the City for violations of OSHA committed by the Contractor or any and all
subcontractors.
B. Safety of Persons and Property
The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable
protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be
affected thereby; all the work materials and equipment to be incorporated therein, whether in storage on or off
the project site, under the care, custody or control of the Contractor or any of his subcontractors; and other
property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities not designated for removal, relocation or replacement in the course of construction.
The Contractor shall be held fully responsible for such safety and protection until final written acceptance of
the Work.
Fire hydrants on or adjacent to the Work shall be kept accessible to fire fighting equipment at all times.
Temporary provisions shall be made by the Contractor to insure the proper functioning of all swales, gutters,
sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed except as approved by the
City. The Contractor acknowledges that, in executing the Project, it will operate machinery and equipment that
may be dangerous to the adjacent property owners and the general public. The Contractor will be required to
conduct excavations for the Project that may be hazardous to person and property. The Contractor shall
develop and implement a job safety and security plan that will adequately protect all property and the general
public.
Contractor shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the
City or an adjacent property.
8.2 TRAFFIC CONTROL (NOT REQUIRED)
All safety precautions, traffic control, and warning devices necessary to protect the public and workmen from
hazards within the right-of-way shall be in strict accordance with SECTION 102, MAINTENANCE OF
TRAFFIC, in the Florida Dept. of Transportation (FDOT) Std. The State ofFlorida Manual of Trac Control
and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations Specifications
for Road and Bridge Construction, latest edition shall be used as minimum standards, as applicable.
Further, the Contractor shall carry on the Work in a manner that will cause the least possible obstruction and
interruption in traffic, and the least inconvenience to the general public and the residents in the vicinity of the
work.
8.3 ROAD CLOSURE AND DETOURS (NOT REQUIRED)
Local traffic shall be maintained within the limits of the Project for the duration of the construction period.
Closing to through travel of more than two (2) consecutive blocks, including the cross street intersected will
not be permitted without specific authorization of the City. No road or street shall be closed to the public
A-39
except with the permission of the City and proper governmental authority. When closing of roads is
permitted, it shall require forty-eight (48) hours notification to the City. Traffic detours shall be pre -approved
prior to closing. "Street Closed to through Traffic" signs and "Detour" routes shall be indicated and maintained
by the Contractor when the job is located in a public or private street.
8.4 PROVISION OF ACCESS
Where traffic must cross open trenches, the contractor shall provide adequate ingress and egress to dwellings,
business facilities, utilities and service. Temporary provisions shall be made by the Contractor to insure the use
of sidewalks. The Contractor shall provide suitable crossings at street intersections and driveways, and supply
such aid as may be required for pedestrians and motorists, including delivery vehicles, to safely negotiate the
construction areas. On completion of Work within any area, the Contractor shall remove all debris, excess
materials, barricades and temporary Work leaving walkways and roads in said area clear of obstructions.
8.5 WARNING SIGNS AND BARRICADES
The Contractor shall provide adequate signs, barricades, warning lights and flagmen, as required, and all such
other necessary precautions for the protection of the Work and the safety of the public. All barricades and
obstructions shall be protected at night by regulatory signal lights which shall be kept in operation from sunset
to sunrise. Barricades shall be of substantial construction and shall be reflective to increase their visibility at
night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where
construction, barricades or detours exist. Unless so designated in the Bid Documents, no direct payment for
this work will be made, but the cost of providing, erecting and maintaining such protection devices, including
guards, watchmen and/or flagmen as required shall be considered as included and paid for in the various
contract prices of the Work. Warning signs and barricades shall be in conformance with the State of Florida,
Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility
Operations, latest edition. The Contractor shall provide and maintain adequate barricades, construction signs,
torches, flashers, guards and flagmen as required in pedestrian and vehicular traffic areas. Regulations of local
authorities shall be compiled with. Advance warning signs are required on all streets where work is being
conducted.
8.6 OPEN TRENCHES (NOT REOUIRED
The Contractor shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches
during construction. The Contractor shall be place construction hazard fencing along any open trenches during
the construction work -day, and shall leave no open trenches or excavations over -night unless properly fenced
and with the specific approval of the Engineer or the City.
8.7 PLACEMENT OF HEAVY EQUIPMENT (NOT REOUIRED)
The Contractor shall not leave construction equipment parked in front of or on a residential lot overnight or on
weekends. At the close of work each day, the equipment shall be driven to and stored in a designated area so
that the equipment will not become an "attractive nuisance" to neighborhood children. All equipment left
unattended during the course of working day, such as during lunch hours or work breaks, shall not be left in a
condition or location which would create a safety hazard to the general public. All keys shall be removed from
the machines during those times.
8.8 TEMPORARY FACILITIES AND CONTROLS
The Contractor shall provide controls for sanitary facilities, environmental protection and safety controls on
site acceptable to the Florida Department of Health and Rehabilitative Services, Department of Environmental
Protection, and St. Johns River Water Management District.
A-40
8.9 SANITARY PROVISION
The Contractor shall provide and maintain such sanitary accommodations adequate for the use of his
employees and those of his subcontractors, and as may be necessary to comply with the requirements and
regulations of the local and state departments of health. Such facilities shall be made available when the first
employees arrive on site of the Work, shall be properly secluded from public observation, and shall be
constructed and maintained during the progress of the Work in suitable numbers and at such points and in such
manner as may be required or approved. The Contractor shall maintain the sanitary facilities in a satisfactory
and sanitary condition at all times and shall enforce their use. The City shall have the right to inspect such
facilities at all times to determine whether or not they are being properly and adequately maintained.
Following the period of necessity for such accommodations, they and all evidence affixed thereto shall be
removed.
8.10 WATER AND ELECTRIC SUPPLY
The Contractor shall make all necessary applications and arrangements, and pay all fees and charges for water
and electrical service necessary for the proper completion of the Project up to the time of final acceptance. The
Contractor shall provide and pay for any temporary piping and connections.
8.11 NOISE CONTROL
The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of
construction equipment, and shall submit a plan to the Engineer for review prior to initiation and
implementation of the plan.
8.12 DUST CONTROL
The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by
moving construction equipment, high winds or any other cause, and shall submit a plan to the Engineer for
review prior to initiation and implementation of the plan.
8.13 WATER CONTROL
The Contractor shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer
for review prior to initiation and implementation of the plan. Prior approval shall be obtained from the proper
authorities for the use of public or private lands or facilities for such disposal.
8.14 POLLUTION, SILTATION AND EROSION CONTROL
The Contractor shall provide for and take sufficient precautions to prevent pollution of private and public
lands, reservoirs, ponds, rivers, streams, creeks, etc., by the disposal of surplus materials in the forms of solids,
liquids or gases including, but not limited to, fuels, oils bitumen, calcium chloride or other harmful materials.
Contractor shall conduct and schedule Work operations so as to avoid or otherwise minimize pollution or
silting of streams, lakes and reservoirs and to avoid interference with movement of migratory fish where there
is a high potential for erosion and subsequent water pollution. Erosion control features shall be constructed
concurrently with other work and at the earliest practicable time. The erosion and turbidity control shall meet
the requirements of the St. John's River Water Management District and the applicable City's NPDES program
for control of discharge of Total Suspended Matter, and shall prevent water and wind erosion of open
excavations and swales.
A -4l
ARTICLE III - Supervision and Administration
9.0 ENGINEER, CITY, CONTRACTOR RELATIONS
9.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY
All work done shall be subject to the construction review of the City Engineer. Any and all technical questions
which may arise as to the quality and acceptability of materials furnished, work performed, or work to be
performed, interpretation of Plans and Specifications and all technical questions as to the acceptable fulfillment
of the Contract on the part of the Contractor shall be referred to the Engineer who will resolve such questions.
9.2 ENGINEER'S DECISION
All claims of a technical nature of the City or Contractor shall be presented to the City Engineer for resolution.
9.3 SUSPENSION OF WORK
The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed
necessary and for whatever cause, to include but not be limited to, unsuitable weather or such other conditions
as are considered unfavorable for prosecution of the Work, failure on the part of the Contractor to carry out the
provisions of the Contract or to supply materials meeting the requirements of the Specifications, or the action
of a governmental agency, by serving written notice of suspension to the Contractor. In the event that the
Engineer shall become aware of any condition which may be cause for suspension of the Work, the Engineer
shall immediately advise the City of such condition. The Contractor shall not suspend operations under the
provisions of this Paragraph without the City's permission.
9.4 CONSTRUCTION REVIEW OF WORK
All materials and each part or detail of the Work shall be subject at all times to construction review by the
Engineer and the City. The Engineer and the City may appoint inspectors. The Contractor will be held strictly
to the true intent of the Specifications in regard to quality of materials, workmanship, and the diligent
execution of the Contract. Such construction review may include mill, plant, or shop inspection, and any
material furnished under the Specifications is subject to such inspection. The Engineer and the City shall be
allowed access to all parts of the Work and shall be furnished with such information and assistance by the
Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts
or omissions of the Contractor.
9.5 FIELD TESTS AND PRELIMINARY OPERATION
The Contractor shall perform the work of placing in operation all equipment installed under this Contract,
except as specifically noted hereinafter.
The Contractor shall make adjustments necessary for proper operation.
The Contractor shall provide construction labor required for preliminary operation of the equipment installed
under this Contract.
The Contractor shall notify the City when work is considered to be complete, in operating condition, and ready
for inspection and tests. Further inspection requirements may be designated in the Technical Specifications.
The City will conduct tests it deems necessary to determine if the Work functions properly. Arrangements for
A-42
testing laboratory services will be made by the City. Payment for testing to show compliance with specified
requirements will be paid for by the City. The cost of retesting when materials and workmanship fail to meet
specified requirements will be deducted from moneys due the Contractor.
9.6 EXAMINATION OF COMPLETED WORK
The City may request an examination of completed work of the Contractor at any time before acceptance by the
City of the Work and shall remove or uncover such portions of the finished work as may be directed. After
examination, the Contractor shall restore said portions of the Work to the standard required by the
Specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and
the replacing of the covering or making good of the parts removed shall be paid for as extra work, but should
the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the
Contractor's expense.
9.7 CONTRACTOR'S SUPERINTENDENT
A qualified superintendent, who is acceptable to the City, shall be maintained on the project and give sufficient
supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of
the Contractor, and all communications given to the superintendent shall be considered given to the Contractor.
In general, such communications shall be confirmed in writing and always upon written request from the
Contractor.
9.8 CITY'S RIGHT TO CORRECT DEFICIENCIES
Upon failure of the contractor to perform the work in accordance with the Contract Documents, including any
requirements with respect to the Schedule of Completion, and after five (5) days written notice to the
Contractor, the City may, without prejudice to any other remedy he may have, correct such deficiencies. The
Contractor shall be charged all costs incurred to correct deficiencies.
9.9 CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK
In the event of any default by the Contractor, the City shall have the right to immediately terminate the
Contract upon issuance of written notice of termination to the Contractor stating the cause for such action. This
Agreement may be terminated by the City without cause provided at least thirty (30) days written notice of
such termination shall be given to the Contractor. In the event of termination, the City may take possession of
the Work and of all materials, tools and equipment thereon and may finish the Work by whatever method and
means it may select. It shall be considered a default by the Contractor whenever Contractor shall:
(a) Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors.
(b) Disregard or violate the provisions of the Contract Documents or City's written instructions, or
fail to prosecute the Work according to the agreed schedule of completion including extensions
thereof.
(c) Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper
materials, or fail to make prompt payment for same.
9.10 RIGHTS OF VARIOUS INTERESTS
Wherever work being done by the City's forces or by other contractors is contiguous to work covered by the
Contract, the respective rights of the various interests involved shall be established by the City, to secure the
completion of the various portions of the Work in general harmony.
A-43
9.11 SEPARATE CONTRACTS
The City may let other contracts in connection with the Work of the Contractor. The Contractor shall cooperate
with other Contractors with regard to storage of materials and execution of their work. It shall be the
Contractor's responsibility to inspect all work by other contractors affecting Contractor's work and to report to
the City any irregularities that will not permit completion of work in a satisfactory manner.
Contractor's failure to notify the City of such irregularities shall indicate the work of other contractors has been
satisfactorily completed to receive related work. It shall be the responsibility of the Contractor to inspect the
completed work in place and report to the Engineer immediately any difference between completed work by
others and the Plans.
9.12 SUBCONTRACTS AND PURCHASE ORDERS
Prior to signing the Contract or at the time specified by the City, the Contractor shall submit in writing to the
City the names of the subcontractors proposed for the Work. Subcontractors may not be changed except at the
request or with the approval of the City. The Contractor is responsible to the City for the acts and omissions of
its subcontractors and their direct or indirect employees, to the same extent as he is responsible for the acts and
omissions of its employees. The Contract Documents shall not be construed as creating a contractual relation
between any subcontractors and the City. The Contractor shall bind every subcontractor by the terms of the
Contract Documents.
For convenience of reference and to facilitate the letting of contracts and subcontracts, the Specifications are
separated into title sections. Such separations shall not, however, operate to make the Engineer or City an
arbiter to establish limits to the contracts between the Contractor and subcontractors.
.13 WORK DURING AN EMERGENCY
The Contractor shall perform any work and shall furnish and install materials and equipment necessary during
an emergency endangering life or property. In all cases, Contractor shall notify the Engineer and City of the
emergency as soon as practicable, but shall not wait for instructions before proceeding to properly protect both
life and property.
14 ORAL AGREEMENTS
No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or
obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents
shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed
waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other
waiver or modification.
9.15 NIGHT, SATURDAY AND/OR SUNDAY WORK
No night or Saturday and Sunday work will be permitted, except in case of emergency, or with prior approval
from City, and then only to such extent as is absolutely necessary to protect life or property. This clause shall
not pertain to crews organized to perform restoration work which needs no verifying inspection, maintenance
work on equipment, or to operate and maintain special equipment such as dewatering pumps which may be
required to work 24 hours per day. All such night, Saturday and/or Sunday work must be authorized by the
City.
A-44
9.16 UNAUTHORIZED WORK
Work done without lines and grades having been established, work done without proper inspection, or any
changes made or extra work done without written authority will be done at the Contractor's risk and will be
considered unauthorized, and, at the option of the City, may not be measured and paid for.
9.17 USE OF COMPLETED PORTIONS OF THE WORK
The City shall have the right to use, occupy, or place into operation any portion of the Work that has been
completed sufficiently to permit safe use, occupancy, or operation, as determined by the Engineer. If such use,
occupancy, or operation increases the cost of or delays the Work, the Contractor shall be entitled to extra
compensation, or an extension of time, or both, as determined by the Engineer. However, if Contractor has
failed to complete the Work in accordance with the time requirements of the Agreement, no compensation
(including set -offs to liquidated damages) shall be allowed for such use or occupancy.
9.18 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance of the Work by the City, it shall be under the charge and care of the Contractor, and he shall
take every necessary precaution against injury or damage to the Work by the action of the elements or from any
other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The
Contractor shall rebuild, repair, restore and make good, without additional compensation, all injury or damage
to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City,
before its completion and acceptance.
10.0 MEASUREMENT AND PAYMENT
10.1 DETAILED BREAKDOWN OF CONTRACT
Except in cases where unit prices form the basis for payment under the Contract, the Contractor shall submit a
complete breakdown of the contract amount showing the value assigned to each part of the Work, including an
allowance for profit and overhead within ten (10) days of the execution of the Contract by the parties. Upon
approval of the breakdown of the contract amount by the Engineer and the City, it shall be used as the basis for
all requests for payment.
10.2 REQUEST FOR PAYMENT
The Contractor may submit to the City not more than once each month a request for payment for work
completed. Where applicable, the Contractor may choose to submit a request for payment at the substantial
completion of each work order. The City may elect to provide its own form for the Contractor to submit
progress payment requests. The standard form provided by the City, or a form presented by the Contractor
having received prior approval from the City, can be used for the submittal of a progress payment.
The Contractor shall furnish the Engineer and the City all reasonable facilities required for obtaining the
necessary information relative to the progress and execution of the Work. In addition to each month's invoice,
an updated project schedule shall be submitted.
Each request for payment shall be computed from the work completed to date on all items listed in the detailed
breakdown of the contract amount less previous payments and back charges. Progress payments on account of
Unit Price Work will be based on the number of units completed at the time the payment request was dated by
the Contractor. If payment is requested on the basis of materials and equipment not incorporated in the project
but delivered and suitably stored at the site or at another location agreed to in writing, the payment request
shall also be accompanied by a bill of sale, invoice or other documentation warranty that the City has received
the materials and equipment free and clear of all liens, charges, security interests and encumbrances, all of
A-45
which shall be satisfactory to the City. No payments shall be made for materials stored on site without
approval of the City.
An amount of 10% of each monthly pay request shall be retained until final completion and written acceptance
of the Work by the City. Payment of the retainage shall be included in the Contractor's final pay request in
accordance with Paragraph 10.14. Any deviation in the release or partial release of the 10% retainage shall be
at the sole discretion of the City, but in no case earlier than completion of the Engineer's "punch list
inspection". Any request for payment shall be accompanied by claim releases for work done or materials
furnished in accordance with Paragraph 10.13. Prior to submission of any request for payment by the
Contractor, the Engineer shall review the request for payment to determine the following-
(a)
ollowing
(a) That the work covered by the request for payment has been completed in accordance with the
intent of the Plans and Specifications.
(b) That the quantities of work have been completed as stated in the request for payment, whether
for a unit price contract or for payment on a lump -sum contract.
10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT
Within thirty (30) days from the date of receipt of a request for payment the City shall do one of the following:
(a) Approve and pay the request for payment as submitted.
(b) Approve and pay such other amount of the request for payment in accordance with Paragraph
10.4 as the City shall decide is due the Contractor, informing the Contractor in writing of the
reasons for paying the amended amount.
(c) Disapprove the request for payment in accordance with Paragraph 10.4 informing the
Contractor in writing of the reasons for withholding payment.
10.4 CITY'S RIGHT TO WITHHOLD PAYMENT OF A REQUEST FOR PAYMENT
The City may withhold payment in whole or in part on a request for payment to the extent necessary for any of
the following reasons:
(a) Work not performed but included in the request for payment, or the contract Price has been
reduced by written change order.
(b) Work covered by the request for payment which is not in accordance with the Plans,
Specifications and generally accepted construction practices, including if, in the opinion of the
City, there is sufficient evidence that the Work has not been satisfactorily completed, or based
upon tests and/or inspections the work is defective or has been damaged requiring correction
or replacement.
(c) In the event of a filing of a claim or lien, or information received by City of a
potential filing of a claim or lien against the Contractor or City.
(d) Failure of the Contractor to make payments to subcontractors, material suppliers
or labor.
(e) Damage to another contractor.
A-46
(f) The City has had to correct a defect in the Work, or there are other items entitling
the City to a set-off against the amount recommended.
(g) Default of any of the provisions of the Contract Documents.
10.5 PAYMENT FOR UNCORRECTED WORK
Should the City direct, in writing, the Contractor not to correct work that has been damaged or that was not
performed in accordance with the Contract Documents, an equitable deduction from the contract amount shall
be made to compensate the City for the uncorrected work.
10.6 PAYMENT FOR REJECTED WORK AND MATERIALS
The removal of work and materials rejected under Paragraph 5.3 and the re-execution of work by the
Contractor shall be at the expense of the Contractor and the Contractor shall pay the cost of replacing the
destroyed or damaged work of other contractors by the removal of the rejected work or materials and the
subsequent re-execution of that work. In the event that City incurs expenses related thereto, Contractor shall
pay for the same within thirty (30) days after written notice to pay is given by the City. If the Contractor does
not pay the expenses of such removal, after ten (10) days written notice being given by the City of its intent to
sell the materials, the City may sell the materials and shall pay to the Contractor the net proceeds there from
after deducting all the costs and expenses that are incurred by the City.
If the proceeds do not cover the expenses incurred by the City, such additional amounts may be set-off against
any payments due Contractor.
10.7 CHANGES IN THE WORK
A. Change Orders
If conditions require a change in the scope of work or additional work varying from the original Plans or
Specifications, such change shall be effected by the Contractor when the City issues a written Change Order.
The Change Order shall set forth in complete detail the nature of the change, the change in the compensation to
be paid the Contractor and whether it is an addition or a reduction of the original total contract cost. Should
additional or supplemental drawings be required, they will be furnished by the Engineer. All Change Orders
shall address the impact of the change on both Contract Price / Cost and Contract Time / Schedule.
Compensation to be paid to the Contractor for accomplishing the work of a Change Order shall be established
in one of the following ways:
(a) By lump sum proposed by the Contractor and accepted by the City.
(b) By unit prices established and agreed to.
(c) By unit prices established for additional kinds of work.
(d) By other methods as may be mutually agreed upon.
(e) By force account wherein the Contractor provides the labor and materials at Contractor's
direct cost plus 15% for overhead and profit. When the force account method is used, the
Contractor shall provide full and complete records of all costs for review by the City.
A-47
B. Claims
Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the
City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for
work not covered herein, or in Supplemental Agreement, the Contractor shall notify the City in writing of its
intention to make claim for extra compensation before work begins on which the claim is based. If such
notification is not given and the City is not afforded by the Contractor a method acceptable to the City for
keeping strict account of actual cost, then the Contractor hereby waives its request for such extra compensation.
The City is not obligated to pay the Contractor if the City is not notified as described above. The Contractor
may refuse to perform additional work requested by the City until an appropriate agreement is executed by the
parties. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall
not in any way be construed as proving the validity of the claim.
10.8 CANCELED ITEMS OF WORK
The City shall have the right to cancel those portions of the contract relating to the construction of any item
provided therein. Such cancellation, when ordered by the City in writing, shall entitle the Contractor to the
payment of a fair and equitable amount covering all costs incurred by Contractor pertaining to the canceled
items before the date of cancellation or suspension of the Work. The Contractor shall be allowed a profit
percentage on the materials used and on construction work actually done, at the same rates as provided for
"Changes in the Work", but no allowance will be made for anticipated profits. Acceptable materials ordered by
the Contractor or delivered on the site before the date of such cancellation or suspension shall be purchased
from the Contractor by the City at actual cost and shall thereupon become the property of the City.
10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY
If the Work or any part thereof shall be suspended by the City as provided in Paragraph 9.3, the Contractor will
then be entitled to payment for all work done except as provided in Paragraph 10.4.
10.10 PAYMENT FOR WORK BY THE CITY
The cost of the work performed by the City removing construction materials, equipment, tools and supplies in
accordance with Paragraph 5.7 and in correcting deficiencies in accordance with Paragraph 9.8 shall be paid by
the Contractor.
10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION OF CONTRACT
A. Termination by City for Cause
Upon termination of the contract by the City for cause, including abandonment or termination by Contractor,
the City may enter into an agreement with others for the completion of the Work under this Agreement and the
Contractor shall be held harmless for the work of others. No further payments shall be due the Contractor until
the Work is completed and accepted by the City. If the unpaid balance of the contract amount shall exceed the
cost of completing the Work including all overhead costs, Contractor shall be paid up to the amount of the
excess balance on a quantum meruit basis for the work done prior to termination. If the cost of completing the
Work shall exceed the unpaid balance, the Contractor or its Surety shall pay the difference to the City. The cost
incurred by the City as herein provided shall include the cost of the replacement contractor and other expenses
incurred by the City through the Contractor's default. In either event, all work done, tracings, plans,
specifications, maps, computer programs and data prepared by the Contractor under this Agreement shall be
considered property of the City.
A-48
B. Termination by City Without Cause
In the event the City without cause abandons, terminates or suspends this Agreement, the Contractor shall be
compensated for services rendered up to the time of such termination on a quantum meruit basis and any work
done or documents generated by the Contractor shall remain the property of the City.
10.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY
The Contract will be considered complete when all work has been finished, the final construction review is
made by the Engineer, and the project accepted in writing by the City.
10.13 RELEASE OF CLAIMS (INTERIM/FINAL)
The Contractor shall deliver, with each request for payment, a completed Affidavit and Release of Claim on a
form supplied by the City. Also, from each supplier or subcontractor who has notified the City of his right to
file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid,
potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must
be attached to each request for payment.
If the completed forms are not supplied with the request for payment, the City will notify Contractor of the
outstanding claims of record and, if said completed form(s) are not supplied within thirty (30) days, the City
shall make joint payments to the Contractor and outstanding claimants.
10.14 ACCEPTANCE AND FINAL PAYMENT
When it is determined, as a result of a joint inspection of the Work by the Contractor, City, and Engineer that
the Work has been completed in accordance with the terms of the Contract Documents, the Engineer shall
certify completion of the Work to the City. At that time, the Contractor may submit the Contractor's final
request for payment. The Contractor's final request for payment shall be the contract amount plus all approved
written additions less all approved written deductions and less previous payments made. As a condition for
Final payment, a Contractor's Final Affidavit must be received by the City along with his Final Payment
Request and any as -built drawings which may be required. The Contractor shall furnish full and final releases
of Claim for labor, materials and equipment incurred in connection with the Work, following which the City
will release the Contractor except as to the conditions of the performance bond, any legal rights of the City,
required guarantees and satisfaction of all warranty work, and shall authorize payment of the Contractor's final
request for payment.
10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT
The making of the final payment by the City to the Contractor shall not relieve the Contractor of responsibility
for faulty materials or workmanship. The City shall promptly give notice of faulty materials and workmanship
and the Contractor shall promptly replace any such defects discovered within one (1) year from the date of final
written acceptance of the Work by the City.
11.0 PUBLIC CONTRACT REQUIREMENTS
11.1 COVENANT AGAINST CONTINGENT FEES
The Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for the Contractor, to solicit or secure this Agreement and that it has not paid or
agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working
A-49
solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or
resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City
shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the
Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or
consideration.
11.2 INTEREST OF MEMBERS OF CITY AND-O—THERS
No officers, members or employees of the City and no member of its governing body, and no other public
official of the governing body of the locality or localities in which services for the facilities are situated or
carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or
carrying out of this project, shall participate in any decision relating to this Agreement which affects such
person's personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or
the proceeds thereof.
11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING
The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the
Contractor to any person for influencing or attempting to influence any officer or employee of any Federal
agency, a member of Congress, an officer or employee of Congress or an employee ofa member ofCongress in
connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any
Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal,
amendment or modification of any Federal contract, Grant, loan or cooperative agreement.
If any funds other than Federal appropriated funds have been paid by the Contractor to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an
officer or employee of Congress or an employee of a member of Congress in connection with this Agreement,
the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in
accordance with its instructions.
11.4 INTEREST OF CONTRACTOR
The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect,
which shall conflict in any manner or degree with the performance of services required to be performed under
this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having
any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts
with its duties as the City's Contractor without the prior written consent of the City during the term of this
Agreement. Any work where the Contractor can reasonably anticipate that it may be called to testify as a
witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under
this Agreement.
11.5 PUBLIC ENTITY CRIMES
The Contractor shall file the attached sworn statement which is entitled PUBLIC ENTITY CRIMES, stating
whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public
entity crime subsequent to July 1, 1989, in accordance with the provisions of said statute.
11.6 DRUG-FREE WORKPLACE
The Agreement documents also include the "Drug Free Workplace Form" which is in accordance with Florida
Statute 287.089 and must be signed and instituted.
A-50
11.7 COMPLIANCE WITH LAWS
Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work,
including, but not limited to, The Clean Air Act (42 USC §7506(c)), The Endangered Species Act (16 USC
§1531, et seq.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The
Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as
amended), The Wild and Scenic Rivers Act (PL 90-542, as amended), The Demonstration Cities and
Metropolitan Development Act of 1966 (PL 89-754), Section 306 of The Clean Air Act, Section 508 of The
Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age
Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500),
Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No.
12549, The Davis Bacon Act (40 USC §276), the Occupational Safety and Health Act and applicable
regulations, and the Americans with Disabilities Act (PL 101-336).
11.8 INSURANCE
The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain
said insurance during the life of this agreement:
(a) Workers' Compensation - Contractor shall purchase workers' compensation
insurance as required by law.
(b) Commercial General Liability - Contractor shall purchase Commercial General Liability
insurance with a combined single limit of at least $1,000,000.
(c) Commercial Auto Liability - Contractor shall purchase Commercial Auto Liability insurance
with a combined single limit of at least $1,000,000.
Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations under
Paragraph 9.18 for the Work paid for by the City but not yet accepted.
The insurance company selected shall be A+ or better per the Best's Key Rating Guide. The Contractor and the
insurance company(s) shall agree to furnish the City thirty (30) days written notice of their intent to cancel or
terminate said insurance. It is the frill responsibility of the contractor to insure that all sub -contractors have full
insurance coverage as stated above.
The Contractor shall not commence the Work under this contract until Contractor has obtained all the
insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor
shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required
has been so obtained and approved by the City. The Contractor shall carry and maintain until acceptance of the
Work, insurance as specified herein and in such form as shall protect Contractor and any subcontractor
performing work under this Contract, or the City, from all claims and liability for damages for bodily injury,
including accidental death, under this Contract, whether by Contractor or by any subcontractor or by any one
directly or indirectly employed by either of them.
The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance,
naming the City as an additional insured party, prior to the start of construction as provided in the Contract.
11.9 BOND
The Contractor shall provide Bonds in the form prescribed by State Law, and generally as shown in these
Documents, for Performance and Payment, each in the amount of 100% of the total contract amount.
A-51
11.10 PERMITS
All City and St. John's River Water Management District permits and other permits necessary for the
prosecution of the Work shall be secured by the City, except for Contractor's licenses and registrations, and
dewatering permits that may be required by St. Johns River Water Management District (SJRWMD).
Contractor shall secure a building permit if required by the City's Building Official.
11.11 LAWS TO BE OBSERVED
The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, permit
requirements and regulations in any manner affecting the conduct of the Work, and all such orders and decrees
as enacted by bodies or tribunals having any jurisdiction or authority over the Work, and shall indemnify and
save harmless the City and Engineer against any expense, claim or liability arising from, or based on, the
violation of any such law, ordinance, regulation, permit requirements, order or decree, whether by Contractor
or its employees. The failure of the Contractor to adhere to any known law or regulation pertaining to
furnishing services under this Agreement shall constitute a material breach of this Agreement.
The Contractor shall keep fully informed of all existing and pending state and national laws and municipal
ordinances and regulations in any manner affecting those engaged or employed in the Work, or in any way
affecting the conduct of tribunals having any jurisdiction or authority over the same. If any discrepancy or
inconsistency is discovered in the Plans, Specifications, or Contract for this work in relation to any such law,
ordinance, regulations, order or decree, Contractor shall forthwith report the same to the Engineer and City in
writing. Contractor shall at all times himself observe and comply with and cause all its agents, subcontractors
and employees to observe and comply with decrees; and shall protect and indemnify the City and Engineer,
their officers, employees and agents against any expense, claim or liability arising from or based upon violation
of any such law, ordinance, regulations, orders or decree, whether by Contractor or its employees.
All building construction work alterations, repairs or mechanical installations and appliances connected
therewith shall comply with the applicable building rules and regulations, restrictions and reservations of
record, local ordinances and such other statutory provisions pertaining to this class of work.
12.0 MISCELLANEOUS
12.1 ADDRESSES FOR NOTICES
All notices given under or in connection with any of the Contract Documents shall be delivered in person or by
telegraph or email (confirmed) or registered or certified mail to the parties at the address as either party may by
notice designate.
12.2 WRITTEN NOTICE
Written notice shall be considered as served when delivered to the designated representative of the Contractor
and receipt acknowledged or sent by registered mail to the individual, firm, or corporation to the business
address stated in Bid Proposal. Change of Address: It shall be the duty of each party to advise the other parties
to the Contract as to any changes in his business address until completion of the Contract.
12.3 TAXES
Contractor shall pay all sales or other taxes of any type which may be incurred in connection with the Work
hereunder, and shall reimburse the City for any such taxes paid by the City.
A-52
12.4 TIME IS OF THE ESSENC
It is agreed and understood that time is of the essence importance with respect to the completion date for the
Work and all other provisions of the Contract Documents.
12.5 NO WAIVER OF LEGAL RIGHTS
Neither the payment for, nor acceptance of the whole or any part of the Work by the City or representatives of
the City, nor any extension of time, nor the withholding of payments, nor any possession taken by the City, nor
the termination of employment of the Contractor shall operate as a waiver of any portion of the Contract or any
power therein reserved or any right therein reserved or any right therein provided, nor shall the waiver by the
City of any of the Contractor's obligations or duties under this Agreement constitute a waiver of any other
obligation or duty of the Contractor under this Agreement.
12.6 RIGHT TO WORK PRODUCT
No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject
to copyright by the Contractor, in the United States or in any other country. The City or its assigns shall have
the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports,
data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps,
computer programs and data prepared or obtained under this Agreement shall remain the property of the City.
Any use of any plans and specifications by the City except the use reasonably contemplated by the City at the
time the City entered this Agreement will be at the City's risk and Contractor, its officers, directors and
employees, will be held harmless from such use.
12.7 PUBLIC RECORDS FORM
/�+
Contractor Name: /v0.4� (-0414AAd: ►l�.LC- 1
Project Description: Golf Course Irrigation
In accordance with the requirements of Chapter 119 Florida statutes, as amended, the contract between the
City of Sebastian and the Contractor shall:
a) Comply with the public records law of the State of Florida, as the same may be amended from time to
time.
b) Keep and maintain public records that ordinarily and necessarily would be required by the City in
order to perform services, and
C) Provide the public with access to public records on the same terms and conditions that the City would
provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise
provided by law, and
e) Meet all requirements of retaining public records and transfer, at no cost, to the City all public records
in possession of the contractor upon termination of the contact and destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure requirements. All
records stored electronically must be provided to the City in a format that is compatible with the
information technology systems of the City.
Authorized S'ature: zl a//-- Date:
C. (
Print o• V usG DA
Title: QW n e/
Company/Firm: N&J4 Co %sinwc ion,LL C-
A -59
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first
above written.
ATTEST:
By:
Sally A. Maio
MMC Name: Joseph Griffin
Title: City Manager
(SEAL)
Approved as to Form and Content for
Reliance by the City of Sebastian Only
Robert A. Ginsburg, City Attorney
Signed, sealed and delivered
in the presence of:
NAME:
THE CITY OF SEBASTIAN
CONTRACTOR
Name:
NAME: Title:
A-54
BONDS
SOUTHEAST, INC.
August 66, 2015
To Whom It May Concern
Re: Nutt Construction, LLC
Tullahoma, Tennessee
To Whom It May Concern:
Please let this letter serve as our recommendation of Nutt Construction, LLC of
Tullahoma, Tennessee and verification that Nutt Construction, LLC has the capacity to
provide performance and payment bonds for construction contracts. Current surety
requirements are written through RLI Insurance Company. RLI Insurance Company is
rated A+ by A.M. Best, and has a Treasury Listing for single projects in excess of $69
million.
Nutt Construction, LLC has performed numerous million -dollar plus contracts in its
history. Several of these projects were extremely high profile projects. Nutt
Construction, LLC has an extremely talented team and can handle widely diverse
projects.
We highly value our relationship with Nutt Construction, LLC and consider them to be
among the elite professionals in this area. We give them our highest recommendation.
If you should have any questions regarding Nutt Construction, LLC regarding surety
capabilities, we encourage you to give us a call at any time. (615) 321-9700.
Sincerely,
�o�
Gregory E. Nash
President
CONTRACT & CONwmciAL SURETY BONDS
103017TH AvENuE Soum NAsHviLLE, TN 37212 • (615) 321-9700 9 TOLL FREE: 1-877-99BoNDs • FAx: (615) 321-9702
SPEC PLOf
,F x r„hNKI Elite ,
u`
.. ..
r
.�' ��C
'w pp
TULLAH&%
EXPIRES
t,'
y, , aFPW,'I N"r.-*� ''e4;a ,y uriy re' n�w's , , `�t z,s-
+,`
.���-��,a,-,ar����;_ �t��ir��e, ro; b �'z�� s� �.Qe�t au��. <':�z,�a � '���'�sx . � 1• 'aw+��
z
CERTIFICATE OF COMPETENCY
Detach and SIGN the rayer5e side of this - �--- -. ,. n ,
i card MEDIATELY upon receipt, You � , � , yr ' ,� µ �
should carry thts card with you at ail times. ' �'` q :F k N-N� , '-'
14 ew�A
Contractor must obtain a photo I.D, Certificate of Competency Card 14, ;
every two years. 'C;
5 �S16��•.{4+{r+T.�t`.
�
c
� �
i` pt 4c�r
NUTT4STEPHEN B.Tr�A� s."°
.100 CHESAPEAKE � ��a§
LTULLAHOMATN37388
503-207 (Rev. 1/12) PC201247908
.�. N U
co Z
N <
r-1 LL
M O
2 Z
I� 1 •'srv3�',�' Z a U
�I W
*� \ Q
V
p<C a
w
V �
z
Q
2 Pd pL
LU
v r
o t- o
Qco r -A
I� \
°o W o
�...� r --i >
kD H
C)
O
cn Z o
w 0 O 0
m H F- o
Q o
z`�a M
U
c�� J W m u>
L
1RR1UA1 ION
PO Box 251
104 Camoustie Ct
Tullahoma, TN 37388
Owners: Stephen Nutt, Clay Uselton
Phone: (931) 703-8039
(931) 247-6928
Fax: (419) 844-7956
Email: nutt7575 ,msn.com
uselton0309LTgma1l.com
"We believe that we can speak for all who observed the progress of this project over the past 5 months when
we say that it was the cleanest and best -organized installation we have seen. As you can imagine, this
detailed approach also carried through to the workmanship of the installation resulting in a first class
product. The team from Nutt Irrigation did a fantastic job and our thanks go out to them for all their hard
work. "
International Golf Maintenance, Inc.
Brays Island Golf Club
Company References
Proiects currently under contract:
River Oaks Country Club, Houston, TX
Phone: 713-529-4321, Superintendent: Morris Johnson
• The irrigation consultant is Dan Farrier.
• Course renovation with Fazio design and Medalist Golf Construction
• This is a 18 Hole — Rain Bird ICM System project with 1800+ golf heads, HDPE pipe
• This job is scheduled for November 2014 — June 2015
Laurel Oak Country Club, Sarasota, FL
Phone: 941-378-3608, Golf Course Superintendent: Zach Lane
• The irrigation consultant is Sean Hyduk with Aqua Turf International (561) 222-2650.
• This is a 18 Hole - Toro Satellite project with 1379+ golf heads and HDPE pipe
• This job is scheduled for April — August 2015
Venice Golf & Country Club, Venice, FL
Phone: 941-492-9600, Carlos Arraya, Golf Course Superintendent
• Irrigation consultant is Dave Ragan
• This is a 18 hole Rain Bird ICM, 1318+ Heads, 111 E/V's, HDPE Pipe
• This job is scheduled for April —August 2015
Bonita Bay Club, Creek Course, Bonita Springs, FL
Phone: 239-495-0073, Director of Golf Course Operations: Hal Akins
• Irrigation consultant is Dave Ragan
• This is a 18 hole Rain Bird ICM, 1500+ Heads, 114 E/V's, HDPE Pipe
• This job is scheduled for May —September 2015
The Club at Admiral's Cove (Golf Village Course), Jupiter, FL
Phone: 561-744-1700, John Herring, Club GM
• The irrigation consultant is Sean Hyduk with Aqua Turf International (561) 222-2650.
• This is a 27 hole Rain Bird ICM, 2005 Heads, 30 E/V's, HDPE Pipe
• This job is scheduled for March — September 2015
Delcastle Golf Club, Wilmington, DE
Phone: 302-998-9505, Matt Fauerbach, Regional with Billy Casper Golf
• This is a 18 hole Rain Bird ICM, 515+ Heads, HDPE Pipe
• This job is scheduled for September —December 2015
Proiects completed in 2014
Coral Ridge Country Club, Stuart, FL
Phone: 954-449-4400, Superintendent: Jay Boring
• The irrigation consultant is Tony Altum.
• This is a 9 Hole - Toro Satellite project with 400+ golf heads and HDPE pipe
• This job is scheduled for October — December 2014
The Club at Boca Pointe, Boca Raton, FL
Phone: 561-864-8534, Jeffery Taylor, Golf Course Superintendent
• Irrigation consultant is Sean Hyduk with Aqua Turf International (561) 222-2650
• This is a 18 hole Toro Satellite irrigation only project, 1340 Heads, HDPE Pipe
Trump Doral Resort and Golf Course (Red and Gold Course) Doral, FL
Phone: 678-300-1853, Chad Cromer, Golf Course Superintendent
• Golf course renovation with Architect Gil Hanse
• This is a 36 hole Renovation, Rain Bird IC System, Red and Gold Courses, HDPE Pipe
Grande Oaks Country Club, Davie, FL
• Installing large in -take pipe and fertigation lines for new pump installation
• Greens loops
• This job is scheduled for May —July 2014
Royal Poinciana Golf Club, Naples, FL
• Contract with Glase Golf, Jim Glase, Phone (239) 777-2800
• Royal Poinciana Superintendent, Matt Taylor, Phone (239) 261-4987
• 10 hole renovation, Toro, PVC, 550+ Heads
• This job is scheduled for May —August 2014
Trump Doral Resort
Phone: 561-722-8643, Director of Agronomy: Don Thornburgh
• Renovation of Resort Hotel — New mainline and valves for irrigation around resort
• 6500' of HDPE Mainline and 78 Valve Feeds
• This job is scheduled for December 2013 —December 2014
Brentwood Country Club, Brentwood, TN
Phone: 615-714-1416, Bryant (BJ) Parker
• Irrigation consultant is Mike Pignato of The Pignato Group
• Phase 1 of Renovation Project— Rain Bird IC System with HDPE Pipe and 115 Heads
• This job is scheduled for February — April 2014
Lake of the Woods Golf Club, Locust Grove, VA
Phone: 540-972-2214, Robert Martin, Asst. GM, Operation
• Irrigation Consultant: Paul McMahon, Hydro Designs
• This is a 18 hole Rain Bird IC System with 765 golf heads, HDPE Pipe
• This job is scheduled for September 2013— January 2014
Proiects completed in 2013:
Trump Doral Resort and Golf Course (Blue Monster) Doral, FL
Phone: 786-414-9469, Brad Nelson, Golf Course Superintendent
• Irrigation Consultant: Dave Ragan
• Golf course renovation with Architect Gil Hanse
• This is a 18 hole Rain Bird IC System, Blue Course with 2200 golf heads, HDPE Pipe
• This job is scheduled for April —September 2013
Willoughby Country Club, Stuart, FL
Phone: 772-220-8701, Superintendent: Jason Riley
• The irrigation consultant is Tony Altum.
• This is a Toro Satellite project with 1642 golf heads and HDPE pipe
• This job is scheduled for May 2013 —September 2013
Bonita Bay Club (Marsh Course), Bonita Springs, FL
Phone: 239-495-0073, Director of Golf Course Operations: Hal Akins
• Irrigation Consultant: Dave Ragan
• This is a 18 hole Rain Bird IC System, Marsh Course with 1323 golf heads, HDPE Pipe
• This job is scheduled for April — September 2013
Palm Aire Country Club, Sarasota, FL
Phone: 941-355-9733, Chief Operations Officer: Joseph Sumner
• Irrigation Consultant: Dave Ragan
• This is a 18 hole Toro Satellite System with 1056 golf heads, HDPE Pipe
• This job is scheduled for July — October 2013
Dorchester Country Club, Fairfield Glade, TN
Phone: 931-510-7138, Superintendent: Sean VanHoose
• The irrigation consultant is Tony Altum
• This is a Toro Satellite project with 670 golf heads and HDPE pipe
• This job is scheduled for November 2012 —March 2013
Proiects completed in 2012:
Trump Doral Resort and Golf Course — Red and Gold Courses, Doral, FL
Phone: 561-722-8643, Director of Agronomy: Don Thornburgh
• Irrigation Consultant: Dave Ragan
• This is a 36 hole Rain Bird IC System, Red and Gold Courses with 2400 Heads, HDPE Pipe
• This job is scheduled for July —December 2012
Coldstream Country Club, Cincinnati, OH
Phone: 513-624-2786, Bob Weaver, Superintendent
• Irrigation Consultant: Tony Altum
• This is a 18 hole Toro Satellite project with 1300 heads and HDPE pipe
• This job is scheduled for August —December 2012
Stones River Country Club, Murfreesboro, TN
Phone: 615-336-2029, Michael Brownlee, Superintendent
• This is a 18 hole IC System, New heads and new wire
• We plowed in the maxi wire and copper wire and put in the grounding for the system
• This job is scheduled for December 2012
Sewanee Golf Course, University of the South, Sewanee, TN
Phone: 931-308-2554, Matt Daniels, Director of Golf
• Course Architect: Gil Hanse Irrigation Consultant: Tony Altum
This is a 9 Hole Toro Decoder project with 576 golf heads and HDPE pipe
May — August 2012 Winner Golf Magazine 9 -Hole Renovation of the Year
Amelia Island Plantation, Oak Marsh and Ocean Course, Amelia Island, FL
Phone: 520-297-3161
• Project manager: Mike Petty, Omni Hotels
• Irrigation Consultant: Sean Hyduk, Aqua Turf International
• This is a 36 Hole, 2 year project with 1600 heads in Phase I and Phase II and HDPE pipe
• This job is scheduled for June -November 2012
Sequatchie Valley Golf Club, South Pittsburg, TN
Phone: (423) 637-5096
• Architect: Rob Collins
• This is a 9 Hole Toro project with 285 golf heads and PVC pipe
• This job is scheduled for October 2011 —December 2011
Cole Park Golf Course, Ft. Campbell, KY
Phone: (270) 798-4906
• COR: Dave Normand
• This is a Rain Bird ICS project with 676 golf heads and HDPE pipe
• This job is scheduled for November 2011 — March 2012
Santa Rosa Golf & Beach Club, Santa Rosa, FL
Phone: (850) 267-1240
• Club President: Bill Crane
• This is a Toro project with 700 golf heads and PVC pipe
• This job is scheduled for December 2011 —March 2012
Proiects completed in 2011:
Brays Island Golf Club, Sheldon, SC
Phone: (757) 286-8646
• Project Manager: Tyler Minamyer
• The irrigation consultant is Tony Altum of A.S. Altum and Associates.
• This is a Rain Bird IC project with 1036 golf heads and HDPE pipe
• This job is scheduled for April 2011 — August 2011
Boca Grove Plantation, Boca Raton, FL
Phone: (561)) 441-2351
• Superintendent: Morgan Brown
• The irrigation consultant is Mike Pignato of The Pignato Group.
• This job is scheduled for April 2011 —August 2011
Stonehenge Golf Club, Fairfield Glade, TN
Phone: 931-510-7138, Superintendent: Sean VanHoose
• The irrigation consultant is Tony Altum of A.S. Altum and Associates.
• This is a Toro project with 1015 golf heads and HDPE pipe
• This job is scheduled for November 2010 —March 2011
Projects completed in 2010:
Windsor Country Club, Vero Beach, FL
• This is a Toro project with 29 golf heads
• This job is scheduled for December 2008 —January 2009
University of Tennessee Practice Facility, Knoxville, TN
Phone: (865) 209-0907 Superintendent: Mark Gossett
• This is a Toro project with 193 golf heads
• This job is scheduled for December 2008 —January 2009
Projects completed in 2009:
Loch Lloyd Golf Club, Kansas City, KS
Phone: (816) 509-2768 Superintendent: Judd Beard
• The irrigation consultant is Dan Ferrier of Irrigation Planning and Design
• This is a Rain Bird project with 800 golf heads.
• This job is scheduled for September 2009 —October 2009
Stillwater Golf Club, Arrington, TN
Phone: (615) 290-6650 Superintendent: Ken Stavely
• The irrigation consultant is Gary Kaye of Golf Engineering and Associates.
• This is a Toro project with 1390 golf heads and 246 810G's
• This job is scheduled for February 2009 —October 2009
Greensboro Country Club, Greensboro, NC
Phone: (336) 337-0239 Superintendent: Doug Lowe
• The irrigation consultant is Tony Altum of A.S. Altum and Associates.
• This is a Toro project with 1300 golf heads
• This job is scheduled for December 2008 —March 2009
Projects completed in 2008:
Royal St. Cloud Country Club, Orlando, FL
Phone: (407) 891-7010 Superintendent: Steve Whaley
• Wesco Turf did the irrigation design.
• Chip Powell of Powell Golf Design is the Architect.
• The schedule for this job is March 2008 through April 2008. Toro project with 324 heads
Cherokee Country Club, 5138 Lyons View Pike, Knoxville, TN
Phone: (865) 584-1279 Superintendent: Jason Sanderson
• The irrigation consultant is Mike Pignato of The Pignato Group.
• This is a Rain Bird project with 963 heads. The schedule for this project is April 2008
through August 2008.
James River Country Club, 1500 Country Club Road, Newport News, VA
Phone: (757) 595-3327 Superintendent: Jay Long
• Paul McMahon of Hydro Designs is the irrigation consultant.
• This is a Rain Bird project with 892 heads.
• November 2007 through March 2008.
Projects completed in 2007:
Interlachen Golf and Country Club, 2245 Interlachen Court, Winter Park, FL
Phone: (407) 657-0850 Superintendent: Stuart Leventhal
• This was a Steve Smyers design.
• Tony Altura was the consultant.
• This was a Rain Bird project with 1,000 heads. Completed July 31, 2007.
Addison Reserve Country Club, 7150 Addison Reserve Boulevard, Delray Beach, FL
Phone: (561) 637-4004 Superintendent: Mark Heater (561-637-8806)
• This was a Kipp Schulties design.
• Mike Pignato was consultant.
• This is a 27 hole Toro project. Completed August 15, 2007.
Pembroke Lakes Golf Club, 10500 Taft Street, Pembroke Pines, FL
Phone: (954) 431-4144 Superintendent: Tony Platt
• The design was by John Sanford.
• Ken Didonato was the consultant.
• This was an 18 hole Toro project. Completed July 31, 2007.
Sarasota National Golf Club, 23114 Copperleaf Drive, Venice, FL
Phone: (866) 397-8583 Superintendent: Mark Teders
• This was a Gordy Lewis design.
• Timberwolf was the consultant.
• This was a Rain Bird project with 1350 heads. Construction started January 7, 2007.
Projects completed in 2006:
International Polo Club, 3667 120th Avenue South, Wellington, FL
Phone: (561) 441-2046 Superintendent: Ray Mooney
• Small controller swap and putting green install.
The Concession Golf Club, 7710 Lindrick Lane, Bradenton, FL
Phone: (801) 475-1950 Superintendent: Terry Kennelly (941-780-2254)
• The Owner's Representative was David Edwards of Edwards Development Services.
• Mike Pignato was the consultant
• This portion of the project includes the Golf Maintenance facility, Phase II of the
neighborhood, and the clubhouse irrigation system.
Deer Ridge Farms South, 14440 Pierson Road, Wellington, FL
• Trevor Holman of Aqua Turf International was the consultant.
• This was a $1,100,000 personal residence irrigation system. August 2006 to January 2007.
Vero Beach Country Club, 800 30t` Street, Vero Beach, FL
Phone: (561) 562-2775 Club Manager: Chris Lick (772-567-3320)
• The design was by John Sanford.
• Hal Kilpatrick of Irrigation Services Group was the consultant.
• 440 heads Toro VP. Completion date: August 15, 2006
Fernandina Beach Golf Club, 2800 Bill Melton Road, Fernandina Beach, FL
Phone: (904) 277-7370 Superintendent: Ronnie Boatwright
• Mike Pignato of The Pignato Group was consultant.
• 1140 heads Toro LTC. Completed August 30, 2006.
Wycliffe Country Club, 4650 Wycliffe Country Club Boulevard, Wellington, FL
Phone: (561) 641-2000 Superintendent: Mike Ballard
• This was a John Sanford design.
• Mike Pignato of The Pignato Group was the consultant.
• 800 head Toro E-Osmac. Completed July 31, 2006.
Proiects completed in 2005:
The Concession Golf Club, 7710 Lindrick Lane, Bradenton, FL
Phone: (801) 475-1950 Superintendent: Terry Kennelly (941-780-2254)
• It was a Jack Nicklaus signature design in association with Tony Jacklyn.
• Mike Pignato was the consultant.
• 1000 heads Toro E-Osmac. We also completed the irrigation of Phase I of the streetscape
irrigation. This was approximately 600 small rotors, 400 spray heads, and 60,000' of drip
King's Gate Country Club, 24000 Rampart Boulevard, Port Charlotte, FL
Phone: (941) 625-0680 Superintendent: Jeremy Herben
• The design was by Steve Smyers.
• Tony Altum was the consultant.
• 700 heads Toro E-Osmac
Laurel Oaks Country Club, 2700 Gary Player Boulevard, Sarasota, FL
Phone: (941) 378-3608 Superintendent: Adam Wright (941-650-0691)
• This was a Rees Jones design.
• Mike Pignato of The Pignato Group was the consultant.
• 1000 heads Toro E-Osmac
The Pinnacle Club, 1500 Pinnacle Club Drive, Grove City, OH
Phone: (614) 539-0722 Superintendent: Mike Takach
• This was a Lanny Watkins / Jerry Pierman design.
• Century Equipment did the irrigation design.
• 1000 heads Toro E-Osmac
Proiects completed in 2004:
Breakers West Golf Club, West Palm Beach, FL
Director of Golf: Mark Reid (561-722-1147)
• This was a Rees Jones design.
• Mike Pignato was the consultant.
• Renovation of the year in 2004
• 1000 heads Toro E-Osmac
Palm Aire Country Club, Pompano Beach, FL
Golf Course Superintendent: Damian (954-661-4583)
• Ken Didonato was the consultant.
• 300 heads Toro E-Osmac
Other completed proiects:
Chechesee Creek Club, Hilton Head, SC
Director of Operations: Jay Gratton
• Tony Altum was the consultant.
• 1300 heads Rain Bird
Grande Pines Golf Club, Orlando, FL
General Manager: Paul Ryan
• This was a Steve Smyers design.
• Tony Altum was the consultant.
• Runner up for Renovation of the year in 2003
• 1100 heads Rain Bird
Aqua Turf International Design, Inc.
S
International Irrigation
and Mapping Solutions
"Irrigation and Water Solutions"
19940 Mona Road Suite 2� Tequesta, FL 33469 � Phone (561) 222-2650 O Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy 4 Bangkok, Thailand 10110 � Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France 4 Office: +33 488 197 557 � Fax: +33 442 971 819
www.aquaturfintl.com
Aqua Turf International Design, Inc.
Statement of Qualifications:
Aqua Turf International ("ATI") is an international irrigation consulting, design and GPS mapping firm
founded in 1996 by Jim Schumacher with offices in Jupiter, Florida USA, Aix en Provence, France, Beijing,
China and Bangkok, Thailand. ATI sets the standards in the industry for providing our customers with the
highest quality product available with a team approach. ATI draws from nearly one hundred years of combined
experience in irrigation design, construction and maintenance.
Our mission is to ensure quality turf and irrigation standards that meet or exceed the customers agronomic,
economic and environmental needs while operating in a professional, timely and cooperative manner. ATI is
member of the American Society of Irrigation Consultants (ASIC) and the Irrigation Association (IA). Aqua
Turf International has designed irrigation systems throughout Florida, United States and worldwide for several
notable architects. ATI has provided construction management and irrigation consulting on many municipal
courses in South Florida including:
ATI Florida office has a diverse and experienced team to assist in a project from start to fmish. Sean Hyduk and
Trevor Holman draws from over 40 years of combined experience in golf construction and design experience.
Resume of Kev Personnel
SEAN J. HYDUK
Vice President
Principle in Charge — Point of Contact
Mr. Hyduk graduated from The University of Florida in 1998 with a Bachelor's Degree in Landscape
Architecture. He has a vast number of years in the golf course industry including irrigation design,
golf course designer, assistant project superintendent and golf maintenance. Mr. Hyduk experience is
advantageous to any irrigation design project. His design responsibilities include owner, architect and
engineer relations, complete irrigation design and details, water use planning, material quantity take-
offs, specifications, bid process administration with contractors. During construction phases, he
coordinates with the contractor, provides onsite inspections, lays out the irrigation components, GPS
mapping, central control system programming and provides site visit reports to the owner. Mr. Hyduk
presides over irrigation design, specifications, bid documents, GPS mapping, as -built development
plans and irrigation programming of the central computer for Aqua Turf International Design.
HIGHLIGHTS OF QUALIFICATIONS:
• Over 16 years of experience in golf course development
• 11 years' experience in irrigation design and consulting handling over 50 projects
• Finalized over 40 GPS mapping and as -built development plans
• Completed over 25 Toro & Rain Bird central control programming and hydraulic systems
• Comprehensive academic background in landscape architecture, design, and construction
• Extensive golf course construction and maintenance experience
PROFESSIONAL AFFILIATIONS:
• Members — American Society of Irrigation Consultants (ASCIC)
• Members — Irrigation Association (IA)
"Irrigation and Water Solutions"
19940 Mona Road Suite 24 Tequesta, FL 33469 � Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy � Bangkok, Thailand 10110 � Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 O Fax: +33 442 971 819
www.aquaturfinti.com
Aqua Turf International Design, Inc.
• Members — Palm Beach Golf Course Superintendents Association
• Members — Everglade Golf Course Superintendents Association
PROJECT EXPERIENCE:
Mr. Hyduk was responsible for irrigation design/ consulting, construction management, GPS as -built
development and irrigation central control programming for the listed municipality and government
projects;
• Sandridge Golf Club — 2014, (18 Hole) Vero Beach, FL
• Lake Venice Golf Club -2013, (9 Holes) — Venice, FL
• Pompano Beach Municipal Golf Course -2012, (36 Holes) — Pompano Beach, FL
• Royal Palm Beach Commons -2012, (18 Holes) — Royal Palm Beach, FL
• Springtree Golf Club -2010, (18 Holes) — Sunrise, FL
• West Palm Beach Country Club -2010, (18 Holes) — West Palm Beach, FL
• Palm Beach Par Three Golf Course -2010, (18 Holes) — Palm Beach, FL
• Ironwood Golf Club -2010, (18 Holes) — Gainesville, FL
• Ocala Golf Club -2009 (18 Holes) — Ocala, FL
• Quail Valley Golf Course -2009, (18 Holes) —Missouri City, TX
• Red Tail Run Holf Club -2005, (18 Holes) —Decatur, Illinois
Staff Experience
• 60 Years Combined Experience in Golf and Landscape Construction and Maintenance
• Landscape Architecture Degree — University of Florida, 1998
Professional Qualifications/ Licensing:
• Certified Texas Irrigator
• Certified Irrigation Auditor
• Landscape Architecture Degree — University of Florida, 1998
Professional Affiliations
• Members — American Society of Irrigation Consultants (ASCIC)
• Members — Irrigation Association (IA)
• Members — Palm Beach Chapter Golf Course Superintendents Association
• Members — Everglades Chapter Golf Course Superintendents Association
PGA/USGA Golf Tournament Events
• Innisbrook Golf & Spa Resort — Copperhead Course, Palm Harbor, FL
■ PGA Tour: Valspar Championship Presented by BB&T
• El Camaleon, Mayakoba Resort — Riviera Maya, Mexico
■ PGA Tour: Mayakoba Golf Classic at Riviera Maya -Cancun
• Mission Hills (9) 18 -Hole Courses — Hainan Island, China
■ PGA Tour: OMEGA Mission Hills World Cup
• Broken Sound Country Club — Old Course, Boca Raton, FL
■ Champions Tour: Allianz Championship
• The Quarry — Naples, FL
■ Champions Tour: The ACE Group Classic
"Irrigation and Water Solutions"
19940 Mona Road Suite 20 Tequesta, FL 33469 O Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.4 Klongteoy � Bangkok, Thailand 10110 4 Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France 4 Office: +33 488 197 557 O Fax: +33 442 971 819
www.aquaturfintl.com
7
Aqua Turf International Design, Inc.
• Fairmont Turnberry Isle Resort & Club (36 -Holes) — Aventura, FL
■ PGA Hosted: ADT Golf Skills Challenge
• Soldier Hollow Golf Course (36) — Midvale, UT
■ US Armature Pub Links
■ Site of 2002 Winter Olympic Games Cross Country Skiing
"Irrigation and Water Solutions"
19940 Mona Road Suite 2� Tequesta, FL 33469 � Phone (561) 222-2650 O Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy 4 Bangkok, Thailand 10110 � Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France 4 Office: +33 488 197 557 � Fax: +33 442 971 819
www.aquaturfintl.com
Aqua Turf International Design, Inc.
SEAN J. HYDUK
Vice President
Principle in Charge — Point of Contact
Mr. Hyduk graduated from The University of Florida in 1998 with a Bachelor's Degree in Landscape
Architecture. He has a vast number of years in the golf course industry including irrigation design,
golf course designer, assistant project superintendent and golf maintenance. Mr. Hyduk experience is
advantageous to any irrigation design project. His design responsibilities include owner, architect and
engineer relations, complete irrigation design and details, water use planning, material quantity take-
offs, specifications, bid process administration with contractors. During construction phases, he
coordinates with the contractor, provides onsite inspections, lays out the irrigation components, GPS
mapping, central control system programming and provides site visit reports to the owner. Mr. Hyduk
presides over irrigation design, specifications, bid documents, GPS mapping, as -built development
plans and irrigation programming of the central computer for Aqua Turf International Design.
HIGHLIGHTS OF QUALIFICATIONS:
• Over 16 years of experience in golf course development
• 11 years' experience in irrigation design and consulting handling over 50 projects
• Finalized over 40 GPS mapping and as -built development plans
• Completed over 25 Toro & Rain Bird central control programming and hydraulic systems
• Comprehensive academic background in landscape architecture, design, and construction
• Extensive golf course construction and maintenance experience
PROFESSIONAL AFFILIATIONS:
• Members — American Society of Irrigation Consultants (ASCIC)
• Members — Irrigation Association (IA)
• Members — Palm Beach Golf Course Superintendents Association
• Members — Everglade Golf Course Superintendents Association
PROJECT EXPERIENCE:
Mr. Hyduk was responsible for irrigation design/ consulting, construction management, GPS as -built
development and irrigation central control programming for the listed municipality and government
projects;
• Sandridge Golf Club — 2014, (18 Hole) Vero Beach, FL
• Lake Venice Golf Club -2013, (9 Holes) — Venice, FL
• Pompano Beach Municipal Golf Course -2012, (36 Holes) — Pompano Beach, FL
• Royal Palm Beach Commons -2012, (18 Holes) — Royal Palm Beach, FL
• Springtree Golf Club -2010, (18 Holes) — Sunrise, FL
• West Palm Beach Country Club -2010, (18 Holes) — West Palm Beach, FL
• Palm Beach Par Three Golf Course -2010, (18 Holes) — Palm Beach, FL
• Ironwood Golf Club -2010, (18 Holes) — Gainesville, FL
• Ocala Golf Club -2009 (18 Holes) — Ocala, FL
• Quail Valley Golf Course -2009, (18 Holes) —Missouri City, TX
• Red Tail Run Holf Club -2005, (18 Holes) —Decatur, Illinois
"Irrigation and Water Solutions"
19940 Mona Road Suite 2� Tequesta, FL 33469 � Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy 4 Bangkok, Thailand 10110 4 Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 4 Fax: +33 442 971 819
www.aquaturfintl.com
Aqua Turf International Design, Inc.
Golf Course Irrigation Design/Consulting References
(2015)
Municipal Golf Irrigation Projects (2008 -present)
• Sandridge Golf Club — Vero Beach, FL
• Lake Venice Golf Club — Venice, FL
• Pompano Beach Municipal Golf Course (36 Holes) — Pompano Beach, FL
• Ironwood Golf Club — Gainesville, FL
• Springtree Golf Club — Sunrise, FL
• West Palm Beach Country Club — West Palm Beach, FL
• Palm Beach Par Three Golf Course — Palm Beach, FL
• Quail Valley Golf Course —Missouri City, TX
• Ocala Golf Club — Ocala, FL
• Royal Palm Beach Commons Golf & Park- Royal Palm Beach, FL
Florida Golf Irrigation Projects
• Innisbrook Copperhead Course — Palm Harbor, FL
• The Club at Admirals Cove — Jupiter, FL
• Quail West Golf & Country Club — Naples, FL
• Laurel Oak Country Club — Sarasota, FL
• The Club at Boca Pointe — Boca Raton, FL
• Hammock Dunes Club — Palm Coast, FL
• Palm Beach Country Club — Palm Beach, FL
• White Oak Plantation — Yulee, FL
• Indigo Lakes Golf Club — Daytona Beach, FL
• Omni Amelia Island Resort, Oak & Marsh Course — Amelia Island, FL
• Floridian Yacht & Golf Club - Palm City, FL
• Timber Pines Golf Community (63 Holes & 7 miles of common area) — Spring Hill, FL
• Palma Ceia Golf & Country Club - Tampa, FL
• Gator Creek Golf Club - Sarasota, FL
• Gleneagles Country Club- Delray, FL
• High Ridge Country Club — Lantana, FL
• Ocean Reef Club — Key Largo, FL
• Tara Golf & Country Club — Bradenton, FL
• Bay Colony Golf Club — Naples, FL
• Sawmill Creek Golf — Palm Coast, FL
• Tequesta Country Club — Tequesta, FL
• Imperial Golf Club East — Naples, FL
• Pipers Landing Yacht & Country Club — Palm City, FL
• Quail Creek Villages Golf Course — Naples, FL
• Suntree Country Club 06' — Melbourne, FL
"Irrigation and Water Solutions"
19940 Mona Road Suite 2� Tequesta, FL 33469 � Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd. -0 Klongteoy � Bangkok, Thailand 10110 4 Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 � Fax: +33 442 971 819
www.aquaturfinti.com
Aqua Turf International Design, Inc.
• Orange Tree Country Club — Orlando, FL
• Ashley Farms Golf & Country Club — Ocala, FL
• Deering Bay Yacht & Country Club — Coral Gables, FL
• Fisher Island Club — Fisher Island, FL
• Ave Maria —Naples, FL
• Gleneagles — Delray Beach, FL
• Bent Pine Golf Club — Vero Beach, FL
• Loxahatchee Club — Jupiter, FL
• The Polo Club of Boca Raton — Boca Raton, FL
• Boca West Country Club Course (36 -Holes) — Boca Raton, FL
• The Quarry — Naples, FL
• South Seas Island Resort — Sanibel Island, FL
• Fairmont Turnberry Isle Resort & Club (36 -Holes) — Aventura, FL
• Tern Bay Country Club (27 -Holes) — Punta Gorda, FL
• Southern Hills Plantation — Brooksville, FL
• Indian Spring Country Club — Boynton Beach, FL
• Jacaranda West Country Club — Venice, FL
• Ibis Golf and Country Club — Palm Beach Gardens, FL
• Broken Sound Country Club — Old Course & West Course, Boca Raton, FL
• Belleair Country Club. — Belleair, FL
• Doral Resort and Spa — Great White Course, Miami, FL
• Bollettieri Academy — Bradenton, FL
• Dodgertown — Vero Beach, FL
• Feather Sound Country Club — Clearwater, FL
• Gator Creek Golf Club — Sarasota, FL
• Fishhawk Creek Golf Club — Sarasota, FL
• Eaglewood Country Club — Hobe Sound, FL
• Quail Valley G. C. — Boca Raton, FL
• Crown Colony G. C. — Naples, FL
• Loblolly Pines G. C. — Hobe Sound, FL
• Gateway Golf and Country Club, Naples, FL
• Quail Valley Golf Club — Vero Beach, FL
• Tiburon Golf Club — Naples, FL
• Windstar Country Club — Naples, FL
• Naples Reserve — Naples, FL
• Cape Coral Golf & Tennis Club — Cape Coral, FL
• Gulf Harbor Yacht & C. C. — Bonita Springs, FL
• Imperial Country Club West — Naples, FL
• Crown Colony Country Club — Ft. Myers, FL
• Champions Gate Golf Club — Kissimmee, FL
• Quail West C. C. — Naples, FL
"Irrigation and Water Solutions"
19940 Mona Road Suite 2� Tequesta, FL 33469 � Phone (561) 222-2650 Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy 4 Bangkok, Thailand 10110 4 Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 � Fax: +33 442 971 819
www.aquaturfinti.com
Aqua Turf International Design, Inc.
• Suntree Country Club 99'— Melbourne, FL
• Burnt Store Country Club — Punta Gorda, FL
• Southwood Golf Club — Tallahassee, FL
• Deerfield Country Club — Deerfield Beach, FL
• Hillcrest Country Club — Hollywood, FL
United States Golf Irrigation Projects
• Roaring Gap Club — Roaring Gap, NC
• Sterling Club @ Houston National — Houston, TX
• The Resort at Lake Conroe- Montgomery, TX
• Wildwood Golf Course — Decatur, Illinois
• Soldier Hollow Golf Course (36 Holes) — Midvale, UT
• Gladstan Golf Course — Payson, UT
• Carmel Valley Ranch — Carmel, CA
• Briar Rose Golf Club — White Plains, Georgia
• Wilderness Ridge Country Club — Lincoln, NE
• Persimmon Woods Country Club — St. Louis, MO
• Camino Real Golf Course — Frio County, TX
• Twin Bridges Golf Course — Gadsden, AL
• Legacy Ridge Country Club — Bonham, TX
• Thunder Bayou Golf Club — Blytheville, AR
• The Landings Club, Marshwood Course — Savannah, GA
• The Landings Club, Magnolia Course — Savannah, GA
• Riverchase Country Club — Birmingham, AL
• Circling Raven G.C. — Worley, ID
• Saratoga Springs Country Club — UT
• PGA West — Norman Course — Palm Springs, CA
• Baton Rouge C. C. — Baton Rouge, LA
• Osprey Cove C. C. — St. Mary's, GA
• My Old Kentucky Home State Park — Bardstown, KY
• Renaissance Park — Spartanburg, SC
• Dixon Country Club — Dixon, MO
• Arkadelphia Country Club — Arkadelphia, AR
International Golf Irrigation Projects
• Santapazienza Country Club- Itatiba-Sao Paulo - Brazil
• Estancia La Paz - Ascochinga - Cordoba - Argentina
• Casa De Campo, Dye Fore Course - La Romana, Dominican Republic
• Casa De Campo, Five - Lakes Course - La Romana, Dominican Republic
• Casa De Campo, Links Course - La Romana, Dominican Republic
• Playa Nueva, Bahia Principe, La Romana - La Romana, Dominican Republic
• Casa De Campo, La Romana C. C. - La Romana, Dominican Republic
"Irrigation and Water Solutions"
19940 Mona Road Suite 24 Tequesta, FL 33469 4 Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy 4 Bangkok, Thailand 10110 O Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 4 Fax: +33 442 971 819
www.aquaturfintl.com
Aqua Turf International Design, Inc.
• Playa Nueva, Bahia Principe, La Romana - La Romana, Dominican Republic
• Santa Maria Golf Club - Panama City, Panama
• Raevo Golf Club - Moscow, Russia
• Pine Rock Beach Golf Club - Beidaihe, China
• Mozanaque Golf Club - (36 Holes) - Madrid, Spain
• The Peninsula - Wuhan, China
• Costa Baja Resort & Marina - LaPaz, Mexico
• Sanya Olympic Park, Sanya, China
• Albany — New Providence Bahamas
• Isla Viveros — Las Perlas, Republic of Panama
• Acacia Golf Club - Karachi, Pakistan
• Saadiyat Island Beach Course — Abu Dhabi , United Arab Emirates
• The Malkai — Muscat, Oman
• Skolkovo Golf Club - Moscow, Russia
• Chaguaramas - Trinidad & Tobago
• La Colonia — Dominicain Republic
• Durrat Al Bahrain - Bahrain
• Mazagan Beach Resort — El Jadida, Morocco
• Agile Golf Club — Hainan Island, China
• Mercur Golf Club — Almaty, Republic of Kazakhstan
• Mission Hill Haiku — Haiku, Hainan Island, China (Courses A -F)
• Mission Hills (9) 18 -Hole Courses — Hainan Island, China
• Casa De Campo, La Romana C. C. - La Romana, Dominican Republic
• Ritz Carlton Cairo Palm Hills Resort (27 Holes) - Giza, Egypt
• Bijao Golf Club - Panama City, Panama
• Grand Coral - Playa Del Carmen, Mexico
• Valle Del Golf - Cordoba, Argentina
• Shenzhen Tycoon (Dye Course)- Shenzhen, China
• Chiba National Golf Club — Japan
• Kunming Caiyunwan Golf Course — Kunming, China
• Jinhai Golf Club — Ping Gu (Beijing), China
• Durrat Golf Club — Bahrain
• Mission Hills Haiku — Haiku, Hainan Island, China (Courses A -F)
• Mercur Golf Club — Almaty, Republic of Kazakhstan
• Skolkovo Golf Club — Moscow, Russia
• Allegria Golf Club — Giza, Egypt
• Cu Chi Golf Club — Ho Chi Minh City, Vietnam
• Porto Mariccio Golf Club — Istria, Croatia
• Golf Club Ibar — Sofia, Bulgaria
• Palm Hills Resort — Giza, Egypt
• El Ein Golf Resort — El Ein, Egypt
"Irrigation and Water Solutions"
19940 Mona Road Suite 24 Tequesta, FL 33469 � Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.4 Klongteoy 4 Bangkok, Thailand 10110 � Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 4 Fax: +33 442 971 819
www.aquaturfinti.com
Aqua Turf International Design, Inc.
• Tai Ping Lake Golf Course — Hua Shan, China
• Le Paradis Golf Club — St. Lucia, British Virgin Islands
• Costa Isabela — Isabela, Puerto Rico
• Los Inkas Country Club — Lima, Peru
• Playa Grande Golf Club — Dominican Republic
• Arabian Ranch G. C., Baker -Finch Course — Dubai, United Arab Emirates
• Ritz-Carlton Resort — Grand Cayman, Cayman Islands
• El Camaleon, Mayakoba Resort — Riviera Maya, Mexico
• Puerto Los Cabos Golf Club — San Juan Los Cabos, Mexico
• Playa Mujeres Golf Club — Playa Mujeres, Mexico
• Temenos Golf Club — Rendezvous Bay West, Anguilla B.W. I.
• Caranage Bay Resort — Canouan, Grenadines
• Four Seasons Resort — Nevis, West Indies
• Beef Island Airport — Tortola, BVI
• Cedar Valley Golf Club — Antigua, British West Indies
• Levera Golf Club — Grenada, British West Indies
• Radisson Cable Beach Resort — Nassau, Bahamas
• Shannon Golf Club — Freeport, Bahamas
• Bahama Falls Golf Club — Emerald & Ruby Courses, Freeport, Bahamas
• Emerald Bay Resort — Greater Exuma, Bahamas
• El Legado — Gauyama, Puerto Rico
"Irrigation and Water Solutions"
19940 Mona Road Suite 24 Tequesta, FL 33469 � Phone (561) 222-2650 � Fax (561) 666-6696
Suite 005, E5-11/3 Sukhumvit Rd.� Klongteoy � Bangkok, Thailand 10110 � Phone/Fax: +66 2661-1182
C/O AREO BP 88, 13545 Aix en Provence, Cedex 4, France � Office: +33 488 197 557 � Fax: +33 442 971 819
www.aquaturfinti.com
DRUG-FREE WORKPLACE FORM
The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies
that lju44 rg2n 4PUc�.0^ I LLC does:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug free workplace, any available drug counseling, rehabilitation, employee
assistance programs and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notify the employees that, as a condition of
working on the commodities or contractual services that the employee will abide by the terns
of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to any violation of Chapter 1893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5) days after
such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
6. Make a good faith effort to continue to maintain a drug free workplace through
implementation of Paragraph 1 through 5.
As the person authorized to sign this statement, I certify that this firm complies fully with the
above requirements.
Date:
Signature
A-10
PUBLIC ENTITY CRIMES FORM
Any person submitting a quote, bid, or proposal in response to this invitation or Agreement,
must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA
STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided,
and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on
behalf of dealers or suppliers who will ship commodities and receive payment from the resulting
Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are
included with your quote, bid, or proposal. Corrections to the form will not be allowed after the
quote, bid, or proposal opening time and date. Failure to complete this form in every detail and
submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or
proposal.
The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 -133, Florida
Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida
Department of General Services to maintain and make available to other political entities a
"convicted vendor" list consisting of persons and affiliates who are disqualified from public and
purchasing process because they have been found guilty of a public entity crime. A public entity
crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by
a person with respect to and directly related to the transaction of business with any public entity in
Florida or with an agency or political subdivision of any other state or with the United States,
including, but not limited to, any bid or Agreement for goods or services to be provided to any public
entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
By law no public entity shall accept any bid from, award any Agreement to, or transact any
business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for
category two (currently S 10,000) with any person or affiliate on the convicted vendor list for a period
of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that
person or affiliate has been removed from the list pursuant to Section 287.133(3xf), Florida Statutes.
Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement
or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE
CITY OF SEBASTIAN, a person shall file a sworn statement with the Contract/Agreement officer
or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be
utilized and must be properly signed in the presence of a notary public or other officer authorized to
administer oaths and properly executed.
THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE
SUBMITTED CONCURRENTLY WITH YOUR QUOTE OR BID DOCUMENTS. NON-
INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR
QUOTE OR BID.
A-11
SWORN STATEMENT UNDER SECTION 287.133(3Xa),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal or Agreement No. l S' Oct for
THE CITY OF SEBASTIAN. ,� 1
2. This sworn statement is submitted by `l a4i Co ft4r aef i on i LX -
(name of entity submitting sworn statement) whose business address is
?. o. 6 ar � 51 , T� t l &. 00% *'1 I N 3 73 88 and (if applicable) its
Federal Employer Identification (FtK is (If the entity has no FEIN,
include the Social Security Number of the individual signing this sworn
statement: NIA )
3. My name is e^ 1(44 (please print name of individual
signing) and my relationship to the entity named alcove is
O�r►er
4. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Stats
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other
state or with the United States, including, but not limited to, any bid or Agreement for goods or
services to be provided to any public entity or an agency or political subdivision of any other state or
of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy,
or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(b), Florida Statutes.
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of
guilt, in any federal or state trial court of record relating to charges brought by indictment or
information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or
nolo contendere.
6. I understand that an "affiliate" as defined in Paragraph 287.133(lxa), Florida Statutes, means:
(1) A predecessor or successor of a person convicted of a public entity crime; or
(2) An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime.
The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The ownership by one person
of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a prima facie
case that one person controls another person. A person who knowingly enters into a joint venture with
a person who has been convicted of a public entity crime in Florida during the preceding 36 months
shall be considered an affiliate.
A-/2
7. I understand that a "person" as defined in Paragraph 287.133(l)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding Agreement and which bids or applies to bid on Agreements for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active in management of an entity.
8. Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. (Please indicate which statement applies.)
ZNeither
the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in management of the entity, nor
any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to
July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives,
partners, shareholders, employees, members or agents who are active in management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July 1, 1989, AND (Please indicate which additional statement applies.)
There has been a proceeding concerning the conviction before a hearing officer of the State
of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not
place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.)
The person or affiliate was placed on the convicted vendor list. There has been a subsequent
proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The
final order entered by the hearing officer determined that it was in the public interest to remove the
person or affiliate from the convicted vendor list. (Please attach a copy of the final order.)
The person or affiliate has not been pl on the convicted vendor list. (Please describe any
action taken by or pending with the DepartmV
yif ices.)
(Signature)
Date: 4?/,
STATE OF+h9PaE r rewns ss e e
COUNTY OF Co ffe.e
The foregoing instrument was acknowledged before me this I `f day of, 2015 by
5 k P a V t^ N, -,l-4 o&Z n ?V (title) on behalf of
Nµ+t Gwsjracl3o^,L.LC. (name of partnership), a partnership. He/she is personally known tome or has
produced rj/A as identification and did (.'did not () take an oath.
"ON
,��• G�' • • . . , •C,v Name:
'
'STATE
' My Commission Expires: qll< 12
,.,. = Commission Number IJJA
• PU 3L►C
,FE A-/3
BIDDER QUALIFICATION QUESTIONNAIRE
(This form is not required to be incheded in the bid propoesl submittal. However, prior to any Contract Award, such Bidder Qualification
Quanonn = must be completed wd submitted by the Bidder. and reviewed and approved by the City.)
Submitted by
I4,41 4r u.a t L L C
General Contractor's License
of Bidder
M07000oo5708
An Individual
A Partnership
-'A Corporation
Federal Identification # 1- 3830 13 5
Principal Office Address: ! oCa.r,\
rt"��laL.o,a,4 Tr1 37388
(1) How many years has your organization been in business as a contractor under your present name?
8 xea�s
(2) How many years experience in road and utility construction work has your organization had as a contractor?
N /A
As a Subcontractor?
N/A
(3) List below the requested information concerning projects your organization has completed in the last five (5)
years for the type of work required in this project. (Use additional sheets if necessary). Include the type of
wodc similar to the work included in this contract if possible.
Project Contract Required Actual Name/Address/Tel
L119 AmountCg=letion Date Completion Dateof
Res"Me is -A;40'r-� d
(4) Have you ever failed to complete any work awarded to you? If so, where and why?
M
A -II
(5) Has any officer or partner of your organization ever been an offices or partner of some other organization that
failed to complete a construction contract? If so, state name of individual, name of other organization, and
reason therefore.
(6) Has any officer or partner of your organization ever failed to complete any construction contract handled in his
own name? *I�f so, state name of individual, naive of owner and reason therefore.
Nt7
(7) Give below any information which would indicate the size and capacity of your organization, including number
ofemployees, equipment owned by your organization, etc('., which are available for utilization on this Contract.
wt hO.J*- 30 +. 60 CMP'•yee.5 Floc k:wI } !AS 14 wry ij: ii. our
Cr<•a A�
G��i�.�K4* ul� Coin
ha �t 7
�GI�C irl:
ia.� efa
t45
0. - one
�:.v►t.
Od o,,,n
Vtrmccr �reAcktr3 tl
v. brd�.r
P/o..�sj a.J
all 4yr-S
(8) What is your bonding capacity? WI 1500, 000
(9) What amount of your bonding capacity has been used as of the date of this bid?
to
(10) How many applications for performance and payment bonds have you made in the last three (3) years?
(11) How many of these applications were not approved? !��A
A-15
(12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the
nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of
each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.)
A10
(13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are
completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the
Ownees Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheds if necessary.)
NO
I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the
date hereinafter set forth, and that those examining this document have my permission to contact any
or all of those parties listed in this questionnaire. Incorrect or misleading statements In this
questionnaire shall be grounds for a determination of nonresponsibility with respect to such contractor.
s**sssssssssss*ssss***ssss***ss****sss****ss**s**s***s******s****s*ssssssss*ss*ss
(SIGNATURE OF BIDDER)
/V tJ4 ron SbUd 1 UC
(TYPE OR PRINT COMPANY NAME)
P 0.5c,,(a 51 Tu 11.ok9^%%, -r D 37388
(TYPE OR PRINT ADDRESS)
A-16
IRRIGATION SYSTEM
MATERIAL AND INSTALLATION
SPECIFICATIONS
TO BE INSTALLED AT
Sebastian Golf Club
Sebastian, Florida
Prepared by:
Aqua Turf International
19940 Mona Road, Suite 2
Tequesta, FL 33469
PH: (561) 222-2650
www.acivaturfintl.com
IRRICIATlON
Nutt Irrigation, Inc.
PO Box 251
Tullahoma, TN 37388
PH: (931) 703-8039
' Date: 08.13.15
I'
Sebastian Golf Club
Material and Installation Specifications
TABLE OF CONTENTS
SECTION 1 - SCOPE OF WORK AND GENERAL CONDITIONS ............... 4 - 8
Objective
Definitions
Bidders Requirements
Location and Scope of Work
Drawings
Guarantee
Permits and Code
Additions and Deletions
SECTION 2 - CONSTRUCTION GUIDELINES ................................. 9-13
General Conditions
Contractor Understanding
Safety
Supervision and Workmanship
Existing Facilities and Structures
Materials
Maintenance of existing system
Clean-up
Programming and Training
SECTION 3 - STAKING AND CONSTRUCTION RECORDS .................. 14-16
General
Flagging & Staking
Construction Record Drawings
Construction Recorded Photography
Improper Location of Equipment
SECTION 4 - EXCAVATION........................................................ 17-19
Excavation
Rock Excavation
Backfill
Street Crossings
Cart Paths
Aqua Turf International—Jupiter, FL 2
Sebastian Golf Club
Material and Installation Specifications
TABLE OF CONTENTS
SECTION 5 - PIPING AND CONNECTIONS .....................................
Handling
Mainline and Lateral Materials and Installation
Fittings and Valves
Valve Boxes
Flushing
Inspection
HDPE Pipe Testing
Balance and Adjustment
Notice of Completion
Final Inspection
SECTION 6 - SPRINKLERS AND IRRIGATION VALVES ....................
Sprinklers
Quick Coupling Valves
Automatic Control Valves
20-30
31-32
SECTION 7 - CONTROLS AND ELECTRICAL ................................. 33-40
Central Control
Field Satellite Controllers
Weather Station
Wiring
Grounding
SECTION 8 - PUMP STATION............................................................. 41
Existing Pump Station
SECTION 9 - APPENDIX................................................................
Specifications Outline
42
Aqua Turf International— Jupiter, FL 3
Sebastian Golf Club
Material and Installation Specifications
' SECTION 1 - GENERAL CONDITIONS & SCOPE OF WORK
' 1. Objective
It is the objective of the plans, details and specifications to ensure:
a. Workmanship and Ouality
The assembly of the irrigation system for the project will be achieved in an efficient and
satisfactory manner, and in accordance with the highest workmanlike standards established for
irrigation system installation in order to ensure the highest quality installation, operation and
efficiency upon completion.
' b. Complete Installation
The finished system shall be complete in every respect and shall be ready for operation to the
satisfaction of the OWNER. Accordingly, the requirements of these specifications and
' accompanying plans and details shall be considered as part of the contract. The chosen
CONTRACTOR will follow the specifications, plans and details with due perseverance.
2. Definitions
The following references shall be represented as:
OWNERIMANAGEMENT — SEBASTIAN GOLF CLUB
CONSULTANT — AQUA TURF INTERNATIONAL (ATI)
CONTRACTOR — NUTT IRRIGATION, INC.
The project has been designed by Aqua Turf International, Inc. hereinafter called
CONSULTANT, and who is to act as OWNER'S representative, assume all duties and
responsibilities and have the rights and authority assigned to CONSULTANT in the Contract
Documents in connection with completion of the work in accordance with the Contract
Documents.
3. Bidders Requirements
NA
4. Location and Scope of Work
The site location for the project is in Sebastian, Florida. The project should be bid based on
the existing turf to remain on all holes as defined.
The CONTRACTOR shall install an automatic underground irrigation system as indicated on
the drawings and as hereafter specified. This includes all materials, labor, equipment, tools,
permits, appliances and taxes and all other costs necessary and appropriate. No deviation from
these specifications, the accompanying drawings, the contract, or other general conditions is
authorized. No such deviation shall be made unless written authorization signed by the
OWNER, or his duly appointed representative, has been obtained in advance. Any labor,
machinery, tools and permits specifically identified either on the drawings or in the
specifications that are required for or can be reasonably anticipated for completion of the
irrigation system shall be furnished by the CONTRACTOR at no additional cost to the
OWNER. The CONTRACTOR shall be specifically responsible for the coordination and
proper integration of the work with all trades involved in the project.
a. Water Source
The water source for this project at the time of the design is ground water. Water sources can
change between the design and construction. The CONTRACTOR is responsible for insuring
Aqua Turf International— Jupiter, FL
' Sebastian Golf Club
Material and Installation Specifications
' that all materials installed meet any code requirement for the water to be used in the system at
the time of installation.
b. Special Circumstances
THE CONTRACTOR WILL KEEP THE EXISTING SYSTEM PRESSURIZED TO MAINTAIN THE ABILITY
TO IRRIGATE THE HOLE BY EITHER THE OLD OR NEW SYSTEM. NO HOLE SHALL BE DOWN FOR
' MORE THAN 48 HOURS. ANY ADDITIONAL ISOLATION REQUIRED TO MEET THESE
REQUIREMENTS WILL BE AT NO ADDITIONAL COST TO THE OWNER.
' Restrooms on the golf course and at the maintenance building will be made available but must
be left clean when used by the construction staff or the access will be denied. Portable toilets
may be set up for CONTRACTORS use at the expense of the CONTRACTOR.
c. SchedulinE
• Construction is to commence on the golf course Holes 1-18 and the Practice Area on
' October 1, 2015. All work on the golf course should be completed by January 31,
2016. Construction is to commence at the existing pump station.
• Days of the week: 7 except for scheduled tournaments
' • Start and End Time: lam -7pm
d. CONTRACTOR Experience
Hieh Density Polyethylene Pipe "(HDPE)"
The irrigation CONTRACTOR and the project supervisor shall have completed two (2) 18 hole
HDPE projects of similar scope in the last five (5) years.
The CONTRACTOR shall have successfully installed high density polyethylene pipe in golf
course irrigation projects. References will be required. These reference(s) must provide a
satisfactory response or the experience will not be accepted.
The CONTRACTOR and his fusion crew personnel shall have completed an ON-SITE 3-5day
training on the use of all fusion equipment to be used on the project including; compatible
fusion, manual butt fusion, hydraulic butt fusion, socket fusion, electro fusion, sidewall saddle
fusion and show proof of an HDPE certificate, which includes compatible fusion, within the
last calendar year. Trainer must be qualified in all fusion types and quality control measures.
Trainer must inspect all fusion equipment for proper operation. Trainer will perform a fused
joint inspection. Trainer must spend sufficient time with course superintendent and his crew
for proper repair and maintenance procedures. This training will be taught by a qualified
fusion trainer at the jobsite. HDPE Trainer/Consultant must have a minimum of 5 years onsite
HDPE training and support in golf/turf/commercial irrigation projects. The trainer shall spend
one day back ON-SITE 30 days after installation begins for an inspection and review of the
CONTRACTORS fusion crew personnel. The CONTRACTOR shall furnish a copy of the
completion certificates to the CONSULTANT or OWNERS REPRESENTATIVE prior to
beginning work. Certificates shall be issued within the last calendar year.
Fusion Crew Personnel- includes any employee or sub contractor involved with operating any
HDPE fusion equipment or directly involved with the fusion operation.
The training will include the following:
Compatible fusion
Butt fusion
Aqua Turf International— Jupiter, FL
F
Sebastian Golf Club
Material and Installation Specifications
3. Socket fusion
4. Electro -fusion
5. Side wall fusion
6. Attachment of mechanical saddles
7. Hands on operation of fusion equipment
8. Equipment manufacture's guidelines
9. HDPE pipe, fittings manufacture's recommended procedures
CONTRACTOR Equipment Qualifications
If the CONTRACTOR owns butt fusion equipment, the equipment must be serviced prior to
use for this project. The machine must be environmental friendly and satisfactory working
order. The hydraulic system must be leak free. The pressure gage must be checked for
accuracy and the thermometer checked.
The extent of the CONTRACTOR experience shall be Bidder Questionnaire included with the
' Bid Documents.
5. Drawings
' a. Additional Drawings
See IRC Specifications
' b. Verification of Dimensions
The drawings show the extent and general arrangement of the irrigation system. Due to the
scale of the drawings, it may not be possible to indicate all offsets, fittings and accessories that
' may be required. Before proceeding with the work, the CONTRACTOR shall visit the
premises and carefully check and verify all dimensions and shall report all variations from
those indicated on the plans to the OWNER and CONSULTANT. In addition, the
CONTRACTOR shall carefully investigate the structural and site conditions and become
thoroughly familiar with all details of the work and working conditions.
c. Precedence of Drawines
' The irrigation design is essentially diagrammatic with size and location of the equipment
drawn to scale whenever possible. CONTRACTOR shall make use of all data in the contract
documents and shall verify this information at construction site. CONTRACTOR shall furnish
' and install all work called for on the drawings whether or not specifically mentioned in the
specifications.
' d. Verification of Ouantities
Every effort has been made to estimate the quantities of material needed for this job. The
quantities listed are to insure equitable bidding. However, the scope of work can change in
construction. The selected contractor should make ATI aware of any discrepancies found in
the quantities prior to finalizing the contract. Any changes will be negotiated at that time or
Aqua Turf International— Jupiter, FL 6
If a butt fusion machine is rented, it must be rented from company that has a fusion machine
'
service center or centers certified by the butt fusion machine manufacturer. The machine must
arrive with certification that the pressure gage and heater thermometer were accurate when
shipped.
'
All fusion equipment shall be inspected and approved for operation onsite by the HDPE
supplier. The CONTRACTOR shall submit a written approval of such equipment before
commencement of the project.
The extent of the CONTRACTOR experience shall be Bidder Questionnaire included with the
' Bid Documents.
5. Drawings
' a. Additional Drawings
See IRC Specifications
' b. Verification of Dimensions
The drawings show the extent and general arrangement of the irrigation system. Due to the
scale of the drawings, it may not be possible to indicate all offsets, fittings and accessories that
' may be required. Before proceeding with the work, the CONTRACTOR shall visit the
premises and carefully check and verify all dimensions and shall report all variations from
those indicated on the plans to the OWNER and CONSULTANT. In addition, the
CONTRACTOR shall carefully investigate the structural and site conditions and become
thoroughly familiar with all details of the work and working conditions.
c. Precedence of Drawines
' The irrigation design is essentially diagrammatic with size and location of the equipment
drawn to scale whenever possible. CONTRACTOR shall make use of all data in the contract
documents and shall verify this information at construction site. CONTRACTOR shall furnish
' and install all work called for on the drawings whether or not specifically mentioned in the
specifications.
' d. Verification of Ouantities
Every effort has been made to estimate the quantities of material needed for this job. The
quantities listed are to insure equitable bidding. However, the scope of work can change in
construction. The selected contractor should make ATI aware of any discrepancies found in
the quantities prior to finalizing the contract. Any changes will be negotiated at that time or
Aqua Turf International— Jupiter, FL 6
Sebastian Golf Club
Material and Installation Specifications
adjusted by unit pricing listed in the unit price list. In addition, small incidentals may not be
included. ATI will NOT be held responsible for the construction materials ordered.
CONTRACTOR to verify all quantities.
6. Guarantee
The workmanship included under the contract shall be guaranteed for twelve (12) months by
the CONTRACTOR from the final date of acceptance by the OWNER. Materials and products
furnished under this contract shall also be guaranteed by the CONTRACTOR for a minimum
of twelve (12) months from final approval. The CONTRACTOR shall furnish to the OWNER
all written warranties provided by the manufacturer or DISTRIBUTORs of any equipment or
materials installed under this contract. In the event of malfunction within the time specified
above, all necessary repairs and/or replacements shall be made expediently by the
CONTRACTOR, at no additional cost to the OWNER. The OWNER retains the right to make
emergency repairs without relieving the guarantee obligations of the CONTRACTOR. The
OWNER has the responsibility to maintain the irrigation system in proper working order
during the warranty period. In the event the CONTRACTOR does not respond to the
OWNER'S request for repair work under this guarantee within a period of seventy-two (72)
hours, the OWNER may make such repairs as he deems necessary at the full expense of the
CONTRACTOR.
Any settling of back-filled trenches that may occur during the guarantee period, shall be
' repaired by the CONTRACTOR at no additional cost to the OWNER, including the complete
restoration of all sod/cut and replace turf, damaged planting, paving or other improvements of
any kind.
NOTE: If the OWNER takes responsibility of the leveling of the trenches any time during
construction or the guarantee period it must be in writing of the scope to be performed. At this
point the CONTRACTOR will be relieved of his duties to repair any settling that occurs in this
area.
7. Permits and Code
City of Sebastian
1225 Main Street
Sebastian, Florida 32958
8. Additions and Deletions
The CONTRACTOR agrees to make any and all changes or deviations from the original plans
' and specifications, when requested. Any additions or deletions will be based on the Unit Prices
provided on the Unit Price List.
' The CONTRACTOR may be asked to submit a lump sum price for major additions or deletions
to the project. The terms of such changes should be understood and agreed upon in writing by
the OWNER and CONTRACTOR prior to commencement of work. Additional work or
' deviations performed without written authorization will not be subject to reimbursement. Items
not covered by the Unit Prices shall be submitted by the CONTRACTOR as an itemized
invoice covering all labor for the additional work. A reasonable percentage to cover overhead
and profit shall be added to the CONTRACTOR'S cost. Deletions of the work will be handled
using the same procedure.
If, during final inspection, unacceptable or incomplete conditions exist and such conditions are
not corrected within the prescribed time and the OWNER undertakes to correct said conditions
Aqua Turf International— Jupiter, FL 7
1
Sebastian Golf Club
Material and Installation Specifications
or corrections, the contract cost will be reduced by an amount reasonable to cover the cost of
making the corrections or incomplete conditions. If the work consists of items for which Unit
Prices have been designated, these Unit Prices shall be used. In all other cases, the actual cost
of labor with a reasonable percentage added for overhead, will be the method to determine
reduction of compensation.
The OWNER, through his OWNER'S REPRESENTATIVE, and without invalidating the
contract, may order additional work or alterations to the original contract, adding to or deleting
from the original work. All such additions or deletions shall be requested in writing and the
contract sum shall be adjusted accordingly in conformance with the unit costs as bid by the
CONTRACTOR and accepted by the OWNER. All such work shall be completed under the
conditions of the contract except that any claim for extension of time caused by additions shall
be adjusted at the time of ordering such change. Minor changes in the work that do not involve
extra cost and are not inconsistent with the purpose of the work can be ordered by the
OWNER'S REPRESENTATIVE and no claim for an addition to the contract sum will be
considered.
Aqua Turf International— Jupiter, FL
Sebastian Golf Club
Material and Installation Specifications
' SECTION 2 - CONSTRUCTION GUIDELINES
1. General Conditions
Installation of the irrigation system shall proceed in the following general manner:
a. CONTRACTOR must submit a material specification submittal booklet prior to
installation to be approved by CONSULTANT.
b. CONTRACTOR responsible for ordering of material, handling, storage, all quantities, and
security.
c. The pump station — Existing.
d. Installation of mainline pipe, fittings, valves and power wire starting will commence at the
Pump Station.
e. Installation of lateral pipe, wire, fittings, swing joints and isolation valves with flushing of
lateral piping and valves, upon completion of flushing of connecting mainline sections.
f. Mainline trenches 8" and larger shall be trenched method unless prior approved by
CONSULTANT.
g. All pipe trenches 11/2",2",4" and 6" shall be trenchless method.
' h.
The CONTRACTOR will remove, cap and repair damaged areas on all existing above
ground and exposed below ground irrigation components.
i.
CONTRACTOR will remove all existing sprinkler and satellites after new irrigation is
'
installed, and approved by the OWNER'S REPRESENTATIVE or CONSULTANT.
CONTRACTOR is responsible for ALL underground utilities.
j.
CONTRACTOR is responsible for all existing mainline tie-in's noted on plan.
' k.
Cut out any exposed abandoned electrical wires or hydraulic tubes.
1.
CONTRACTOR will be responsible to repair all existing pipe, power wire and hydraulic
tubes to maintain existing irrigation system.
' m.
CONTRACTOR is responsible for backfill and compact any open mainline or lateral
trenches in ROUGH areas only or approved by the OWNER'S REPRESENTATIVE.
n.
CONTRACTOR is responsible for sod cut, replace and watering the replaced turf in
'
FAIRWAY areas only until the hole or area approved by OWNER'S
REPRESENTATIVE.
o.
CONTRACTOR is responsible for replacing all damaged turf and watering in the replaced
'
turf until the hole or area has been restored to its prior condition and approved by
OWNER'S REPRESENTATIVE.
p.
CONTRACTOR is responsible for laying a ring of sod around all valve and electrical
'
splice boxes. OWNER will provide the turf. CONTRACTOR is responsible for watering
in the turf until the hole or area has been restored to its prior condition and approved by
OWNER'S REPRESENTATIVE.
' q.
Delivery or upgrade and installation of central computer before commencement of work.
r.
Installation of sprinklers to grade after flushing lateral lines.
s.
Cleanup and final back -filling of trenches and cart path repair.
' t.
Weekly submittal of CONTRACTOR annotated and revised "Revised As -Staked
Drawings" to the CONSULTANT indicating pipe size and station numbers and verifying
all components.
' u.
GROUNDING tested (by: Material DISTRIBUTOR'S Representative), modified if
necessary by CONTRACTOR.
v.
Final Clean-up.
t w.
Re -setting of sprinklers, valves boxes, etc. to grade after grassing and a minimum 2- month
settling period if needed.
Aqua Turf
International— Jupiter, FL 9
Sebastian Golf Club
Material and Installation Specifications
x. HDPE Supplier/ representative must make three site visits to the site during construction
for training and to inspect CONTRACTOR workmanship.
y. The Irrigation Supplier shall provide a representative from their company to make monthly
site visits during construction and at the conclusion of construction for a period of six
months and report the findings to the CONSULTANT and OWNER. At the conclusion of
the project the Supplier will be responsible for testing the grounding, sprinklers and central
control system to verify that it is installed and operating per the specifications. The
CONSULTANT will communicate these findings as well as the other compliance with the
specifications to the OWNER during the final walkthrough. The Supplier will continue to
monitor the operation of the system for a six month period to insure the system is fully
operational.
2. CONTRACTOR'S Understanding
By submitting a bid proposal, it is understood and agreed by the CONTRACTOR that he has,
by careful examination of the site, satisfied himself as to the nature and location of the work,
the conformity of the ground, the character, quality and quanti of materials to be used, the
character of the equipment and facilities incidental to the completion of the work, the general
and local conditions, and other matters that may in any way affect the work under this contract.
The contract shall not be affected or modified nor shall any of its terms or obligations be
affected or modified by verbal agreement or conversation with any officer, agent, or employees
of the OWNER, either before, during, or after the execution of this contract.
3. Safety
The CONTRACTOR shall follow all standard construction methods and complete all aspects
of work in a professional manner. All methods should comply with current OSHA standards.
The CONTRACTOR shall provide for proper worker safety at all times.
4. Supervision and Workmanship
a. Supervisor
The CONTRACTOR shall keep on the project, during its progress, a qualified supervisor
and any necessary assistants, all satisfactory to the OWNER and CONSULTANT. The
supervisor shall represent the CONTRACTOR, in his absence, and all directions given to
him shall be as binding as if given to the CONTRACTOR. The irrigation supervisor
shall be approved by the CONSULTANT and the approved supervisor will be
maintained throughout the job unless prior approved by the CONSULTANT. The name
of the supervisor must be listed on the Bidder Questionnaire, included with the Bid
Documents.
b. Workmanship
Every facet of the work described herein shall be executed in strict accordance with the
contract documents in the most workmanlike and substantial manner. All workmanship
shall be the best of its kind. All materials, equipment and labor shall be furnished in
ample quantities to facilitate the proper and expeditious execution of the work. All
materials shall be new, except such materials as may be expressly provided in the
contract documents to be otherwise.
5. Existing Facilities and Structures
The plans may show the location and nature of existing facilities, structures and utilities.
However, neither the OWNER nor CONSULTANT assumes any responsibility for the
correctness or completeness of this information. The CONTRACTOR shall request such
Aqua Turf International— Jupiter, FL 10
Sebastian Golf Club
Material and Installation Specifications
information from the OWNER, appropriate agency or utility, sufficiently in advance of
construction to preclude damage to the same.
6. Materials
All materials to be supplied by the CONTRACTOR shall be new, and the best procurable
without defects, and as required by the plans, specifications and special provisions. All
equipment shall be supported by local service organizations. All materials shall be suitable for
the pressures and temperatures to be encountered. Any materials or equipment found to be
defective or not as specified shall be removed from the site by the CONTRACTOR, and proper
materials shall be installed by the CONTRACTOR at the expense of the CONTRACTOR.
The vendor for the materials shall be listed in the Bidder Questionnaire included with the Bid
Documents.
a. Submittals
The CONTRACTOR shall submit with his bid a list of labor & materials to include the
vendors and models to be installed. Submittals shall be listed in Section 9.0 on the
Bidder Questionnaire included in the Bid Documents and shall include the following
materials (HDPE system including pipe, poly valves, poly fittings, swing joints,
sprinklers, wire and all valves including air relief and drain valves)
b. Approval
The CONTRACTOR shall submit a material specification submittal booklet of all
material to be ordered prior to installation. No material shall be installed before on-site
Aqua Turf International—Jupiter, FL 11
The CONTRACTOR shall exercise the utmost of care in protecting all existing buildings,
equipment, piping, pipe coverings, utilities, roads, sidewalks, landscaping or other structures of
'
any kind. The CONTRACTOR shall be liable for any damage to any of the OWNER'S
property.
Any damage from leaks in the piping system being installed by the CONTRACTOR or his
'
agents, employees, or sub -contractors during the course of his work, whether through
negligence or otherwise, shall be replaced or repaired by the CONTRACTOR at his own
expense in a manner satisfactory to the CONSULTANT. Such repair or replacement shall be a
'
condition precedent to the OWNER'S obligation to make final payment under the contract.
The CONTRACTOR shall perform all cutting, patching and fitting of his work required to
'
match to the work of others or existing irrigation system, structures or utilities either shown on
the plans, implied in the specifications or necessary to complete the installation and to make
the parts of his work whole. The CONTRACTOR shall take all necessary and reasonable
'
precautions to prevent any damage to existing turf, trees, foliage, plant material, wetlands, sand
dunes, native areas, archeological areas or other property of the OWNER. Any such areas
disturbed by the CONTRACTOR, his employees, agents or sub -contractors shall be restored to
their original condition by, and at the CONTRACTOR'S expense. No native or
'
environmentally sensitive areas shall be disturbed in the slightest degree. The CONTRACTOR
must impress his organization with this sense of importance and responsibility to preserve the
delicate nature of such areas. Hunting, exploring, camping, recreation or other activities not
related to the performance of work by the CONTRACTOR is prohibited on the OWNER'S
property. Employees in violation of this request shall be subject to dismissal.
6. Materials
All materials to be supplied by the CONTRACTOR shall be new, and the best procurable
without defects, and as required by the plans, specifications and special provisions. All
equipment shall be supported by local service organizations. All materials shall be suitable for
the pressures and temperatures to be encountered. Any materials or equipment found to be
defective or not as specified shall be removed from the site by the CONTRACTOR, and proper
materials shall be installed by the CONTRACTOR at the expense of the CONTRACTOR.
The vendor for the materials shall be listed in the Bidder Questionnaire included with the Bid
Documents.
a. Submittals
The CONTRACTOR shall submit with his bid a list of labor & materials to include the
vendors and models to be installed. Submittals shall be listed in Section 9.0 on the
Bidder Questionnaire included in the Bid Documents and shall include the following
materials (HDPE system including pipe, poly valves, poly fittings, swing joints,
sprinklers, wire and all valves including air relief and drain valves)
b. Approval
The CONTRACTOR shall submit a material specification submittal booklet of all
material to be ordered prior to installation. No material shall be installed before on-site
Aqua Turf International—Jupiter, FL 11
Sebastian Golf Club
Material and Installation Specifications
inspection and approval of the material by the CONSULTANT or the OWNER'S
REPRESENTATIVE.
C. Delivery
The CONTRACTOR shall coordinate the delivery of all materials and equipment to
avoid delay of the project. The CONTRACTOR is responsible for providing any and all
means including equipment, labor, etc. for the complete delivery and proper unloading of
all materials from suppliers.
d. Substitutions
All materials and installation shall be as specified and approved by the OWNER with
input from the CONSULTANT and OWNER'S REPRESENTATIVE. If materials have
no reference of "approved equal" or "accepted equivalent", CONTRACTOR shall bid on
specified materials. Any changes to plans or specifications made prior to bidding will be
through written addendum.
e. Storaee
The OWNER shall provide a specified location in which all materials to be used on the
project shall be stored when not in use. Provision of the land is for the purpose of
keeping the property neat and orderly and in no way waives any requirements of the
CONTRACTOR to protect his equipment and materials from damage by the elements or
from theft or vandalism. Facilities of adequate size and water -tight, with floors raised
above ground level, shall be provided for all types of materials that are liable to damage
from exposure to weather. Other materials shall be stored on blocks off the ground.
Materials shall be located as to allow easy access for inspection and identification. All
materials shall be carefully stacked and stored on the grounds, and all work shall be
performed in strict conformity with local laws regarding the same. The storage location
shall be supplied with adequate security to the satisfaction of the CONSULTANT, in
order to protect the materials stored therein. The OWNER or CONSULTANT may enter
the material storage area for inspection, inventory, or any other purpose as he deems
necessary. Any material that has become damaged, weathered, deteriorated or otherwise
become unfit for use shall not be used in the project.
Upon completion of all work, or when directed by the CONSULTANT or OWNER'S
REPRESENTATIVE, the CONTRACTOR shall remove the storage facility promptly
from the construction site.
f. Materials Furnished by the OWNER
The OWNER will provide all electrical power disconnects for the project at locations as
noted on the plans. The CONTRACTOR shall make all connections and provide labor
and materials to make connections to the irrigation system control system power wiring
from the OWNER supplied disconnect panels. Where necessary, the CONTRACTOR
will provide and install all power conditioners/voltage regulating/stabilizer units at
required electrical supply points. All connections to the meters/hook-ups/disconnects at
any location shall be made by a licensed electrical CONTRACTOR per all applicable
codes.
g. Additional Equipment
(2) Sets of complete sprinkler tools
(2) Quick coupler keys with swivel hose ells
Aqua Turf International— Jupiter, FL 12
Sebastian Golf Club
Material and Installation Specifications
h. Handling
The CONTRACTOR shall be responsible for correct procedures in loading, unloading,
stacking, transporting and handling all materials to be used in the system. The
CONTRACTOR shall avoid rough handling that could affect the useful life of
equipment. Pipe and other materials shall be handled in accordance with the
manufacturer's recommendations on loading, unloading and storage.
7. Maintenance of Existing System
The existing system shall be maintained in satisfactory working order at all times until the
contracted system is available for use in any given area. Where cut -ins or tap -ins to the
existing system are required, shutdown time of the existing system shall be no longer than 48
hours. All shutdowns will be coordinated and approved in advance by OWNER. The
CONTRACTOR will be responsible for locating the existing system per the as -built drawings
and provide the necessary connections to the new system.
The purpose of this provision is to prevent possible damage to or loss of existing turf due to
loss of existing irrigation facilities. If such capabilities are lost, the CONTRACTOR shall be
held responsible for maintaining the existing turf or for the cost of replacing the turf. At a
minimum, the CONTRACTOR shall have a water truck on site for emergency irrigation of turf
as needed. If damage to the existing system does not impair the capabilities of irrigating the
turf, such damage may be left without repair on written approval of the OWNER'S
REPRESENTATIVE.
8. Clean -Up
The CONTRACTOR shall remove waste materials from the site during the entire term of the
project, as is necessary to maintain the premises in a clean and orderly fashion. Upon
completion of the work, the CONTRACTOR shall promptly remove from the site all temporary
structures, field office, debris and waste incidental to his operation and shall clean and prepare
all fixtures and surfaces relative to the contract. Failure to perform a clean-up function within
seventy-two (72) hours of notification by the OWNER may result in this work performed by
others in a manner he deems expedient. The cost therein shall be charged to the
CONTRACTOR and deducted from moneys due under this contract.
9. Programming and TraininE
The irrigation computer shall be completely programmed to include all database entries such as
station numbers, sprinkler type, radius and flow. The flow management of the software will be
programmed to ensure the most efficient operation to include pump capacity and mainline
hydraulic flow zones. The irrigation schedules and programs will be created. The as -built
digital file will be converted into the appropriate .slip files and the database information will be
combined with the mapping software for the selected irrigation manufacturer. Programming
for the computer central system is to be provided by the CONSULTANT (Aqua Turf
International). The CONSULTANT will coordinate the loading of the data and map in the
irrigation computer as well as superintendent training with the local DISTRIBUTOR.
Aqua Turf International— Jupiter, FL
13
Sebastian Golf Club
Material and Installation Specifications
' SECTION 3 - STAKING AND CONSTRUCTION RECORDS
General
The flagging of the golf course irrigation components will be performed by a CONSULTANT
to determine the locations of the mainline, sprinklers, valves and quick couplers prior to
installation.
The CONTRACTOR may be required to make field adjustments from the initial design in
' order to effectively irrigate the course as a result of adjustments before or during construction.
These minor adjustments will not be compensated. However, significant changes in quantities
or routings will be compensated as per the Unit Prices.
The CONTRACTOR may change the pipe routing or depth of trench in order to compensate
for rock or other obstacles with the prior approval of the CONSULTANT or OWNER'S
' REPRESENTATIVE. Field changes of this minor extent will in no way affect the contract
price except where changes alter the quantity of materials or increase the depth of trench and
backfill required. The routing of the pipe should otherwise generally follow the irrigation plan.
' Any changes require the prior approval of the CONSULTANT and OWNER.
2. F1a2Eine and Staking
Flagging services are to be provided by the CONSULTANT (Aqua Turf International). The
' CONSULTANT will conduct frequent site visits for a pre -construction meeting to review the
irrigation plan and staking procedure, flagging of all irrigation components, material and
installation inspections and a final walk through. The CONSULTANT will initially review the
' entire sprinkler layout and strategy with the CONTRACTOR.
Prior to staking, the following items should be met in order to advance the process:
' A. Holes to be staked shall be prior approved by the CONSULTANT.
B. Drainage shall be completed on all holes to be staked.
C. All boundary lines, grassing limits, cart paths and landing areas shall be located.
' D. All greens shall be cored and final approved for drainage.
A minimum of (3) hole shall be ready for staking at the time of the staking visit by the
' CONSULTANT. If less than (3) holes are ready, the CONTRACTOR can pay for an
additional site visit and expedited travel expenses to be negotiated with the CONSULTANT.
A minimum of (5) day's advance notice shall be given that holes will be ready. If less than (5)
' days' notice is given, the CONTRACTOR may be required to pay an expedition fee and travel
expenses to be negotiated with the CONSULTANT. Additional staking fees may also be
applicable if the total number of visits is exceeded. Eight (8) site visits are included. If
' additional visits are required the CONTRACTOR will negotiated fees and travel expenses with
the CONSULTANT.
' The locations of the sprinklers and valves on the plans are essentially diagrammatic. In no
instance shall the spacing of sprinklers exceed the distances as shown on the drawings. All
flags for staking will be provided by the CONSULTANT.
' The_flags will be immediately replaced by the CONTRACTOR with stakes and clearlv
marked in order to clearly desiEnate the equipment to be installed at each location.
Stakes/hubs shall be placed accurately and components shall be located within one (1) foot of
' the indicated/flagged position. Any offset from the base position shall be clearly indicated to
insure accurate installation. The CONTRACTOR shall maintain this staking, and have the
Aqua Turf International— Jupiter, FL 14
Sebastian Golf Club
Material and Installation Specifications
CONSULTANT replace any disturbed stakes to the correct position (at the CONTRACTOR'S
expense), until the equipment is installed and indicated by the contractor on the revised "As -
Staked Drawings."
Approximately three days after completion of each staking visit, the CONSULTANT shall
provide the CONTRACTOR a set of reproducible "As Staked Drawings" via the email, FTP
site, mail or the CONTRACTOR can pay for overnight delivery fees. The drawings will
include the sprinkler locations with sprinkler addresses. The CONTRACTOR shall
immediately verify the drawings in comparison to the staking and immediately notify the
CONSULTANT of any variances. These as -staked drawings shall be the basis for the Final
Construction Record Drawings. CONSULTANT shall be notified by the CONTRACTOR if
the sprinkler addresses are changed from those supplied at the time of installation. The next
staking visit will not be made until the previous sprinkler addresses are verified. The purpose
for this is to allow for accurate and expeditious as -built development as well as programming
of the central computer by the CONSULTANT. If the sprinkler addresses are changed without
notification to the CONSULTANT prior to programming the CONTRACTOR will be billed
extra per hour for the time required to revise the as -built drawing and irrigation program.
3. Construction Record Drawines (CRD)
The GPS As -Built is to be provided by the CONSULTANT (Aqua Turf International). The
GPS As -Built shall account for all irrigation components to include sprinklers, valves, pipe
routing, pipe size, wire routing, wire size, wire splices, satellites and quick couplers installed
on the project. This will be accomplished using SUB CENTIMETER accuracy Trimble GPS
survey equipment or accepted equivalent in combination with timely and accurate field notes.
The CONTRACTOR shall stake all in -ground irrigation fittings, wire splices, valves, capped
lateral lines, plugged service tees, and other buried components with a3/4" x 3' PVC stake or
accepted equivalent to provide for GPS Sub -meter mapping by the CONSULTANT. The
CONTRACTOR shall maintain this staking, and replace any disturbed stakes to the correct
position until the as -built is finalized. The GPS As -Built is to be provided by an
CONSULTANT and shall be part of the CONTRACTORS lump sum price. The
CONSULTANT shall be regularly engaged and qualified in the business of Golf Course GPS
AS-Builts for the preceding five years and shall have satisfactorily completed at least ten
eighteen -hole golf course As -Built maps or the equivalent. All as-builts must be performed on
AutoCAD 2016 provided in color with clear adequate interpretation of the construction record
drawings with a backup file on disk.
The CONTRACTOR shall neatly maintain updated irrigation "as -built" field notes. The notes
for each hole shall be provided to the CONSULTANT within (1) week after installation of the
hole. The CONTRACTOR shall maintain a copy of the field notes for their records.
Information included on the irrigation field notes shall include, but is not limited to:
A. Person responsible for drawings and date of preparation.
B. Pipe routing and size, mainline fitting angles.
C. Indication of all sprinkler types and nozzles.
D. Location of all water sources and electrical supply points.
E. Station and satellite assignment of sprinklers.
F. Wire trench locations and all wire splices.
G. Measurements to all valves and wire splices.
H. Notes of any unique installation conditions or equipment.
The CONTRACTOR shall keep a qualified person on the job during the entire project to
update and coordinate the on-going "as -built drawing/CRD".
Aqua Turf International— Jupiter, FL 15
Sebastian Golf Club
Material and Installation Specifications
The CONSULTANT will provide drawings of the final "as-built/CRD" of the irrigation system
from these notes and the GPS data. The irrigation as -built data will be provided to the OWNER
by the CONSULTANT:
A. High-resolution satellite aerial photography will be provided
B. All data will be in AutoCAD & pdf format stored on an individual jump drive for backup
to be stored by CONSULTANT.
C. The data will be provided on a single sheet at 1"=100' scale, high-resolution aerial overlay
onto a high -glossy photo paper ready for wall mounting.
D. As -built will also be supplied in 42" x 30" color plots at 1"=200'and 1"=100'(Overall
irrigation layout, satellite control plan, plumbing and electric plan and updated golf course
area plan).
E. Two (2) 11 "x 17" color laminated hole x hole bound for field books.
F. One (1) 8'h" x11" color laminated hole x hole station ID to be stored with each satellite.
4. Construction Record Photoeraphy
Construction Record Photography will be taken by the CONTRACTOR to meet the following
criteria:
A. Photograph the work in progress from vantage points which will show principal activity
since previously photographed.
B. Photography shall include: back bend test, mainline & wire installation to include depth of
cover and compaction techniques; fitting, valve, splices and grounding installation. Lateral
pipe and sprinkler installation.
C. Adequate quantity of photography shall be provided by hole to adequately depict the
installation, approx. Twenty (20) photos per hole.
D. Submit progress construction photographs monthly with payment requests. Photographic
images shall be provided in digital images in standard .jpeg or .tiff formats. Record date
image was made as part of digital file.
E. All images of work in progress shall be made at "standard mode" (640 x 480 pixels) at a
minimum. Images of the final product shall be made at "high quality" resolution (1,280 x
960 pixels).
F. Submit copies to the CONSULTANT and OWNER in CD format with a text file
identifying all images.
5. Improper Location of Equipment
If at any time prior to final acceptance of the irrigation system it is found that the
CONTRACTOR has improperly located equipment, he shall remove the improperly located
equipment and install such equipment in the locations satisfactory to the CONSULTANT. The
relocation of the improperly located equipment shall be at the CONTRACTOR'S expense.
Aqua Turf International— Jupiter, FL
16
Sebastian Golf Club
Material and Installation Specifications
I' SECTION 4 - EXCAVATION
1 1. Excavation
Prior to trenching all mainlines & laterals the CONTRACTOR will mark lines on the turf
showing the layout of pipe.
FAIRWAY: The existing sod shall be sod cut and placed to the side for replacement over the
backfilled trench by CONTRACTOR. The sod shall be immediately replaced to avoid
desiccation and shall be watered as needed by Owner until replaced to insure. Irrigation of the
sod after it is laid is the responsibility of the CONTRACTOR until the hole or area approved
by OWNER'S REPRESENTATIVE. If water is not available from the existing irrigation
system the CONTRACTOR is responsible to provide a water truck to irrigate the sod.
ROUGH: CONTRACTOR shall backfill and compact any open mainline or lateral trenches in
rough areas only, subject to the approval of the OWNER'S REPRESENTATIVE.
HDPE Pipe shall be installed per manufactures' recommendations. This includes the bedding
of the pipe in the bottom of the trench when rock is present.
All trenches shall be neatly aligned with trench bottoms as level as possible. Trenches shall be
of adequate width to allow installation of wires as detailed in the drawings.
During excavation existing pipe may be encountered. Any pipe that is encountered during
trenching shall be removed outside the width of the trench prior to installation of the new
piping or repaired to keep adjacent golf holes irrigated.
Irrigation mainline pipe shall have a minimum of thirty inches (30") and a maximum of thirty-
six inches (36") of cover on the pipe. Irrigation mainline crossing shall have a minimum (18"-
24") of cover on the pipe. All lateral lines shall have a minimum of eighteen inches (18") and
a maximum of twenty-four inches (24") of cover on the pipe. The bottom of the trench shall be
free of rocks, clods, debris and other sharp edges.
The CONTRACTOR shall exercise reasonable care to avoid causing damage to any and all
underground utilities or structures. The OWNER shall advise the CONTRACTOR of any
underground utilities or structures of which he is aware. Utility locating services shall be
called upon to pinpoint the location of any underground utilities on the site of the project. It is
the responsibility of the CONTRACTOR to assure that this procedure is carried out.
The CONTRACTOR may use OWNER'S employees to help in the location of existing, pipe,
wire, POC, wells, or any other utility only with the prior consent of the OWNER or OWNER'S
REPRESENTATIVE. The OWNER'S employees will NOT be responsible for any
misrepresentation of underground information. The CONTRACTOR should proceed with
caution will all underground locates.
Trenching shall be avoided within the drip lines of existing trees. The CONTRACTOR shall
provide proper root pruning to meet arboricultural standards or as directed by the OWNER or
CONSULTANT. No trenching shall be done within twelve (12") inches of proposed or
existing streets, walks, drives or structures unless prior approval has been received in writing
from the OWNER or CONSULTANT.
Aqua Turf International— Jupiter, FL 17
Sebastian Golf Club
Material and Installation Specifications
2. Rock Excavation
All excavation shall be unclassified and shall include all materials encountered except
materials that cannot be excavated by "normally employed mechanical means". Such
exceptions shall be brought to the attention of the CONSULTANT or OWNER'S
REPRESENTATIVE and an adjustment in price based on the unit price per foot and shall be
agreed upon before excavation of these areas proceeds. Such price adjustments and agreement
shall include responsibility for the disposal of the unsuitable materials removed from the trench
and the acquiring of additional backfill materials.
For the purpose of these specifications "normally employed mechanical means" shall include
the use of all power equipment normally used in the construction of golf course irrigation
systems, including chain trenchers with small back hoe units and track hoe units equipped with
buckets up to and including 30" wide. Equipment beyond this including blasting equipment,
jack hammers, larger back hoes than described above, back hoe type machines equipped with
jack hammer units, "rock saws", or the like shall be considered as being beyond "normally
employed mechanical means".
3. Backfill
Irrigation CONTRACTOR shall thoroughly compact all trenches in lifts not to exceed twelve
inches (12") with a Vermeer trench compaction machine or equivalent and the last layer shall
tie smoothly into existing grade. Final acceptance of trench backfill shall rest with OWNER'S
REPRESENTATIVE or CONSULTANT. Backfill material shall be free of rocks or other
material potentially harmful to the pipe. All excavated materials that in the opinion of the
CONSULTANT or OWNER are suitable for backfill, base or cover material shall be kept
separate from the general excavation material. Acceptable bedding material, fill dirt, pea gravel
or sand shall be used to extend six inches (6") above the pipe. Acceptable bedding material,
around swing joints, fittings and sprinklers shall be sand. The remainder of the backfill shall
contain no lumps or rocks larger than three inches (3"), except the top six (6") inches that shall
be free of rocks over one inch (1"). All material not suitable for backfill or reuse shall be
disposed of by the CONTRACTOR and hauled away onsite to designated locations marked by
OWNER'S REPRESENTATIVE.
Bedding of Pipe in Rock Excavation Areas
It may be necessary to bed the pipe in sand to cover exposed rock or other hazardous soil
conditions. In this instance, the CONTRACTOR shall excavate the trench an additional
three inches (3") in depth and then provide a minimum of three inches (3") of coarse clean
sand or suitable clean backfill material for bedding of the pipe. The CONTRACOR shall be
paid by invoicing by the linear foot of trench.
4. Street Crossings If applicable
Directional boring- The CONTRACTOR will arrange and pay for any directional boring as
needed across existing streets. The CONTRACTOR will be required to install all wire through
sleeves. Materials used for road crossings shall meet or exceed the following specifications
and detail drawings must be prior approved by the CONSULTANT.
Open Cuts (If Necessary) — Open cuts require specific approval of the OWNER. Where open
cuts are allowed in street paving, plans shall call for steel plate covers to be installed and
maintained over the cut during periods when CONTRACTOR is not actively engaged in work
at the site. Streets that are open cut shall be "saw cut" prior to pavement removal. Saw cut
shall be a minimum of four inches (4") deep.
Aqua Turf International—Jupiter, FL 18
Sebastian Golf Club
Material and Installation Specifications
Proper barricading and signage shall be required on all projects. Adequate signage for
vehicular and pedestrian traffic shall be installed. A traffic control plan shall be submitted to
the OWNER and approved by OWNER for all streets open to travel by the public.
All open cut installations under existing or proposed streets shall be backfilled with cement
stabilized sand.
5. Cart Paths
If trenching is necessitated through existing cart paths, the CONTRACTOR shall cut the
I'll' pavement or asphalt in a straight line to the width of the trench prior to trenching. Where
possible, cart paths damaged due to installation shall be replaced in 4' sections at the
expansion joints or with asphalt patch. Removal of cut pavement or asphalt and replacement
' with new pavement or asphalt patch shall be the responsibility of the CONTRACTOR. The
trenches in the pavement or asphalt shall be backfilled to grade, adequately compacted and
maintained until new pavement is replaced. All cart path repair cost shall be included in the
CONTRACTOR'S lump sum price.
� I
� I
n
II
� I
� I
� I
Aqua Turf International—Jupiter, FL
� I
19
Sebastian Golf Club
Material and Installation Specifications
IIT SECTION 5 - PIPING AND CONNECTIONS
' 1. Handline
Pipe shall be delivered to the project shipped on equipment proper for shipping HDPE products
and to meet industry standards. The CONTRACTOR shall exhibit extreme care and caution at
' all times in the handling, loading and unloading, storing and installation of all pipe, fittings and
related components. No pipe shall be dropped from cars or trucks, or allowed to roll down
slides without proper retaining ropes. Any pipe damaged in any way shall be discarded and
' removed from the site immediately to avoid future use.
During transportation pipe shall rest on suitable pads, strips, skids or blocks securely wedged
' or tied in place. Pipe shall be transported around the project on a trailer or vehicle with a bed
long enough to allow the complete length of pipe to be supported. The bed and supports or
braces of the trailer shall be covered so that no sharp edges can damage the pipe in any way.
' Any pipe damaged shall be replaced. Transporting of pipe by means of a back -hoe with
forks will not be allowed.
' 2. Mainline and Lateral Pipe Materials and Installation
a. Pipe Materials
All HDPE pipe shall be new and manufactured in the United States of America. All piping
' on the project of a similar type shall be of one manufacturer and installed as called for in
the specifications and as called for by the manufacturer recommendations. All pipes shall
be as indicated on the drawings and meet the following criteria:
' Mainline: 3" & 10" -HDPE PE4710 - SDR 13.5 (161 psi WPR)
Mainline: 12 & Above -HDPE PE4710 - SDR 13.5 (161 psi WPR)
' Laterals: 2" -HDPE PE4710 - SDR 13.5 (161 psi WPR)
Mainline Road Crossing: 6" & Above - HDPE PE 4710 - SDR 11(202psi WPR)
Road, Canal, Bridge Crossing Electrical: 2" - Conduit "Grey" "Marked for Electric"
' Class 200 SW Sleeve PVC
b. HDPE Pipe Materials
' Pipe shall be manufactured from a PE PE4710 resin listed with the Plastic Pipe Institute
(PPI) as TR -4. The resin material will meet the specifications of ASTM D3350-05 with a
cell classification of PE 445474C or higher. Pipe shall be manufactured to the dimensions
' and requirements of ASTM F714. All 2" pipe shall be SDR 13.5 (161 psi WPR). All 6"
pipe and above shall be SDR 13.5 (161 psi WPR) The pipe shall contain no recycled
compounds except that generated in the manufacturer's own plant from resin of the same
' specification from the same raw material. All HDPE pipe shall be in straight lengths OR
(1.5", 2", 3" and 4" HDPE pipe can be in coils if CONTRACTOR straighten and re -rounds
pipe with a Line Tamer Machine.
The supplier of the HDPE pipe and fittings must comply with the following requirements:
1. The supplier must be capable of supplying the pipe, poly fittings and poly valves.
' 2. The supplier must be capable of supplying special fittings within its manufacturing
facility.
Aqua Turf International— Jupiter, FL 20
Sebastian Golf Club
Material and Installation Specifications
3. The supplier must have the capability to train the CONTRACTOR'S employees in
compatible fusion, manual butt fusion, hydraulic butt fusion, socket fusion, electro
fusion, sidewall saddle fusion of HDPE pipe and fittings.
4. The supplier must be capable of providing a 24 hour, 7 days a week technical "Hot
Line "phone number to assist in fusion and fusion equipment questions.
5. The supplier must be capable of providing a trained representative on site upon the
request of the CONTRACTOR, OWNER or CONSULTANT to address any problems
that are encountered during the installation.
6. The supplier must be capable to rent, sell and service fusion equipment.
7. The supplier must have access to fusion equipment for rent, sell and service.
8. The manufacturer must furnish a written 25 year limited Warranty for HDPE system
pipe, poly fittings and poly valves for golf and turf irrigation applications as provided.
9. 2" HDPE to PVC transition fitting.
10. 2"-8" HDPE to Ductile Iron transition fitting.
c. HDPE Pipe Installation
The CONTRACTOR shall follow at all times the active standard practice for heat
fusion joining of polyethylene pipe and fittings which meets the specifications of
ASTM F2620-12.
The polyethylene pipe shall be joined into continuous lengths. The joining method shall be
the butt fusion method and shall be performed in strict accordance with the pipe
manufacturer's recommendations. The butt fusion equipment used in the joining
procedures should be capable of meeting all conditions recommended by the pipe
manufacturer, including, but not limited to, temperature requirements of 425 (+/- 15)
degrees Fahrenheit, alignment, and an interfacial fusion pressure of 75 PSI. The fusion
equipment used shall be manufactured by approved manufacturing or approved equal. The
butt fusion joining will produce joint weld strength equal to or greater than the tensile
strength of the pipe itself. Thrust blocks will not be required with the fused HDPE pipe.
Fused connection shall be used as shown on the plans and details or where butt fusion
cannot be used (socket or Electro -fusion) is approved.
The CONTRACTOR and his fusion crew personnel must have completed an ON-SITE 3-
5day training on the use of all fusion equipment to be used on the project including;
compatible fusion, manual butt fusion, hydraulic butt fusion, socket fusion, electro fusion,
sidewall saddle fusion and show proof of an HDPE certificate, which includes compatible
fusion, within the last calendar year. Trainer must be qualified in all fusion types and
quality control measures. Trainer must inspect all fusion equipment for proper operation.
Trainer will perform a fused joint inspection. Trainer must spend sufficient time with
course superintendent and his crew for proper repair and maintenance procedures. This
training will be taught by a qualified fusion trainer at the jobsite. HDPE
Trainer/Consultant must have a minimum of 5 years onsite HDPE training and support in
golf/turf/commercial irrigation projects. The trainer shall spend one day back ON-SITE 30
days after installation begins for an inspection and review of the CONTRACTORS fusion
crew personnel. The CONTRACTOR shall furnish a copy of the completion certificates
to the CONSULTANT or OWNERS REPRESENTATIVE prior to beginning work.
Fusion Crew Personnel- includes any employee or sub -contractor involved with operating
any HDPE fusion equipment or directly involved with the fusion operation.
Aqua Turf International— Jupiter, FL 21
Prior to HDPE pipe being installed in the trench, after the CONTRACTOR has begun butt
' fusion of the pipe, the CONSULTANT and/or the OWNERS REPRESENTATIVE reserve
the right to select at random two butt fusion joints (with a minimum of 18" of pipe on each
side of the joint). These samples shall be sent to the HDPE supplier for hydrostatic testing
at the CONTRACTOR'S expense. The testing procedure shall be to Factory Mutual
Standards. In no case will the failure be in the butt fusion joint. The test will be recorded
and sent to the CONTRACTOR and CONSULTANT. Upon failure of any butt fusion
' weld; CONTRACTOR will be required to cut and re -weld all questionable butt fusion
joints as directed by the CONSULTANT at no cost to the OWNER.
d. On -Site Warranty
Manufacturer warrants that, for a period of twenty-five (25) years from the date of
shipment it will provide continuing support and training through the warranty period.
Seller warrants that it will replace any section of HDPE pipe product that is defective in
materials or workmanship, provided that Buyer, upon discovery of a defect, promptly
notifies Seller of the defect and, as instructed by Seller at such time, either returns the
product to Seller for inspection or allows Seller to inspect at the place of installation. If
Seller determines the product to be defective, Seller will provide new product of the same
specification and same quantity as the defective
Product and Seller will bear the expense of freight to deliver the replacement product to the
jobsite
CONTRACTOR warrants that, for a period of five (5) years from the date of installation, it
will re -fuse or repair a fusion connection that is defective in workmanship, provided that
Buyer, upon discovery of a defect, promptly notifies Contractor of the defect and, allows
the CONTRACTOR to inspect at the place of installation. If it is determined the fused
connection to be defective, CONTRACTOR will re -fuse or repair the connection at the
jobsite. CONTRACTOR does not warrant the product itself, only the fused connection.
e. Sleeves, Bridee and Canal Crossings
When the irrigation pipe or wire must be installed across a paved road, the
CONTRACTOR shall contact and obtain the necessary permission of the agency or
persons having jurisdiction. The CONTRACTOR shall install pipe and sleeved wire
sleeves across the area in accordance with the governing agency's guidelines. A sleeve of
sufficient size to pass the electrical conduit wire sleeves shall be installed with separate
sleeves for all 115 V.A.C. and 24 -volt control wiring installed. Any method employed,
however, must satisfy the governing agency's requirements. The CONTRACTOR shall
pay for all costs incurred including permits and road surface replacement or repair if
pavement is removed or damaged by this operation.
Aqua Turf International— Jupiter, FL 22
Sebastian Golf Club
Material and Installation Specifications
The training will include the following:
1. Compatible fusion
2. Butt fusion
3. Socket fusion
4. Electro -fusion
5. Side wall fusion
6. Attachment of mechanical saddles
7. Hands on operation of fusion equipment
8. Equipment manufacture's guidelines
'
9. HDPE pipe, fittings manufacture's recommended procedures
Prior to HDPE pipe being installed in the trench, after the CONTRACTOR has begun butt
' fusion of the pipe, the CONSULTANT and/or the OWNERS REPRESENTATIVE reserve
the right to select at random two butt fusion joints (with a minimum of 18" of pipe on each
side of the joint). These samples shall be sent to the HDPE supplier for hydrostatic testing
at the CONTRACTOR'S expense. The testing procedure shall be to Factory Mutual
Standards. In no case will the failure be in the butt fusion joint. The test will be recorded
and sent to the CONTRACTOR and CONSULTANT. Upon failure of any butt fusion
' weld; CONTRACTOR will be required to cut and re -weld all questionable butt fusion
joints as directed by the CONSULTANT at no cost to the OWNER.
d. On -Site Warranty
Manufacturer warrants that, for a period of twenty-five (25) years from the date of
shipment it will provide continuing support and training through the warranty period.
Seller warrants that it will replace any section of HDPE pipe product that is defective in
materials or workmanship, provided that Buyer, upon discovery of a defect, promptly
notifies Seller of the defect and, as instructed by Seller at such time, either returns the
product to Seller for inspection or allows Seller to inspect at the place of installation. If
Seller determines the product to be defective, Seller will provide new product of the same
specification and same quantity as the defective
Product and Seller will bear the expense of freight to deliver the replacement product to the
jobsite
CONTRACTOR warrants that, for a period of five (5) years from the date of installation, it
will re -fuse or repair a fusion connection that is defective in workmanship, provided that
Buyer, upon discovery of a defect, promptly notifies Contractor of the defect and, allows
the CONTRACTOR to inspect at the place of installation. If it is determined the fused
connection to be defective, CONTRACTOR will re -fuse or repair the connection at the
jobsite. CONTRACTOR does not warrant the product itself, only the fused connection.
e. Sleeves, Bridee and Canal Crossings
When the irrigation pipe or wire must be installed across a paved road, the
CONTRACTOR shall contact and obtain the necessary permission of the agency or
persons having jurisdiction. The CONTRACTOR shall install pipe and sleeved wire
sleeves across the area in accordance with the governing agency's guidelines. A sleeve of
sufficient size to pass the electrical conduit wire sleeves shall be installed with separate
sleeves for all 115 V.A.C. and 24 -volt control wiring installed. Any method employed,
however, must satisfy the governing agency's requirements. The CONTRACTOR shall
pay for all costs incurred including permits and road surface replacement or repair if
pavement is removed or damaged by this operation.
Aqua Turf International— Jupiter, FL 22
Sebastian Golf Club
Material and Installation Specifications
Crossing under a stream or ditch rather than an aerial crossing is required unless
specifically approved by the OWNER. The top of the carrier pipe shall be designed to
provide a minimum clearance of at least four feet (4') below the ultimate flow line and
sides of the ditch and with sufficient bottom length to exceed the ultimate future ditch
sections.
Where existing or proposed bridges have sufficient space and structural capacity for
installing water mains or conduits (twelve inches (12") or smaller) under the bridge,
but above the top of the bent cap elevation, such installation will be permitted upon
specific approval of the construction plans. In all cases, the water main or conduit
shall be above the bottom chord of the bridge and eighteen inches (18") above the 100 -
year water surface elevation. All conduits attached to a bridge shall be constructed
using PVC pipe and shall extend a minimum of ten feet (10') beyond the bridge bent or
to the right-of-way line, whichever is greater. All conduit attached to a bridge shall be
maintained by the owner of the conduit or will be subject to removal.
Separate, freestanding crossings across drainage ways are not allowed.
HDPE Expansion Joint Coupling & Above Ground Pipeline Anchor:
Note: CONTRACTOR to follow all Manufacture's recommendations on the use of
expansion joint couplings and above ground pipeline anchor at all times.
The above ground anchor fitting is commonly used to manage HDPE pipe from thermal
expansion and contraction. The fitting is fused into the pipe -line, and a metal band (C -
Clamp) is secured over the anchor fitting in the middle, and securely bolted to an I-beam,
support bracket, or embedded into a concrete block up -to the spring -line with C-clamp over
the pipe crown and bolted to the block. The metal band attaches the pipeline to the
anchoring point; the OD rings prevent the pipeline from moving in expansion or
contraction in either direction. The width of the center groove can be made as wide as
required so as to get sufficient grip on the HDPE pipe for the thermal excursions expected.
Wire sleeves of sufficient size consisting of PVC electrical conduit with enough separate
sleeves to provide for separation of 115 V.A.C. and 24 volt wiring shall be provided and
individually supported or securely strapped for support.
f. HDPE Fusion
1. CONTRACTOR is required to record and document all parameters of the pipe fusion
process with the McElroy Datalogger 4 or approved equal.
2. Sections of polyethylene pipe should be joined into continuous lengths on the jobsite
above ground, whenever possible. The joining method shall be the butt fusion and or
socket fusion method and shall be performed in strict accordance with the pipe
supplier's recommendations. The butt fusion equipment used in the joining procedures
should be capable of meeting all conditions recommended by the pipe supplier,
including, but not limited to, temperature requirements of 425 +/- 15 degrees
Fahrenheit, alignment, and an interfacial fusion pressure of 75 +/- 15 psi for hydraulic .
The fusion equipment used shall be manufactured by McElroy Manufacturing, or
equal. The butt fusion joining will produce a joint weld strength equal to or greater
than the tensile strength of the pipe itself.
3. Electrofusion or socket fusion (500°F +/-25) may be used where the butt fusion method
cannot be used. Electrofusion couplings and fittings shall be PE 4710 with a minimum
cell classification of PE 445474C. Electro -fusion couplings or fittings shall have a
manufacturing standard of ASTM F 1055. Couplings and fittings shall have the same
pressure rating as the pipe unless otherwise specified on the plans.
Aqua Turf International— Jupiter, FL 23
Sebastian Golf Club
Material and Installation Specifications
4. Mechanical connection to other types of pipe shall be made by one of the following
methods:
a. Flange, using HDPE flange adapter with HDPE stubs, ductile iron back up ring,
and zinc -plated bolt pack. All bolts to be installed to manufacturer's torque
specifications.
b. Mechanical joint, using HDPE Mechanical Joint (MJ) adapter kit with HDPE
stubs.
c. Bell MJ adapter with kit (411- 2411)
5. INSPECTION: Inspect the pipe for defects before installation and fusion. Pipe shall
not exhibit scratches or gouges greater than Defective, damaged or unsound pipe will
be rejected.
TESTING if pressure testing is required testing shall be done hydrostatically.
5. All fused taps on HDPE pipe shall be made using Electrofusion branch saddles with 2"
IPS HDPE outlet or sidewall branch saddles. The pressure rating shall be equal to or
greater than 100 PSI Central Plastics PE 4710 or approved equal.
g. Mainline HDPE Pipe 6" - 16" Installation
All HDPE pipe shall be installed per the following:
1. CONTRACTOR may plow 6"-8" pipe with proper equipment.
2. Pipe shall be installed in accordance with ASAE 5376.
3. Irrigation mainline pipe shall have a minimum of thirty (30") and a maximum of thirty-
six inches (36") of cover on the pipe.
4. Any repairs to the main line during construction shall require the use of HDPE fittings.
5. Extreme care shall be taken at all times to prevent contamination of the pipe with
debris and dirt during storage, transport and installation. The open ends of the pipe
shall be sealed at all times when installation is not in progress.
6. Piping shall be flushed completelyrip or to connection to lateral lines.
7. All mainline trenches shall be sod cut and replaced, backfilled and compacted as
specified.
8. CONTRACTOR to install a 16" manifold with two outlets and valves to be
prefabricated on or offsite.
9. CONTRACTOR is required to record and document all parameters of the pipe fusion
process with the McElroy Datalogger 4 or approved equal.
h. 2", 3" and 4"Lateral Pipe Installation (Trenchless)
Lateral pipe to be installed by trenchless methods. All lateral pipes to be installed by
trenchless methods shall be installed per the following requirements:
1. 3" — 4" plowing depth shall be a minimum of twenty four inches (24") and a maximum
of thirty (30") maintained from the top of the pipe to the surface of the trench.
2. 2"plowing depth shall be a minimum of eighteen inches (18") and a maximum of (24")
maintained from the top of the pipe to the surface of the trench.
3. 11/2" plowing depth shall be a minimum of sixteen inches (16") and a maximum of
(22") maintained from the top of the pipe to the surface of the trench.
4. Bottom of the trench shall be free from sharp debris and rocks.
5. Installation of pipe shall be installed in accordance with ASAE S376.
6. Backfill will be compacted from 90%-95% compaction.
7. Piping shall be flushed completelyrip for to installation of sprinklers.
8. Extreme care shall be taken at all times to prevent contamination of the pipe with
debris and dirt during storage, transport and installation. The open ends of the pipe
shall be sealed at all times when installation is not in progress.
Aqua Turf International— Jupiter, FL 24
Sebastian Golf Club
Material and Installation Specifications
9. CONTRACTOR is required to record and document all parameters of the pipe fusion
process with the McElroy Datalogger 4 or approved equal.
3. Fittines and Valves (HDPE System)
The CONTRACTOR shall follow at all times the active standard practice for heat fusion
joining of polyethylene pipe and fittings which meets the specifications of ASTM F2620-12.
All HDPE fittings shall be HDPE DRI 1 or equal. Fittings and valves shall be line sized as
called for in the plans unless stated elsewhere in the plans or specifications. Fittings and
valves shall be used that are compatible with the pipe utilized on the project. All fittings and
valves of a similar style and type shall be purchased from the same manufacturer.
Fittings
All fittings shall meet the following requirements
PVC Fittings- Golf VIH Sprinklers
Mechanical taps on 2" pipe for sprinkler connections can be made using LASCO 364
saddle tee with 1'/2 acme thread outlet, drilling the hole prior to installing the saddle.
1. All sprinklers shall be mounted on LASCO PVC 364-251, 2" x 1'/2" Tant Saddle
w/ACME Threads, ID #P inlet elbow adaptor and 1-'/2" swing joints.
2. The swing, joint shall be adapted at the swing joint outlet to match the size of the
sprinkler inlet.
1-1/2" Sprinkler inlet - Use LASCO G3MO-212 Swing Joint
1-1/4" Sprinkler inlet - Use LASCO G3MA-212 Swing Joint
1" Sprinkler inlet - Use LASCO G3MC-212 Swing Joint
1-1/2" Quick Coupler inlet -Use LASCO G3PS-212 Swing Joint(quick couplers
NOTE: Toro & Rain Bird swing joints are accepted only with a five year warranty for
both swing joins and sprinklers.
3. All rotors shall be installed on 12" standard lay length LASCO, factory assembled,
adjustable swing joints as indicated on the details. Swing joints shall utilize PR315 or
Schedule 80 components and contractor shall follow manufacturer's installation
recommendations.
4. All swing joints must come with a minimum 5 year warranty. NOTE: Toro and Rain
Bird swing joints are accepted only with a five year warranty for both swing joins and
sprinklers.
Allog if sprinkler swing joint and sprinkler threads shall be ACME.
HDPE Fittings
1. Butt Fusion Fittings - Fittings shall be PE4710 HDPE, Cell Classification of 445474C
as determined by ASTM D3350-02. Butt Fusion Fittings shall have a manufacturing
standard of ASTM D3261. Molded & fabricated fittings shall have the same pressure
rating as the pipe unless otherwise specified on the plans. Fabricated fittings are to be
manufactured using a Data Logger. Reference to the Data Logger Quality Control
records should be referenced from an indented stamp in each fusion bead of each
fitting. Temperature, fusion pressure and a graphic representation of the fusion cycle
shall be part of the quality control records. All fittings 8" and smaller shall be molded.
All fittings above 8" shall be fabricated and must meet or exceed the.
2. Flanged and Mechanical Joint Adapters - Flanged and Mechanical Joint Adapters shall
be PE 4710 resin with a minimum cell classification of PE 445474C. Flange adapters
and Mechanical Joint Adapters shall have the same pressure rating as the pipe unless
otherwise specified on the plans.
Aqua Turf International—Jupiter, FL 25
Sebastian Golf Club
Material and Installation Specifications
3. All fused taps on HDPE pipe shall be made using "fused connection" socket or electro-
fusion service saddles as shown on the plans and details. They shall be PE4710
HDPE, Cell Classification of 445474C as determined by ASTM D3350-02, shall have
a manufacturing standard of ASTM F 1055, and must meet or exceed the pressure
rating of the pipe.
4. Where required "fused connection", socket or electro -fusion couplings will be used as
shown on the plans and details. They shall be PE 4710, Cell Classification of 445474C
as determined by ASTM D3350-02, shall have a manufacturing standard of ASTM F
1055, and must meet or exceed the pressure rating of the pipe.
5. HDPE IPS dead end cap DRI 1 (1.5" — 8").
6. Compatible fusion shall be met at all times.
7. All drill bits used for drilling HPDE pipe shall be a Poly -Click Series, Composite Core
Bit applied by an electric drill. Miyanaga: PCC32C 1 '/4" Hole Saw, PCC28C 1 '/2"
Hole Saw, PCSKS Hole Saw Shank (Short or Long Shank), PCCCDS Hole Saw Drill
Bit.
8. CONTRACTOR is required to record and document all parameters of the HDPE fitting
fusion process with the McElroy Datalogger 4 or approved equal.
Mainline Valves
Polyethylene Ball Valves with HDPE SDR 11 fusible ends with 2" bypass valve
Mainline isolation valves 4" -8" shall be line size Polyethylene Ball Valves with HDPE
SDR 11 fusible ends with 2" bypass valve. The 3"-4" valves shall be standard PE4710
and have an operating nut. The 6"-8" valves shall be PE4710 and have an operating nut
with a 2" by pass valve. The 3 - 4" valve assembly shall be installed in a 10" round valve
box with a 4" PVC sleeve around valve skirt or as noted in the plan. The 6 -8" valves with
by bass assembly shall be installed in a 14" x 23" Rectangular (minimum) valve box with a
4" PVC sleeve around valve skirt or as noted in the plan. Compatible fusion shall be met
at all times.
OR
Mainline AVK (Series 66 HDPE AWWA C509) Gate Valves w/ HDPE Ends (4"-8")
Mainline isolation valves 4" — 8" shall be line size American AVK Resilient Ductile Iron
Gate Valve, 250 PSI, tested to AWWA C509, ASTM A536, flanged ends with HDPE SDR
11 fusible ends. HDPE- D.I. covered with a "heat activated shrink tube" to prevent
corrosion. Hydraulic tested to AWA C515. ASTM A582 stainless steel stems. Cold-
rolled threading process eliminates bent or broken stems. 304 stainless steel bonnet bolts
are fully isolated against corrosion or approved equal. Coating electro -statically applied
fusion -bonded epoxy -resin, meets or exceeds AWWA C550. Certified to comply with
NSF61, NSF 372. Assembly shall be installed in a 10" round valve box with a 4" PVC
sleeve around valve skirt or as noted in the plan. Must carry a 10 year warranty or
approved equal.
Mainline isolation valves 10" & above shall be line size Resilient Wedge Gate valve
Flanged, 250 PSI, tested to AWWA C515, ASTM A536, flanged ends with HDPE SDR 11
fusible ends. Hydraulic tested to AWA C515, Bonnet Bolts of stainless steel -316. Coating
Electro -statically applied fusion -bonded epoxy -resin, meets or exceeds AWWA C550.
Aqua Turf International- Jupiter, FL 26
1
Sebastian Golf Club
Material and Installation Specifications
' Lateral Polyethylene Ball Valves
2" Lateral Isolation Valve to be used with 2" lateral HDPE pipe
' Lateral isolation valves shall be a 2" Polyethylene Ball Valves with HDPE SDR 11 fusible
ends or equal. They are to be joined to HDPE pipe using standard butt fusion equipment,
2" IPS socket coupling or electro -fusion couplings, following equipment manufacture's
recommendations. The valve assembly shall be attached to mainline 4" and above
' beginning with a two inch (2") electro -fusion or side wall branch saddle by mainline size
followed by a (2") socket or electro -fusion coupling (if needed), followed, (2") HDPE pipe
length required to raise the assembly to the specified lateral pipe depth (if needed),
' followed by a (2") IPS molded HDPE 90 degree elbow, the (2") Polyethylene Ball Valves
butt fused to the (2") lateral pipe or (2") IPS socket coupling. Assembly shall be installed
in a 10" round valve box with a 4" PVC plastic sleeve around valve skirt. Polyethylene
I' Ball Valves must be installed following the flow arrow located on the side of the valve.
Compatible fusion shall be met at all times.
Drain Valves
A two inch 2" Polyethylene Ball Valves with HDPE SDR 11 fusible ends, shall be
installed on any low points in mainline isolation sections to allow for water to be quickly
' removed from the system for maintenance. The valves shall be mounted on a two inch (2")
electro -fusion or side wall branch saddle by mainline size on the bottom of the pipe
followed by a 2" electro -fusion coupling or socket (if needed), followed by a 2" IPS
' molded HDPE 90 degree elbow, the 2" Polyethylene Ball Valves butt fused to the 2"
lateral pipe or 2" IPS socket coupling. Assembly shall be installed in a 10" round valve
box with a 4" PVC sleeve around valve skirt. Drain valve assemblies shall be installed for
' maintenance on any low points in mainline isolation sections to allow for water to be
quickly removed from the system with 2" pipe installed to the nearest lake, creek, drain or
point of relief. The relative location is indicated on the irrigation plans, but should be field
' adjusted to the lowest point.
Air Release Valves
' A two inch (2") Plastic Bermad 02 -ARC -P or equivalent air release valve shall be installed
on any high inflection points in long runs (100' or greater) of piping without sprinkler head
outlets. The relative location is indicated on the irrigation plans, but should be field
' adjusted to the highest point. The valves shall be mounted on a two inch (2") electro-
fusion or side wall branch saddle by mainline size followed by a 2" PVC SCH80 nipple,
length required to service the assembly, a two inch (2") Standard threaded ball valve, a two
2" x 4" SCH80 nipple terminating at the air release valve. This assembly shall be installed
' in a 14" by 23" minimum valve box with lid mounted at grade level to allow for access and
maintenance.
' 4. Valve Boxes
The CONTRACTOR shall install all gate valves, isolation valves, automatic control valves,
drain valves, air relief valves, ground rods, electrical splices, etc. in high impact plastic valve
' boxes per the details on the plans to provide easy access to the installed component. Valve
boxes shall be manufactured by Carson, Ametek, Brooks, or equal and be of the following size:
' Mainline Valves (3"-4") - 10" Round, Marked "Irrigation" Green in Color, locking cover
Mainline Valves (6"-10") - 14" x 23" Rectangular, "Irrigation" Green in Color, locking cover
Lateral Valves - 10" Round, Marked "Irrigation" Green in Color, locking cover
' Automatic Valves — 14" x 23" Rectangular with extensions (minimum), Marked "Irrigation"
Green in Color
Aqua Turf International— Jupiter, FL 27
' Sebastian Golf Club
Material and Installation Specifications
' Green & Tee Quick Couplers- 6" Circular, Marked "Irrigation" Yellow in color, locking cover
Elec. Splices — 10" Circular, Marked "Electrical", locking lid Grey in Color
' Air Release — 14" x 23" Rectangular (minimum), Marked "Irrigation" Green in Color
Drain Valve - 10" Circular, Marked "Irrigation" Green in Color
Valve boxes shall be installed with the appropriate extensions per the manufacturer to bring the
' valve box level with existing grade. Pea gravel shall be installed in the floor of each automatic
valve box. Valve box lids in turf areas shall be green and those in native soil, bark or mulch
shall be tan.
5. Flushing
Extreme care shall be used at all times during flushing and pressurization. Mainlines shall be
flushed as each section is added to the system and a gate valve installed. Lateral lines should
not be connected to the mainline prior to flushing of the mainline. Laterals must be flushed
prior to installation and operation of the sprinklers. Any flushing through the sprinklers may
result in the replacement of the sprinkler subjected to flushing with a new sprinkler and the
CONTRACTOR will be responsible for all labor and materials necessary in the replacement.
6. Inspection
The CONSULTANT and OWNER reserve the right and access to inspections of the installation
whenever necessary. The CONTRACTOR shall provide any labor and equipment required to
successfully test and inspect the work. Inspections include, but may not be limited to, the
following:
a. Inspection of materials to be used on the project.
b. General inspection of installation by the CONSULTANT and OWNER'S
REPRESENTATIVE.
c. Installation inspections in regards to scheduling, materials, pipe depth, compaction,
wiring and splices, grounding, cleanup and as -built field notes.
d. Proper sprinkler location, coverage patterns and performance.
e. Leakage test of the piping system and all valves.
f. Inspection for trench settlement, proper grading and compaction of trenches,
sprinklers, valve boxes and all components upon completion of the installation.
g. Inspection for satisfactory repair, as a result of installation, of any damage to asphalt
surfaces, blacktop, roadways, landscape, etc.
h. Testing of the automatic operation of all irrigation equipment.
i. Acquire construction record photography from the contractor and combine with other
site visit photography.
7. HDPE Pipe Testine
The CONTRACTOR shall follow at all times the active standard practice for heat fusion
joining of polyethylene pipe and fittings which meets the specifications of ASTM F2620-12.
The mainline and lateral piping system is to be fused to withstand Bend Back testing as
' determined by ASTM F2620-06. Testing shall occur at a minimum once per operator, per
diameter, per week. At any time a new operator is fusing pipe, a Bend Back test is required. At
any time during the fusion process the CONSULTANT or OWNER's REPRESENTATIVE has
the right at any time to have a Back Bend test administered at their discretion. Fusing Operator
must document with a silver/metallic Sharpie marker, each test specimen by marking date of
fusion, operator's full name, diameter of pipe tested and must mark as "pass or fail" and store in
' one place for proof of compliance. Back Bend test procedures as followed but may not be
limited to:
Aqua Turf International—Jupiter, FL 28
Sebastian Golf Club
Material and Installation Specifications
Butt Fusion Qualification:
a. Prepare a sample joint. Sample lengths should be at least 6" or 15 times the minimum
wall thickness.
b. Observe the fusion process and verify the recommended procedure for butt fusion is
being followed.
C. Visually inspect the sample joint for quality.
d. Allow the joint to cool completely (minimum of one hour).
e. The sample should be cut lengthwise into at least three longitudinal strip with a
minimum of 1" or 1.5 times the wall thickness in width.
f. Visually inspect the cut joint for any indications of voids, gaps, misalignment or
surfaces that have not been properly bonded.
g. Bend each sample at the weld with the inside of the pipe facing out until the ends
touch. The inside bend radius should be less than the minimum wall thickness of the
pipe. In order to successfully complete the bend back, a vise may be needed. For thick
wall pipe, a hydraulic assist may be required.
h. The sample must be free of cracks and separations within the weld location. If failure
does occur at the weld in any of the samples, then the fusion procedure should be
reviewed and corrected. After correction, another sample weld should be made per the
new procedure and re -tested.
i. All fusions will be required to use a datalogger and manually data logged. Every fusion
technician shall use a silver/metallic Sharpie marker and print the following
information on each fusion; Full name of fusion technician, date and time of day.
Saddle Fusion Qualification:
a. Prepare at least two sample joints. The main pipe length should be a minimum of 2' or
seven times the maximum saddle fitting base dimension, whichever is greater.
b. Observe the fusion process and verify the recommended procedure for saddle fusion is
being followed.
c. Visually inspect the sample joint for quality.
d. Allow the joint to cool completely (minimum of one hour). The main should not be
tapped for this qualification process.
e. Cut the joint lengthwise along the main pipe and through the saddle fitting.
f. Visually inspect the joint for any voids, gaps, misalignment or surfaces that have not
been properly bonded.
g. Bend each test strip 180 degree with the inside facing out.
h. The fusion joint must be free of cracks, voids, gaps and separations.
i. Test the other sample joint by impact against the saddle fitting. The failure must occur
by either tearing the fitting, bending the fitting at least 45degrees or by removing a
section of the pipe. Failure at the fusion is not acceptable. This test is a federal
requirement for qualification of fusion procedures, but is not a requirement for
individual qualification. If failure does occur at the weld in any of the samples, then
the fusion procedure should be reviewed and corrected. After correction, another
sample weld should be made per the new procedure and re -tested.
j. All fusions will be "manually data logged". Every fusion technician shall use a
silver/ metallic Sharpie marker and print the following information on each fusion;
Full name of fusion technician, date and time of day.
Aqua Turf International— Jupiter, FL 29
Sebastian Golf Club
Material and Installation Specifications
8. Balance and Adjustment
The CONTRACTOR shall balance and adjust the various components of the sprinkler system so
that the over-all operation of the system is most efficient. This includes a synchronization of the
controllers, adjustments to pressure regulators, pressure relief valves, part circle sprinkler heads
and individual station adjustments on the controllers. The CONTRACTOR may request the
MANUFACTURER or OWNER'S REPRESENTATIVE to assist in the balancing and
adjustment of the system as it relates to its function and operation.
9. Notice of Completion
When the CONTRACTOR is satisfied that the system is operating properly, that it is balanced
and adjusted and that all work and clean-up is completed, he shall issue the notice of completion
to the CONSULTANT, with a copy to OWNER. The notice of completion shall include the
request for final inspection with date and time given. The inspection shall occur upon final
completion of the installation but prior to the re -setting of the sprinklers after the settling
process.
10. Final Inspection with OWNER'S REPRESENTATIVE
The CONSULTANT will respond to the notice of completion by the CONTRACTOR and shall
appear at the given time for a tour of the project for each phase with the purpose of making it
the final inspection. Any inconsistencies in regard to the specifications shall be noted by the
CONSULTANT and OWNER'S REPRESENTATIVE and a written copy of correction shall be
given the CONTRACTOR.
Aqua Turf International—Jupiter, FL 30
Sebastian Golf Club
Material and Installation Specifications
' SECTION 6 - SPRINKLERS AND IRRIGATION VALVES
' 1. Sprinklers
The installation of sprinklers shall include the furnishing of all equipment and components
necessary to completely install the sprinkler and shall include, but not be limited to, excavation
' and backfill, swing joint riser's assembly, sprinklers, wire and restoration to grade in
accordance with these plans and specifications.
' a. Laree Turf V -I -H Sprinkler Materials
Sprinklers shall be of the types, nozzles and sizes indicated on the plans and capable of
producing the radius of throw, flow, pressure and any other designations as indicated on
' the drawings. Sprinklers shall meet the following requirements:
a. All V -I -H sprinklers shall be electric actuation.
b. Pressure regulated with a pre-set pressure of 80 PSI MAX.
' c. Cases shall be constructed of high impact molded plastic.
d. Sprinkler internal and valve shall be serviceable through the top of the sprinkler.
e. Carry a minimum five (5) year unconditional warranty.
�I £ ACME inlet threads are required on V -1-H sprinklers.
g. Manufacturer may be required to supply a replacement nozzle, tail nozzle and stator
for each sprinkler at no additional charge.
h. Acceptable models: Toro & Rain Bird
Legend Toro 80PSI Rain Bird 80PSI
85' Spacing Full Circle V -I -H -H DT54-58 900E-60
75' Spacing Full Circle V -I -H -H DT54-56 900E-56
65' Spacing Full Circle V -I -H -H DT54-53 900E-48
85' Spacing Part Circle V -I -H -H
75' Spacing Part Circle V -I -H -H
65' Spacing Part Circle V -I -H -H
Back Nozzle
DT55-58 950E-30
DT55-56 950E-26
DT55-53 950E-20
102-6937 Inter Noz Spreader Color
(Yellow/Yellow) (Orange)
b. Sprinkler Installation
The CONTRACTOR will remove all existing sprinklers on the site during construction.
Part circle sprinklers staked along cart paths shall be installed at a 1 -foot offset from the
pavement. The CONTRACTOR must coordinate the location of the finished pavement
to insure that the sprinklers are located within l foot of the pavement.
Sprinklers shall be installed at grade upon initial installation. Two (2) months after
completion of the installation, the CONTRACTOR will be required to return to the
project and reset any sprinklers that have settled. All sprinklers shall be backfilled and
hand tamped to 95% compaction to avoid future settling. Swing joint installation shall be
consistent throughout the project with the sprinklers lying away from the green and to
the right side of the pipe. Extreme care shall be taken to prohibit trash from entering the
piping and swing joints during installation of the sprinklers. Sprinklers in areas of
excessive slope shall be adjusted level for maximum sprinkler performance without
exposing the sprinkler case to damage from mowers or other equipment. The
CONTRACTOR shall be responsible for all nozzle adjustments necessary to insure the
Aqua Turf International—Jupiter, FL 31
Sebastian Golf Club
Material and Installation Specifications
' proper coverage and operation, including back nozzles. All adjustable part circle
sprinklers shall also be properly adjusted by the CONTRACTOR prior to final checkout
' of the system. All sprinklers having adjustable pin nozzles shall have such pin adjusted
for proper distribution prior to planting and final checkout of the system.
'
C. Small Turf Block Sprinkler Materials
Block sprinklers shall be of the types, nozzles and sizes indicated below and capable of
producing the radius of throw, flow, pressure and any other designations as indicated on
the installation details. Block sprinklers shall meet the following requirements:
' a. All block sprinklers shall be rotor type sprinklers.
b. Pressure regulated, with a pre-set pressure of 55 PSI.
' c. Cases shall be constructed of molded plastic and resist corrosion.
d. Rotor or spray type sprinklers shall have water shut off device.
e. Rotor sprinklers shall be part/full circle in one.
' f. Rotor sprinklers shall have an inlet, 1" ACME female -thread.
g. Carry a minimum Five 5 year unconditional warranty
h. Manufacturer is required to supply a replacement nozzle for each sprinkler, arc, and
radius at no additional charge.
i. Acceptable models: Rain Bird, Toro
Leeend Rain Bird Toro
Rotor Sprinklers Eagle 3 5 1 -B-44Red-ACME 835B -5 -B -Acme -2-E
Block Rotors (Nozzle: 36S (60 PSI) (3.6GPM) (Nozzle: 30 (50 PSI) (7.0 GPM)
CONTRACTOR is responsible for all material, equipment and labor to install the block
sprinkler systems, includes funny pipe, tees, barb elbow and Teflon tape, ect.
2. Quick Coupline Valves
Quick coupling valves shall be installed each green and shall meet the following requirements:
a. One-piece brass construction with 1-1/2" inlet thread minimum.
b. Install utilizing a LEEMCO, LASCO stabilizing anchor.
c. Standard yellow locking cover.
Material supplier shall supply two (2) quick coupler valve keys compatible with the valves
installed. All keys shall be fitted with hose swivels to accommodate one -inch (I") hose.
3. Automatic Control Valves
Electric automatic control valves and as located and sized per the plans shall be installed to
meet the following requirements:
a. One piece plastic construction.
b. Pressure regulated.
c. Debris resistant.
d. Acceptable Models:
Toro — P220-27-(06)
Rain Bird - Rain Bird — (150) PESB-PRS-D
Aqua Turf International— Jupiter, FL 32
Sebastian Golf Club
Material and Installation Specifications
' SECTION 7 - AUTOMATIC SATELLITE CONTROL & ELECTRICAL
' 1. Central Controller
The central control system shall be a wireless Toro Lynx with Map or Rain Bird Nimbus II
with all necessary antennas shall be installed at the maintenance building. The Rain Bird
' Nimbus Il shall include the following modules:
o Weather software
o Freedom System
' o Map Utilities
o Station Layers -Map Options
The irrigation computer shall be installed prior to commencement ofrp oiect. The irrigation
central controller shall be a IBM compatible computer based package of the latest model as
specified by the irrigation software manufacturer and shall include the CPU, software, printer,
monitor, modem, cables, antennas, irrigation interface units, surge suppression, programming
and training manuals as specified herein and any other items necessary to insure complete
operation of the irrigation system. Central controller shall be fully compatible with the satellite
controllers used in the system.
A hand held wireless portable radio system for irrigation control must be installed to include
all necessary repeaters, antennas, surge suppression devices, cabling and two (2) hand held
radios. All frequencies required for any radio equipment are the responsibility of the
CONTRACTOR. The CONTRACTOR shall coordinate a site survey with the irrigation
material supplier to perform a site survey, preferably prior to submitting a bid. In either
instance, any additional repeaters, antennas required to make each handheld radio fully
functional to the central computer located at the maintenance building is the responsibility of
the CONTRACTOR.
The CONTRACTOR shall be responsible for the installation of all central computer
components and certify communication to all field components. Location of the central
controller shall be in the maintenance building and installed per the following specifications
and any manufacturer's recommendations
' a. IrriEation Software
Irrigation system software shall be of the latest release version and include a 5 -year
complete warranty and service program. The manufacturer shall agree to provide any
' software releases for a period of twelve (12) months following final acceptance of the
system by the OWNER.
' b. Irrieation Computer
The irrigation computer shall be latest model approved by the irrigation manufacturer
and meet the following minimum requirements:
' a. Intel Pentium 4 micro -processor, 3 GHz Core 2 Duo Processor, 2 GB MHz DDR2
RAM, Mini Tower.
b. 500 GB hard drive, 64MB video card, sound card, speakers, keyboard and PS2
' mouse. Additional serial port for expansion.
c. Remote Access: NSN Connect, Team Viewer, PC Anvwhere or accepted
equivalent.
' d. Must have internet connection capabilities.
e. 4 Integrated USB drive ports.
Aqua Turf International— Jupiter, FL 33
' Sebastian Golf Club
Material and Installation Specifications
' f. DVD/CD-RW Combo Drive.
g. 24" SVGA Color Monitor.
' h. Adequate ports to connect to all peripherals and a Weather Station.
i. Surge protection for all electrical and telephone connections.
j. Five (5) Year Warranty.
' k. Printer shall be a high-speed color Inkjet model HP DeskJet for Windows or
approved equal, or as recommended by the irrigation system controls manufacturer.
1. The control system manufacturer must have the capability to supply twenty-four
' (24) hour replacement of all central computer components in the event of failure.
2. Field Satellite Controllers
' The field satellite controllers shall be wireless and compatible with the central computer. The
concrete pads, satellites shall be installed per the manufacturer's recommendations.
Controllers shall be as located and installed as shown on the plans and details. Each satellite
' shall be installed to allow for expansion of (4) stations per hole per location. Each satellite
shall be fully surge protected as specified in the plans and details or as recommended by the
manufacturer for 120VAC power. Satellites shall be supplied with the following features:
' a. Housed in a heavy-duty temperature and chemical resistant high impact plastic
pedestals.
b. UL Listed.
c. Electric actuation
' d. Removable access panels for ease of installation and maintenance.
e. Include all necessary cabling and connections. Capable of providing a minimum of
24 stations.
' f. Acceptable Models:
Toro —E OSMAC
Rain Bird — Par Plus -ES Link
3. Weather Station —Wireless
A weather station shall be installed as located on the irrigation plans per the irrigation
manufacturer's recommendations. The weather station shall be fully surge protected as
recommended by the manufacturer for 120VAC power. The weather station and software shall
be supplied with the following features:
a. Communication shall be wireless.
b. Mounted on an aluminum pole and an outdoor environmental enclosure.
c. Provide remote sensors to monitor air temperature, wind speed, solar radiation, wind
direction, relative humidity, and rainfall.
d. All software required to allow automatic download and evapotranspiration (ET)
calculation from the weather sensors.
e. Allow automatic rain shut-off of the central irrigation system
f. Communicate to and allow monitoring from the irrigation central computer via direct
connection.
4. Wirine
The CONTRACTOR shall insure that all wiring shall be in accordance with all local
codes and manufacturer's specifications. The CONTRACTOR shall verify prior to
installation that conduit is not required. Wiring shall be as manufactured by PAIGE electric
or approved equal. Upon receiving materials, all wire shall be inspected by the OWNER'S
REPRESENTATIVE prior to installation. The OWNER will provide all properly sized and
fused electrical disconnects and panels for the irrigation system. The CONTRACTOR shall
Aqua Turf International— Jupiter, FL 34
Sebastian Golf Club
Material and Installation Specifications
provide all wiring, conduit, labor, equipment and any other items necessary to connect field
wiring to these power sources.
All wiring shall be installed in a continuous manner without splicing where feasible. Any
splices that must occur other than in satellites pedestals shall be located in plastic valve boxes
with locking covers and marked as "Electrical" per the details in the plans. All splices shall be
located on the revised "As -Staked Drawings." Wire shall be checked immediately upon
installation for resistance and continuity. Grounding shall be completed simultaneously with
the satellite installation. All grounding shall be installed in accordance with the plans,
specifications and manufacturer's specifications prior to connection of the 120VAC power to
the satellites.
a. Power Wire Materials
All power cables are type to be UL listed for direct burial, and rated at 600 volts
approved for underground direct burial and meet the following requirements:
1. The cable shall include three conductors, which are to be colored per wire
industry standard or numbered as 1, 2, and 3.
2. The size of the "hot" and "common" conductors are to be as shown on the
irrigation plans, and the size of the "ground" conductor as required by the
2008 National Electrical Code, or larger.
3. The inner copper conductors shall are to be covered with high dielectric PVC
and Nylon. The outer jacket will be black PVC and is to be sunlight resistant.
4. All wire shall be furnished in 2,500 ft. reels where possible, or 1,000 ft. reels
as a minimum.
' 5. All power wire shall be supplied by the same manufacturer.
6. Approved power cable shall be Paige Electric Co., LP specification number
P7266D for 10 AWG and smaller and specification number P7267D for 8
AWG and larger or equal.
b. Power Wire Installation
The CONTRACTOR shall install all 120 VAC power wire as per the installation
specifications of the irrigation control system manufacturer as well as the plans,
specifications and to meet the follow requirements:
1. All wiring shall be installed in accordance with all applicable electric codes.
2. All wire shall be installed in 2" conduit with pull boxes installed at a
minimum of 300' or at changes in pipe direction (only if applicable per
I.R.C. building code).
3. 24 -volt tracer wire is not required for this project
4. Wiring shall be installed in mainline trenches adjacent to or below the bottom
of the pipe.
5. Install with a minimum of twenty-six inch (26") cover.
6. All field satellites are to be grounded in accordance with all ASIC, local code
and the manufacturer's recommendations.
7. All splices shall be made with Scothcast epoxy splice kits #82-A, #82-A1,
#82-A2, #82-A3, or wye splice #82-B1, #90-B1, or approved equal.
8. All above ground wiring shall be installed in conduit per applicable codes.
C. 24 -Volt Wire
Wires connecting the remote control valves to the irrigation controller are single
conductors, type PE. Its construction incorporates a solid copper conductor and
Aqua Turf International— Jupiter, FL 35
Sebastian Golf Club
Material and Installation Specifications
polyethylene (PE) insulation with a minimum thickness of 0.045 inches. The wires
shall be UL listed for direct burial in irrigation systems and be rated at a minimum of
30 VAC. Approved wire is Paige Electric Co., LP specification number P7079D or
equal. All common wires shall be sized as # 12 and all hot wire as # 14
All 24 -volt wire splices and connections to sprinkler wires shall be made in DBY
watertight connectors. Wires shall be affixed with numbered labels in the satellite.
two (2) spare hot and one (1) common should be supplied to the last green and tee
lateral valve assembly for each hole. The spare wires should also be differentiated by
color.
A separate wire shall be run from each sprinkler to the satellite. All sprinklers shall be
wired for individual operation. If pairing of sprinklers is deemed to be required by the
OWNER or CONSULTANT, all approach, tee, and green sprinklers may be wired for
individual operation. Adjacent part circle sprinklers other than greens or tees may be
paired if they are set at the same arc. Pair sprinklers on separate pipelines where
possible. Pairing of sprinkler wires where approved shall be done in the satellite and
not in the field. Each wire shall be clearly numbered with an adhesive label in the
pedestal for easy identification.
5. Groundine
All satellite power sources, the central controller and irrigation satellite locations shall be
grounded to meet the manufacturers' specifications.
It is the responsibility of the CONTRACTOR to provide surge protection for all electrical
equipment installed by him in relation to the irrigation contract. Said protection shall include
but not necessarily be limited to the items described above and in the following paragraphs.
The CONTRACTOR shall place a good grounding conductor system at each automatic
controller (or control group) location to meet the ASIC grounding standards in the detail
drawings and in the specifications below. The installed grounding system should have a
reading of no more than 10 ohms resistance to the ground in which it is placed. Resistance to
the grounding electrode shall be measured by using a MEGGER direct reading Earth
Resistance Testing instrument as manufactured by James G. Biddle Co. of Plymouth Meeting,
Pennsylvania or a similar type of measuring instrument.
NOTE:
• 0- 5 Ohms—Excellent Grounding Protection
• 5 -10 Ohms—Good Grounding Protection
Above 10 ohms—Resistance is considered a poor ground and steps must be taken to
improve the grounding conditions.
The CONTRACTOR shall have the right to seek assistance from the manufacturer or its local
representative in the testing of any grounds. A minimum of 10 ohms resistance to ground is to
be achieved. The CONTRACTOR shall install all grounding equipment described above and
as described in the control system manufacturer's literature in an attempt to reach this level.
Where specified methods do not reach required levels, the CONTRACTOR may be asked to
install additional grounding equipment as dictated by local conditions. The CONTRACTOR
will be compensated for this additional wiring and equipment installation as negotiated by the
CONSULTANT for the OWNER.
Aqua Turf International– Jupiter, FL 36
7
Sebastian Golf Club
Material and Installation Specifications
a. EARTH GROUNDING
It is the responsibility of the installer to connect all electronic irrigation equipment for which
he is responsible to earth ground in accordance with Article 250 of the National Electrical
Code (NEC.) Grounding components will include the items described in the following
paragraphs, at a minimum. Use grounding electrodes that are UL listed or manufactured to
meet the minimum requirements of Article 250-52 of the 2008 NEC. At the very minimum, the
grounding circuit will include a copper clad steel ground rod, a solid copper ground plate and
100 pounds of PowerSeto earth contact material, as defined below and per the following detail.
COPPER GROUND
PLATE
6 AWG SOLID BARE
COPPER WIRES
TOP VIEW
0
701
GROUND ROD
CONTROLLER
CADWELD
PLASTIC SWEEP ELL
CON ECTION
(1 112 OR LARGER)
12..
s
y IV
y
y y
IV y +d`�: y y y
y y y y y
T�
T 30"
CONCRETE
PAD
6 AWG SOLID BARE COPPER GROUND
COPPER WIRES PLATE
EARTH CONTACT
MATERIAL
SIDE VIEW
GROUNDROD
Ground rods are to have a minimum diameter of 5/8" and a minimum length of 10 feet. These
are to be driven into the ground in a vertical position or an oblique angle not to exceed 45
degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires and
cables connected to said equipment, as shown in the detail above. The rod is to be stamped
with the UL logo, Paige Electric part number 182007 or equal. A 6 AWG solid bare copper
wire (about 12 feet long) shall be connected to the ground rod by the installer using a Cadweld
Plus Control Unit welding kit, Paige Electric part number 1820037 or equal. This wire shall be
connected to the electronic equipment ground lug as shown in the detail above. The copper
Aqua Turf International— Jupiter, FL
37
Sebastian Golf Club
Material and Installation Specifications
grounding plate assemblies must meet the minimum requirements of Article 250-52(d) of the
2008 NEC, Paige Electric part number 182199L or equal. They are to be made of a copper
alloy intended for grounding applications and will have minimum dimensions of 4" x 96" x
0.0625". A 25 -foot continuous length (no splices allowed unless using exothermic welding
process) of 6 AWG solid bare copper wire is to be attached to the plate by the manufacturer
using an approved welding process. This wire is to be connected to the electronic equipment
ground lug as shown in the detail of page 1. The ground plate is to be installed to a minimum
depth of 30", or below the frost line if it is lower than 30", at a location 8 feet from the
electronic equipment and underground wires and cables. Two 50 -pound bags of PowerSeto,
Paige Electric part number 1820058 or equal, earth contact material must be spread so that it
surrounds the copper plate evenly along its length within a 6" wide trench. Salts, fertilizers,
bentonite clay, cement, coke, carbon, and other chemicals are not to be used to improve soil
conductivity because these materials are corrosive and will cause the copper electrodes to
erode and become less effective with time.
Install all grounding circuit components in straight lines. When necessary to make bends, do
not make sharp turns. To prevent the electrode -discharged energy from re-entering the
underground wires and cables, all electrodes shall be installed away from said wires and
cables. The spacing between any two electrodes shall be so that they don't compete for the
same soil.
The earth -to -ground resistance of this circuit is to be measured using a Megger , or other
similar instrument, and the reading is to be no more than 10 ohms. If the resistance is more
than 10 ohms, additional ground plates and PowerSete are to be installed in the direction of an
irrigated area at a distance of 10', 12', 14', etc. It is required that the soil surrounding copper
electrodes be kept at a minimum moisture level of 15% at all times by dedicating an irrigation
station at each controller location. The irrigated area should include a circle with a 10 -foot
radius around the ground rod and a rectangle measuring 1 -foot X 24 -feet around the plate.
All underground circuit connections are to be made using an exothermic welding process by
' utilizing products such as the Cadweld "Plus" color coated container kits. Solder or "One
Shot" shall not be allowed to make connections. In order to ensure proper ignition of the "Plus
System", the Cadweld Color Coated Containers must be utilized by the size identification ring
' color chart used by Cadweld "Plus" grounding applications. The 6 AWG bare copper wires
are to be installed in as straight a line as possible, and if it is necessary to make a turn or a bend
it shall be done in a sweeping curve with a minimum radius of 8" and a minimum included
' angle of 90°. Mechanical clamps shall be permitted temporarily during the resistance test
process, but are to be replaced with Cadweld "Plus" color coated container kits immediately
thereafter.
' b. BONDING
The above grounding circuit is referred -to as "supplementary grounding" in the NEC. And for
safety reasons, the NEC requires that all supplementary grounds be "bonded" to each other and
' to the service entrance ground (power source) as shown below. This is also "recommended
practice" of IEEE Standard 1100-1999. Note that this is in addition to the equipment ground,
which is commonly referred -to as "the green wire." The Black, White and Green wires must
' always be kept together in a trench/conduit/tray/etc.
1
Aqua Turf International—Jupiter, FL 38
i
J
� I
� I
it
Sebastian Golf Club
Material and Installation Specifications
' The bonding conductors are to be 6 AWG solid bare copper unless the system power
conductors are larger than 1/0 AWG, in which case they are to be 4 AWG solid bare copper.
All splices to the bonding conductors shall be made using a Cadweld Plus Control Unit kit.
C. SHIELDING
The bonding conductors are to be installed in such a way so that they also act as shielding
conductors. This becomes a network of solid bare copper wire over all the main bundles of
o;.
iici wuw all Loaoa as Iuwu ui I K; uVIM uu
WW`y W
W WWWWW W W W W W
�y W
IIIII IIIII
IIIII — IIIII IIIII
IIIII — IIIII =
IIIII
SEE IIIIIIIIII
SPEC'S PIPE
POWER 0(04
VII
CABLE ® goo
TRENCH
WWW W WW WW
WIYW'Y y W WW W
6 AWG SHIELDING WIRE
(SOLID BARE COPPER)
COMMUNICATION
CABLE
VALVE
WIRES
The bare copper wire is to be installed as close to the surface as possible, yet being sufficiently
' below the ground level as to prevent damage from maintenance equipment such as aerators.
And it must be placed above all other valve/power/communication wires and cables, per detail,
and installed in all trenches as shown on the electrical plan drawings. It is not necessary to
' install this conductor over short wire runs (less than 150 feet) away from the main wire
bundles. The conductor is laid in as straight a line as possible, and when necessary to make
bends, do so in a sweeping motion using the following detail as a guideline.
Aqua Turf International—Jupiter, FL 39
Sebastian Golf Club
Material and Installation Specifications
Note: When connecting bare copper
wires to the ground lug of electronic
equipment, feed it through a dedicated 1
'/2" plastic sweep ell to automatically
meet the requirements of the "sweep
bend" shown here.
8" MINIMUM
90° MINIMUM
The shield network is to be connected to the service entrance earth ground, to all electronic
equipment ground lugs, and all equipment supplementary grounding electrodes. One such
network is necessary for each power source. Do not interconnect the equipment ground wires
from different power sources.
When joining bare copper wires, do so using an Cadweld Plus Control Unit t kit as shown in
the details below, Paige Electric part number 1820074 or equal.
WIRE STUB
Straight Connection
SWEEP BEND
CADWELD Cross
PG11L
Aqua Turf International— Jupiter, FL 40
1
Sebastian Golf Club
' Material and Installation Specifications
SECTION 8 - PUMP STATION
1. Existing Pump Station —NO PUMP STATION
The CONTRACTOR will start at the existing ductile iron drop "Z" pipe.
Aqua Turf International—Jupiter, FL 41
Sebastian Golf Club
Material and Installation Specifications
SECTION 9 -APPENDIX
Specification Outline
Category
Description
Sprinkler Spacing
V -1-H: 85', 75', 65' Block: 5'- 40'
Quick Couplers
Greens 1
Control System Level
Toro Lynx with Map
Communication
Satellite System- Wireless
Sprinkler Wiring
All Individual Sprinkler Control
Central Control Location
Maintenance Building
Grounding
Per Specification
Mainline Routing
Independent Lopped
Mainline Gate Valves
6'-8" Polyethylene Ball Valves w/ 2" by-pass or AVK (Series 66 HDPE)
Gate Valves; 10" & above shall be line size Resilient Wedge Gate valve
Flanged
Lateral Taps
Herringbone Style (Loop lateral upon request)
2" Polyethylene Ball Valves
Fittings
LASCO Saddles or All Swing Joints Arms to be 1-1/2",HDPE DRI 1
Swing Joints
Standard Swing Joints -ACME, -1-1/2" Inlet and Arm,
Match to Sprinkler at Outlet
Replace Sod Trenches
Mainline -YES on Fairways (Sod Cut, Backfill, Compact, Sod Replace),
Rough (Backfill and Compact, sod around valve boxes) & Lateral lines-
Trenchless
Pump Stations
Existing
Main line Taps
(HDPE) fused connection
Sprinkler Setting
At Grade Upon installation, re -set after 2) month settling
Boring
Directional Bore
Canal Crossings
NA
Handheld Radio
YES 2)
Handheld Pocket PC
NA
Staking
Aqua Turf International
Programming/Computer Graphic
Aqua Turf International
GPS As -built
Aqua Turf International
Options
Weather Station
Yes -Per Spec
R. B. Weather Station Module
Yes
R. B. Freedom System Module
Yes
R. B. Freedom Pad Module
Yes
R. B. Map Utilities Module
Yes
R. B. Station Layers Module
Yes
Aqua Turf International— Jupiter, FL 42
01 IAI B I C I D I E I F I G I
1
2
3
4
5
a
8
Pi
r
12
13
MATERIAL TAKE OFF SHEET
ATTACHMENT A
THE IRRIGATION SYSTEM- STANDARD SATELLITE SYSTEM
TO BE INSTALLED AT
Sebastian Golf Club
Sebastian, Florida
Prepared by:
14
15 DISTRIBUTOR:
1 CCONTRACTOR:
18 STARTED ON:
19 REVISED ON:
20 REVISED ON:
21 REVISED ON:
22 REVISED ON:
23 REVISED ON:
24 REVISED ON:
27
8/12/2015
Aqua Turf International
19940 Mona Road, Suite 2
Tequesta, FL 33469
PH: (561) 222-2650 FAX: (561) 666-6696
www.aguaturfinti.com
8.13.15
HECTOR TURF
NUTT IRRIGATION
07.30.15
Page 1
BY:
BY:
BY:
BY:
BY:
BY:
BY:
1 8/12/2015 Page 2
A B
C
D
E
F G
28
Base Bid Item
RB/TO
Model
Sub Total
Unit Price Total
29
2,0" HOPE PE 4710
DR I&S
0.00
30
31
18" DPE PE 4710
16" HDPE PE 4710
DR 13.5
DR 13.5
50.00
$0.00
32
14" HDPE PE 4710
DR 13.5
40
$0.00
33
12" HDPE PE 4710
DR 13.5
500
$0.00
34
10" HDPE PE 4710
DR 13.5
420
$0.00
35
8" HDPE PE 4710
DR 13.5
2,100
$0.00
36
6" HDPE PE 4710
DR 13.5
22,200
$0.00
37
" HDPE. PE 4710
DR 13.6
$0.00
38
39
3*'HDPEPE 4710
DR 1&5
$0.00
'41
40
2" HDPE PE 4710
11", /2" HDPE PE 4710
DR 13.5
DR 13.5
66,600
$0.00
.00
42
43
44
Pi Bari HDPE ROAD-XING SLEEVE
* HDPE PE 4710
DR 11
„
$0.00
45
46"'
14" HDPE PE 4710
HDPE PE 4710
DR 11
DR 11,00
- $0.00
47Ow
HOPE PE PE' 4710
HDPE PE 4710
DR 11
DR 11
120
$0.00
$0.00
49
'.HDPE PE 4710
DR 11
50
HDPE PE 4710
DR 11
.00
;l=HDPE-,PE 4710
DR 11
$Q Q .
'51
52'fiDPEP
53
E'4710
1/2" HDPE PE 4710
DR 11
DR 11
PE349a09or4710
PE34oanwoorvio
$0.00
54
55
56
° Conduit"Gre
.
57
' Conduit "GW For #10 Bare Cooper)
58
'59
1 1/2" PVC Class 200
TBD
$0.00
60
1 1/4" PVC Class 200
TBD
$0.00
61
1" PVC Class 200
TBD
$0.00
'62
63
? hedule 40 PVC Pi Solvent Weld
; . • ;•$0,00
64 1/2" Schedule 40 PVC Pi Solvent Weld
$0
65
2" Schedule 40 PVC Pie Solvent Weld
TBD
$0.00
66
1 1/2" Schedule 40 PVC Pie Solvent Weld
TBD
$0.00
67
1 1/4" Schedule 40 PVC Pie Solvent Weld
TBD
$0.00
68
1 " Schedule 40 PVC Pie Solvent Weld
TBD
$0.00
69
1/2" Schedule 40 PVC Pie Solvent Weld
TBD
$0.00
'
70
71
72
73
74
14" x "Down Pipe Size" HDPE to Ductile Iron Transition Fitting
1
$0.00
75
"Z -Pipe Connection
76
77
78
79
80
4" PVC'' for Staking flags)
i.t..
$0.00
81
831
1 Total - Group 1 - PIPE
1 8/12/2015 Page 2
1
8/12/2015 Page 3
I1 8/12/2015 Page 4
A B C
D E
F G
139
Base Bid Item RB/TO
Model Sub Total
Unit Price Total
140
Mainline Valve Assembly
141
l6" Resilient Gate Valve w/ Flange ends Assembly claw
FLG x FLG
6 z,""0:00
142
14" Resilient Gate Valve w/ Flange ends Assembly CLOW
FLG x FLG
$0.00
143
12" Resilient Gate Valve w/ Flange ends Assembly CLOW
FLG x FLG 2
$0.00
10" Resilient Gate Valve w/ Flange ends Assembly CLOW
FLG x FLG 2
$0.00
'144
145
10" AVK Series 66 Gate Valves w/ HDPE Ends Avec
$0.00
146
8" AVK Series 66 Gate Valves w/ HDPE Ends AVK
3
$0.00
147
6" AVK Series 66 Gate Valves w/ HDPE Ends AVK
12
$0.00
" 1 AVK Series 66 Gate Valves w/ HDPE Ends AVK
$0.00
'148
149
10" Round Valve Box W/Lid
19
$0.00
150
8" Polyethylene Ball Valve w/ 2" Bypass Valve POLY
TBD
$0.00
151
6" Polyethylene Ball Valve w/ 2" Bypass Valve POLY
TBD
$0.00
'152
12" Rect. Valve Box W/Lid
Teo
$0.00
153
4" Pol th ene Ball Valve
POLY
$0.00
4
Gate Valve Key
2
Lateral Valve Assembly 2"
'155
156
2" P ethylene Ball Valve
$0,00
157
t2" x Z' HDPE IPS electro -fusion or side wall branch saddle
x.00
158
10" x 2" HDPE IPS electro -fusion or side wall branch saddle
1
$0.00
'159
8" x 2" HDPE IPS electro -fusion or side wall branch saddle
9
$0.00
160
6" x 2" HDPE IPSelectro-fusion or side wall branch saddle
181
$0.00
161
x 2"'HDPE IPS electro -fusion or side wall branch saddle
= $0.00
162
2" Electro -Fusion Coupling
191
$0.00
'163
2" IPS Molded HDPE 90 Degree Elbow
191
$0.00
164
2" IPS Molded HDPE Socket Coupling
191
$0.00
165
10" Round Valve Box W/Lid
191
$0.00
a
'
167
ral slue Assembl 4"
168
lene Ball Valve or AVK Series 66 Aqua Fuse or AVK
169
42`x4 = HOPE IPS electro -fusion or side wall branch saddle;00
HOPE IPS electro -fusion or side wall branch saddle
7777WM
171
' sx 4 IHDPE IPS electro -fusion or side wall branch saddle
$0*00
172
.k'4" HOPE IPSelectro-fusion or side wall branch saddle
173
c 41HIDPE IPS electro -fusion or side wall branch saddle
$000
174
e=Pusion'Co 6 lin
175
JPS Molded HDPE 90 Degree Elbow
$0,00
176
1>> Ablded ;HOPE Socket Coupling$Ov00
17711'r
Round Valve Box W/Lid
n y
179
ve' , emta 6"
180
6'` Po ene Ball Valve w/ 1" B ss Valve Aqua Fuse orAVK
$0.00
I1 8/12/2015 Page 4
1
8/12/2015 Page 5
A B C
D
E
F G
201
Base Bid Item RB/TO Model
Sub Total
Unit Price Total
202
203
2" Air Release Assembly HDPE,
2" Plastic Bermad 2" C11-SP
C11-SP
6
$0.00
204
2" Standard Threaded Ball Valve
6
$0.00
205
206
12!"x 2" electro-fusion or side wall branch saddle
'lQ" x 2" electro-fusion or side wall branch saddle
$0.00
$0.00
207
208
x 2" electro-fusion or side wall branch saddle
6" x 2" electro-fusion or side wall branch saddle
6
$o.
$0.00
209&'electro4iiiion
or side Wall branch saddle
2" PVC SCH 80 T X T Nipple X 3"
6
$0.00
$0.00
'210
211
2" HDPE X STAINLESS Transition Fitting
(ISCO SSPT X IP
6
$0.00
212
15" x 21" X 12" Rect. Jumbo Valve Box W/Lid
Carson 1200
6
$0.00
213
Handle Ke 8"
tib
'
777
215
216
! atve Assemb(HOA-Landscape Blocks HDPE
x 2"`HDPE Reducer FOR HOA TIE-INS
in PVC Out
HOA
$0:00
217
218
x2" HDPE Tee FOR HOA TIE-INS
actrb-fusion or socket coupling
HOA
$0.00
$0
219
220
'221
E• Transftion wf Heayy D Stainless '; Male NPT 1 Per Assv.)
"Class 126 Bronze Gate Valve w/Gross Handle,;i#
moose Ni a SCH"$0 PVC
$0.00
222
223
224
"Toro-P22QG-27-08 Pressure Regulation) Toro
ryt:ASCO M SCH 40 MNPT X SOCKET Sli
40.001
226
227
. x 2, ' X 12" -Rett. umbo Value Box W/L tl
2" electro-fusion or 2" Socket Tee
Carson 12
9
$0.00
2" electro-fusion or socket coupling
9
$0.00
'228
229
2"HDPE Transition w/ Heavy Duty Stainless Male NPT 1 Per ssy.)
9
$0.00
230
2"Nibco Class 125 Bronze Gate Valve w/Cross Handle I
T-113
9
$0.00
231
2" X 1 1/2" SCH 80 Reducer Bushing Flush MPT x FPT
LASCO-9839251
9
$0.00
'232
1 1/2" Close Nipple SCH 80 PVC
LASCO
9
$0.00
233
234
235
r ' Toro 4�22-06 Pt sure ReauWOOOTorn
2" COMP X 1 1/2" MI PT male adaptor threaded (1 Per Assy.)
Phiimac 1
g - r
9 $0.00
1
8/12/2015 Page 5
6/11/1U15 Page 6
A B C D
E F
G
260
Base Bid Item RB/TO Model
Sub Total Unit Price
Total
'262
261
PVC Tapt-Saddle 2" x 1-1/2" ACME (Golf Rotor) SPK See Spec
1 017
$0.00
263
PVC Taet-Saddle 2" x 1-1/2" ACME Quick Couplers) QC See spec
20
$0.00
264
265
HDPE Fusible Service Saddle 2" x 1-1/2" ACME Golf Rotor Ague Fuse: AFAS15-MO
HDPE Fusible Service Saddle 2" x 1-1/2" ACME (Goff BQuick Couplers) Aqua Fuse: AFAS15MO
$0.00
$0.00
'
266
267
PVC Tat Saddle 1 1/2" x 1" for HDPE(Tee Block & LA Rotor
$0.00
268
'269
270
ng Joints
J 1;1: XVI/ 12, Standard, ACME Toro
'
271
W Joint 1-1/2" x 1", 12", Standard, ACME Toro see Spec
$0.00
'
272
273
274
Swing Joint 1-1/2" x 1-1/2", 12", Standard, ACME Qc See Spec
20
$0.00
275
Joint l" x 1", 12", LASCO Turf Swivel Joints Includes(Tee Block
Joint "314" Marlex Street Ells(Q .-3),Close Nipple SCH 80,PV Q .1 Bunker Rotor)
'276
277
Joint 3/4"'x 1/2 funny i swing assemblies(Spray) unker & Tu
278
279
PVC Fittings Schedule 40
280
PVC Fittings Schedule 40 1 1/2" 90° Elbow
9
$0.00
281
PVC Fittings Schedule 40 1 1/2" 45° Elbow
9
$0.00
282
PVC Fittings Schedule 40 1 1/2" Tee
9
$0.00
'284
283
PVC Fittings Schedule 40 1 1/2" Cas
PVC Fittings Schedule 40 Tee 1"
0
9
$0.00
$0.00
285
PVC Fittings Schedule 40 Tee 2" x 1 1/2" x 1 1/2"
9
$0.00
286
PVC Fittings Schedule 40 Tee 1 1/2" x 1 1/2" x 2"
9
$0.00
PVC Fittings Schedule 40 Tee l" x 1" x 1 1/2"
9
$0.00
'287
288
PVC Fittings Schedule 40 Reducer 1 1/2" x 1 "
18
$0.00
289
290
PVC Fittings Schedule 40 90° Elbow 1"
18
$0.00
'291
PVC Fittings Schedule 40 45° Elbow 1"
9
$0.00
292
PVC Fittings Schedule 40 22.5° Elbow 1"
4
$0.00
293
PVC Fittin s Schedule 40 1" Cas
50
$0.00
294
295
296
297
PVC"�S Schedule 40 (Spray"`Swing Joint Assy. i
PVC SCH 40 Tee 1" x 1/2" PVC Tee(SXSXT) or ELL
Bunker Com lex' (Spray)
0
$5.06
'298
299
12 MPTX FPT Marlex Street ELL. 2 Per)
1/2" Barb ELL x MIPT. 2 Per
0-
0
$0,00
300
1/2'" Funn Pi 100' Roll0`00
'
301
302
303
,Tftdr Schedule 40 Rotor Swing Joint
O1TE, SCHEDULE '40.1 1/2" SOCKET X 3/4" NPT FEMALE
Bunker Com lex (RoW
0
. ,..
$0°
305,�:
ladex Ellfunny Pipe Swing Joint
0
440.00
306
307
PVGFitlln Schedule 40 Dri p Ass .
'l1=E SCHEDULE 40 1'1/2' SOCKET X 1/2" SXSXT w/ Techline
Landsca Drip
0
0:00
308
C TEE SCHEDULE 40 1" SOCKET X 1/2" SXSXT w/ Techline Adapter
0
$0,
1309
310
�o Built -Thread Adapter 1/2" (2 Per)
ne Figs-hing Valve Plumbed to PVC At low end
0
0
311
312
/2 'Netaffm Techline Drip , pipe TLDL-9.12
0
' .:; 00
1313
314
FNM Schedule 40 Bubbler 6M.)
PVCTEE 'SCHEDULE 40, 1" SOCKET X 1/2" SXSXT
Landsca Bubblers .
0
.00
315
PVC, TEE. SCHEDULE 40 1/2" SOCKET X 1/2" SXSXT
0
. ti
316
317
318
Adapter 1/2"
V,t Sl' Thread Adapter 1/4"
`
,' PUr#i1�Pi a 100' Roll
0$0"."0'0'
p
�: p
319
$0,00
320MEN
, .
321
322
Total - Group 4 - FITTINGS - PVC
6/11/1U15 Page 6
1
8/12/2015 Page 7
A B C D
E F
G
323
Base Bid Item RB/TO Model
Sub Total Unit Price
Total
324
IPS HDPE DR 11 or Routed 13.5 Fittings (PE3408 or 4710
'325
IPS HDPE Tee 12X12X14
1
$0.00
326
IPS HDPE Tee 10X6X12
1
$0.00
327
IPS HDPE Tee 6X6X12
1
$0.00
328
'329
IPS HDPE Tee 10X6X8
IPS HDPE Tee 6X6X6
1
1
$0.00
$0.00
330
IPS HDPE Tee 8X8X6
1
$0.00
331
IPS HDPE Tee 8X6X6
1
$0.00
332
333
334
335
' 336
337
338
339
' 340
341
342
343
'
344
345
IPS HDPE Tee 2 TEE
175
$0.00
346
' 347
348
4
350
q9Elbow 1.5"
0.00
351
IPS HDPE 90° Elbow 2"
45
$0.00
352
353PS
3 PE 90" Elbow '
HDPE -90* Elbow 4"
,:.•: $0.00
$0.00
354
IPS HDPE 90° Elbow 6"
2
$0.00
355
PS HDPE`900 Elbow 8"
356
357
lPS-HDPE 900 Elbow 1A"
S°'HDPE 90" Elbow 12"
;flPPE 90' Elbow 116"
$0,0p
359Mbow
.
360
IPS HDPE 45 Elbow 2"
5
$0.00
'361
362
.. HDPE 45 Elbow T
S •HDPE 45 Elbow 4"
77 7WOO
$0,00
363
IPS HDPE 45 Elbow 6"
12
$0.00
IPS HDPE 45 Elbow 8"
2
$0.00
1364
365
C1PE 45 Elbow 10"
$0",00
366
PE 45 Elbow 12"
Elbow IT
$0.00
W°
' 369
1X: HDPE Butt End Caps
so.bu
370
2 HDPE Butt End Cas
310
$0.00
371
.4" HDPE Butt End Ca
$0 00
11373
P 'ButtEnd Caps
HDPE Repair Coupling 2"
10
$0.00
1
8/12/2015 Page 7
I
1
8/12/2015 Page 8
1
8/12/2015 Page 9
1
8/12/2015 Page 10
A
B
C
D
E
F G
ase Wd item--Vo—de-r--uo
rn rice Total
5 7Key
For QGV
2
508
1 1/2" Swivels For QC Keys
2
$0.00
5
510
p n ers (See Specification
511
512
iiF/FLBX-6/FLEX/54-56 FC 85' Spacing
Toro
1-1/2" Inlet
$0.00
INF/FLEX-6/FLEX/55-58 PC pacing
Toro
1-1/2" Inlet
514
515
516
INF/FLEX-6/FLEX/54-55 FC 75' S acin
Toro
1-1/2" Inlet
$0.00
5 7
LEX-6/FLEX/55-56 pacing
Toro
1-1/2" Inlet
518
519
520
INF/FLEX-6/FLEX/54-53 FC 65' S acin
Toro
1-1/2" Inlet
$0.00
5
- pacing
Toro
1-1/2" Inlet
$0.00,
522
523
INF/FLEX-6/FLEX/54-51 FC 55'Spacing
Toro
1-1/2" Inlet
$0.00
524
525
526
- pacing
Toro
1=1/2" Inlet
.00
527
528
INF/FLEX-6/FLEX/34-30 FC 45' S acin
Toro
1" Inlet
$0.00
529
530
INF/FLEX-6/FLEX/35-30 PC 45' S acin
Toro
1" Inlet
$0.00
531
ee Block S rinklem See Specification)
532
533
534
oro T7 Series Low Flow Nozzle: 4.5 50PSI
Toro
1" inlet
$0.0
535
536
537
kelrBlock S rinklers-S ra See Specification)
0 -VSAM -P S
$ Ro Nozzles (Rotary Nozzles: 18'-180 R13 -18H
I
1/2" inlet
Nozzle
40:00
538
539
540
610F4:rie IS'Spacing PC Block
sign Series RotarySpray 180-30PSI
Toro
Toro
112"Inlet
Nozzle
$0:00
541
raker Block S rink em -Rotors See Specification
542
oro TR50XT Series W/ Check Valve (Nozzle 1.5 -5.0 (45 PSI)
Toro
3/4" Inlet
$0.00
543
544
545
LSA Bloek S rinklers-Rotors' See S ' cification
546
Toro TR60XT Series W/ Check Valve (Nozzle 1.5 -5.0 (45 PSI)
Toro
3/4" Inlet
$0«00
547,';..
548
8'Station 'O Boards
Toro
_.
$0,00
550
552
MrW-H-3prinklem Spare Nozzles
553
554
555
556
r i}T"/54-51 FC w/stator
Toro DT/55-51 PC w/stator
Toro
Toro
$0.00
557
cxo DT/54-51 Mainless B -P -G w/stator
Toro
$0,0
558
559
560
Tee Block Sprinklers Spare Nozzles
561
562
Toro 835GL Mainle B -P -G
Toro
1"Inlet
563
564
Concert Bas
170
$0.00
51/2"
Rebar 4Lengths
15
566116661111kneous'
rite In unlisted materials
568
Total - Group 7 - MISCELLANEOUS
1
8/12/2015 Page 10
B C D E F G
Base Bid Item RB/TO Model Sub Total Unit Price Total
irn ump ion ee peci ca ions Per spec.
irt/Motor See Specifications) Per spec.
sure Per Spec.
1Q Per Spec.'
ut' I Ium
t ace 75 HP Motor Us Motors See Specifications)
to �ce 25 HP i Motor Us Motors See S flcations
teplace Flowtranex Control Panel (See Specifications)
11621= Total - Group 10 - PUMP STATIONS
1
8/12/2015
Page 11
1
8/12/2015 Page 12
A B C D I E F
G
Base Bid item NOTES
Total
Group 1 - Pipe
624
Group 2 - Wire
$0.00
625
Group 3 - Valves
$0.00
626
Group 4 - Fittings - PVC
$0.00
627
Group 5 - Fittings - HDPE
$0.00
628
Group 6 - Irrigation
$0.00
Group 7 - Miscellaneous
Sub -Total
631
Sales ax
633
634
635
636
638
Grand Total
$0.00
640
641
642
Every effort has been made to estimate the quantities of material needed for this iob. The quantities
643
listed are to insure equitable bidding. However, the scope of work can change in construction. These
644
changes will be adiusted by unit pricing for the materials listed in the unit price list. In addition. small
645
incidentals may not be included. ATI will NOT be held responsible for the construction materials list.
646
647
Contractor to verify all quantities. If the OWNER purchases materials, he assumes all responsibility
648
from CONTRACTOR for the quantities.
649
650
651
652
653
654
655
656
657
658
659
660
661
662
663
664
665
666
667
668
669
1
8/12/2015 Page 12
STT` �T
SEBASTtAN
HOME Of PELICAN ISLAND
September 1, 2015
Bidders Name
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts
3. Discuss how you will meet the proposed project, scheduto start on October 1, 2015 and
completion by January 31, 2016. �/,;r�',r;
Score 0-20 pts
4. Discuss how two different type of irrigation pipe (HDPE a PVC,) can be design as one
system. �'—, 1
Score 0-15 pts
5. Please explain your quality control and quality assurance for this design build project. ^
Y
Score 0-15 pts
6. How will the construction be staged and where do you plan to stage equipment and
materials. L✓ ` �� � L'�-y-r�� j�, -7� ,: `>
Score 0-10 pts
L/
Total Score ' U
Page IofI
CM ct
SEBTN
HOME OF PELICAN ISLAND
September 1, 2015
Bidders Name
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts
3. Discuss how you will meet the proposed project schedule to start on October 1, 201$ and
completion by January 31, 2016.
Score 0-20 pts
C i 7 GCC is'�
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts l
5. Please explain your quality control and quality assurance for this design build project.
Score 0-15 pts
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts
Total Score
Page 1 of 1
L -ML
SEBA -f
City of Sebastian
1225 Main Street
— —
Sebastian, FL 32958
(772) 388-8228
HOME OF PELICAN ISLAND
fax: (772) 388-8248
September 1, 2015
Bidders Name
Raters Name 4� ?.=�, c%
4171
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans ,oJ/f the proposed irrigation system.
Score 0-20 pts .s
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems �-
Score 0-20 pts / L1
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
Score 0-20 pts 1'
4. Discuss how two different type of irrigation pipeDPE nd PVC) can be design as one
system.
Score 0-15 pts
5. Please explain your quality control and quality assurance for this design build project.
Score 0-15 pts
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts
Total Score
Page 1 of 1
CROF
City of Sebastian
ECT
'•7IAN
1225 Main Street
The Designer to provide detail information of two past irrigation design systems and also
Sebastian, FL 32958
provide the City with conceptual design plans of the proposed system. The designer will
(772) 388-8228
HOME OF PELICAN ISLAND
fax: (772) 388-8248
September 1, 2015
Bidders Name
Raters Name
LAIJr)
k C n3 tea L6u lze
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
bta� f rceuL(-'
P�-PtA) �,;A Is 1.
The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
-AisNzy
have 48 hours to submit conceptual plans of the proposed irrigation system.
t+�pE
tri► ��-
Score 0-20 pts �o
2.
Discuss any possible foreseen challenges and conflicts relating to the irrigation design
vnw�,2 S��K��S ?
based on your past experience on other irrigation systems
JAZ 34T'{
s
Score 0-20 pts. r
3.
Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
r
y
Score 0-20 pts 0
4.
Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
P;Ic ti4' 1
system.
r'
Score 0-15 pts J
�rfl�cxc Moz��� 5.
Please explain your quality control and quality assurance for this design build project.
S�TW �E
Score 0-15 pts v
,% t 6 3
How will the construction be staged and where do you plan to stage equipment and
materials.
Sf�2i-nmtLZ?10-S
_
U
N° tZq-ptL PLA,J
Score 0-10 pts
Total Score s J
Page 1 of 1
L'M cc
SEBASTIAN
HOME OF PELICAN ISLAND
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772) 388-8228
fax: (772) 388-8248
�l
September 1, 2015
Bidders Name/,
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
(",A A- I 1-. &-"
Score 0-20 pts S �',,,,� , ?
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and f
completion by January 31, 2016.
Score 0-20 pts_,�1 p e-
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts
5. Please explain your quality control and quality assurance for this design build project.
Score 0-15 pts L 4,-4X, �.
How will the construction be staged and where do you plan to stage equipment and
materials. J j;2 /A +,'„f 77
Score 0-10 pts'
Total Score
Page 1 of 1
ITP J
SEB_ TL&N
;.;m � �• --- .�
HOME Of PELICAN ISLAND
September 1, 2015
Bidders Name
Raters Name
clo
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.;,y�G y
k
Score 0-20 pts
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts DUt'✓- ��%�
3. Discuss howyou will meet the proposed project schedule ty start on October 1, 2P15 and
completion by January 31, 2016. 5e7aq,-/ , S f !!
Score 0-20 pts
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts
ws74
5. Please explain your quality control and quality. assurance for this design build project.
Score 0-15 pts
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts ID
/2"
Total Score
Page IofI
L -ML
SEBAST�I
City of Sebastian
1225 Main Street
�"�
—
Sebastian, FL 32958
'
(772) 388-8228
HOME OF PELICAN ISLAND
fax: (772) 388-8248
September 1, 2015
Bidders Name
i
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts Z.0
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016. _
Score 0-20 pts`�u,
4. Discuss how two different type of irrigation pipeDP and PVC) can be design as one
system.
Score 0-15 pts
5�
5. Please explain your quality control and quality assurance for this design build project.
Score 0-15 is
I
6. How will the construction be staged and where do you plan to stage equipment and
materials.
,L
Score 0-10 pts
Total Score
Page 1 of 1
arfOF
SEBAS
HOME OF PELICAN ISLAND
September 1, 2015 ,, 1
Bidders Name /\J���'f
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772) 388-8228
fax: (772) 388-8248
�L r.
iI
NLrf
bcSiG.�I� .
Hi►d� ��' P`y} �/S 1. The Designer to provide detail information of two past irrigation design systems and also
sip °�6..� provide the City with conceptual design plans of the proposed system. The designer will
Zje, o S�Sn""` have 48 hours to submit conceptual plans of the proposed irrigation system.
2.
s �S%'• � +.fj
<WAG'
o/fDV;?- 2x i5XV�
fE
3,y ��Scl��►
4.
i�tr1'-ms's-,fly
Score 0-20 pts - LD
Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts ':)�
Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
Score 0-20 pts
Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts / 7
'.0"S L'c 5. Please explains your quality control and quality assurance for this design build project.
'GG�D Sv�E1�'�,ti.56K-� �.*�J✓�'!r1✓'f�""���✓ Cmc>i.�G'vv,es'� �'ErE.$c.ltilC'Zi
�� �►^A^% x Score 0-15 pts
�x D C12.� 1trUc
� _[AAa
A,XC4041 S� fid
Srax4o 3 G ,e.
':-'7V.,!-!AW � {L.S
C -U,, ; P.- C-4
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts /0
Total Score A
5
Page 1 of 1
%0/7 IRDS — 44.J Rt cr�vCD
3s-Yo4kc65 x
Cm cc
EBAS-T
HOME OF PELICAN ISLAND
September 1, 2015
Bidders Name ( )-5e, I
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772) 388-8228
fax: (772) 388-8248
ell, �
, 0c)
The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts lL,
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
� Q
Score 0-20 pts I� - Lf !� ►1 li'e) [4—
sig
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016. e. Q.( V t— �6 .-, 1
Score 0-20 pts CID -F /—J
5 'T'fk A- �F w t?317iFF«cL-T'.
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one Z, -5
system. -,
Score 0-1 5 pts r"J
c1
5. Please explain your quality control and quality assurance for this design build project.
t -)er I -- - 5 -/ Q� rtz- e-vr`-
Score 0-15 pts ��
6. How will the construction be staged and where do you plan to stage equipment and
materials. Z, / 3 c -.J Ty_)..,0V,- (4 5
Score 0-10p is aA✓
Total Score
Page 1 of 1
�:M 11
SEBASTIAN City of Sebastian
1225 Main Street
— - Sebastian, FL 32958
40;
—
(772) 388-8228
HOME OF PELICAN ISLAND fax: (772) 388-8248
September 1, 2015
Bidders Name : �i"G; '- ?C", � G
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system. 2'` yi')
Score 0-20 pts
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems �/j"
Score 0-20 pts /-5
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016. ,
Score 0-20 pts
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be d sign as one
system.' �uI V�: lv�!I c- ' l"W
Score 0-15 pts 6
5. Please explain your quality control and quality assurance for this design build project.o��
Score 0-15 pts 5
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts
Total Score
Page IofI
L X
City of Sebastian
} 1225 Main Street
Sebastian, FL 32958
(772) 388-8228
NOME OF PELICAN ISLAND fax: (772) 388-8248
September 1, 2015
Bidders Name / l 'y /'7
Raters Name ji) �-7
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system.
Score 0-20 pts )—<-�'
2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
based on your past experience on other irrigation systems
Score 0-20 pts
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
Score 0-20 pts
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts
5. Please explain your quality control and quality assurance for this design build project.
Score 0-15 pts
6. How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts
Total Score
Page 1 of 1
J/74 14 l /tel
CR OF
City of Sebastian
SERA"" I°
1225 Main Street
Sebastian, FL 32958
(772) 388-8228
HOME OF PELICAN ISLAND fax: (772) 388-8248
September 1, 2015
Bidders Name -100
Raters Name
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
I�AR3o2 :e� DGS
a7uc � aJ�
-- A-� Ps
coo '_'WV
1. The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigation system. Tv O-YG�s
.dvTsJ8M(—tWAJ-, PANS
Score 0-20 pts
µif OLD P)f 51 2. Discuss any possible foreseen challenges and conflicts relating to the irrigation design
Ager's based on your past experience on other irrigation systems
f'udcno�; �� P�xi's�rnoJ Score 0-20 pts
4�ao c�ecss�JG
any ro,CM+ntxiAL-3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016.
' at cTu:�JS�wWIni�I�IC�
aN fl ua,�,e,Yl,s � •.
boar 3V Ctte1srk/NS Score 0-20 pts V-
ffl>`� tR-rCkk-L,5
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system.
Score 0-15 pts
v,+1 -5 11t AAJ ACCF -
W'; wirtt MaAJtz'
l Nnl D t J it ACU ^I 6
Please explain your quality control and quality assurance for this design build project.
Score 0-15 pts l J
How will the construction be staged and where do you plan to stage equipment and
materials.
Score 0-10 pts
Total Score fJ
C IT? W, LL. �VSCA-fr PNkTEX1/k LS
l �cMz ul MAVT 9 0+11 PrsS c���� T� /O
Page 1 of 1
C1) OF
ASi"IMN
HOME Of PELICAN ISLAND
September 1, 2015
Bidders Name
Raters Name C A- (� 0 tJ L -=-r,
City of Sebastian
1225 Main Street
Sebastian, FL 32958
(772)388-8228
fax: (772) 388-8248
INTERVIEW QUESTIONS
Design Build - Sebastian Municipal Golf Course Irrigation System
The following questions will be discussed at the interview telephone conference call.
The Designer to provide detail information of two past irrigation design systems and also
provide the City with conceptual design plans of the proposed system. The designer will
have 48 hours to submit conceptual plans of the proposed irrigatAAio system. J�-7g_e> V� �CI
Score 0-20 pts �,4 tv1- - f
2. Discuss any possible foreseen challenges and conflicts relating to the irrigatiop design
based on your past experience on other irrigation systems
Score 0-20 pts
7-0-
3. Discuss how you will meet the proposed project schedule to start on October 1, 2015 and
completion by January 31, 2016. G `, S t ,,� r � (- a <1<4
Score 0-20 pts
4. Discuss how two different type of irrigation pipe (HDPE and PVC) can be design as one
system. P 8, 5 r+ 6C 1-0 ' 5 /1- L. L H P -
Score 0-15 pts
5-
5. Please explain your quality control and quality assur n e f r this design build o'ect. fCo�,e pis
/5 ti o//� � � fo
Score 0-15 pts 1 S 3 - 'r b� v �tiz �n �� 1�--tv,-4 /(-P
6. How will the construction be staged and where do you plan to stage e uipm nt and
materials. r,'7-1% AjC- k f L/�
Score 0-10 pts
v W tri_''—
Total Score
Page 1 of 1