Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2003 04 08 Bid 03-12 Access Road - Water and Seweroff or
SERMY�AN
HOME OF VPEUCAN 1SUND
PURCHASING
OFFICE OF GENERAL SER VICES ADMINISTRA TOR
1225 MAIN STREET - SEBASTIAN, FLORIDA 32958
TELEPHONE (772) 388 -8241 FAX (772) 581 -0149
TELEPHONE (772) 589 -0743 FAX (772) 589 -6880
DATE: April 8, 2003
TO: See Below
FROM: Jesus M. Vieiro
THROUGH: Paul Wagner
SUBJECT: Bid Documents - Airport Access Roads, Water and Sewer Project
The attached bid documents are provided for your review, comments and for approval.
Once approved, we will proceed to advertise this project for public proposals.
Should your comments include any changes, which materially change or affect these
documents, please submit those changes in writing.
Please review these documents in their entirety and initial below to indicate your
agreement and concurrence, and/or approval. Then return to me.
1. Jason Milew (As to contegKj, /GO,r„M
2. Mark Ma (As to budget) 1, V!%I 710
3. Richard Stringer I (As to legal form & sufficiency)
4. Paul Wagner
(As to procurement & contract admin.)
,IJ 1� t� ice- �1 G`lr
`� (The invitation date and time will be revised, if necessary, after approvals)
BIDDER'S LIST FOR AIRPORT ACCESS ROADS
CHAMPION CONTRACTING
9065 Ellis Road, W. Melbourne, FL, 32904
Att. Michael Cobb 321 -726 -9100
COMMUNITY ASPHALT CORP.
5100 29`s Court, Vero Beach, FI 32967
772 - 770 -3771 Fax 772- 770 -3707
ASI PAVING, INC.
P.O. BOX 741272, BOYNTON BEACH, FL, 33474
Att. Mark Guthrie 561 -644 -2912
HENRY FISHER & SONS, INC
10725 U.S. HWY. 1
SEBASTIAN, FL. 32958
Att. Hank or Bob 589 -3159
GUETTLER AND SONS CONSTRUCTION
P.O. BOX 1989, FT PIERCE, FL, 34954
ATT DAVE MORGAN 772 -461 -8345
JOBEAR INC
1950 DANR DRIVE NE
PALM BAY, FL 32905
Att. Rob Beatty
321-723-3571
DICKERSON FLORIDA, INC.
P.O. BOX 719
STUART, FL 34995
Att. Larry Dale
561 - 281 -6820
W. PARMENTER EXCAVATING INCORP.
2090 NORTHVIEW ST. N.E.
PALM BAY FL 32905
Att. Lonnie Addison
321 - 724 -8760
MACASPHALT a DIVISION of APAC- FLORIDA INC
6220 N US 1
MELBOURNE, FL 32940
Att. Bob Powers, Chief Estimator
321 - 242 -0236
RANGER CONSTRUCTION INDUSTRIES INC
4210 OLD DIXIE HWY
GRANT, FL
Att. Steve Skubal
321- 725 -2700
1225 MAIN STREET
SEBASTIAN, FL 32958
561 - 388 -8203 City Mgr.
561 -388 -8241 General Services Administrator
Fax #:561 - 581 -6149
To: Press Journal Legal Ads
Attention: Karen
Fax: 978 -2340
Phone:
CITY OF SEBASTIAN
From: ,lean M. Tarbeli, Purchasing & Contract
Administration
Pax: 561- 581-0149 1 Phone: # 561 -388 -820:
Pages 2
Date: 05105/03
Re Airport Access Road, Water & Sewer Project CC:
Attached please find one (1) Legal Ad to appear once in the Vero Beach Press Journal on
Thursday, May 8, 2003 regarding: Airport Access Roads, Water & Sewer Project. Please
return all copies of ads and billings to Jean Tarbell, City of Sebastian, General Services
Administration, 1225 Main Street, Sebastian, FL 32958. if you should need any further
information, please feel free to contact me at 772- 388 -8203.
Thank you.
NOTICE OF INVITATION TO BID
SEALED BIDS FOR A LICENSED FIRM TO CONSTRUCT ROADS, AND
FURNISH AND INSTALL SEWER AND WATER LINES AT THE MUNICIPAL
AIRPORT, WILL BE ACCEPTED BY THE CITY OF SEBASTIAN, 1225 MAIN
STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2.00 P.M. ON, .TUNE 9, 2003. BID
ENVELOPES ARE TO BE MARKED AS FOLLOWS:
BID: ACCESS ROADS WATER AND SEWER
OPEN: JUNE 9, 2003 (-}a, 2 :00 P.M.
The City of Sebastian is seeking bids from licensed firms to construct access roads, install sewer
and water lines, and perform other improvements at the Municipal Airport.
The Contractor shall be able to be properly licensed in the City of Sebastian, and shall show Proof
of Insurance to conduct its business, with all licenses, permits, and certificates as required by all
local, State of Florida, and Federal agencies. Vendor must be capable of obtaining the appropriate
licenses and certificates in the City of Sebastian.
Firms interested in preparing a bid may pick up or request a complete bid package from the Office
of General Services 772- 388 -8203. Bid package fee $35.00. All items bid shall conform to the
Contract Documents in their entirety, and no bid shall vary from the Contract Documents unless
specifically approved in advance in writing by the City.
Any bids received without Bid Bond equal to 5 % of the base bid amount, Public Entity
Crime Form, Drug Free Workplace Form, Proof of Insurance (in the amounts specified in
the Contract Documents), and Bidder's Qualification Questionnaire, may be considered
incomplete and immediately disqualified. 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.
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
time of the execution of the agreement. This contract contains a liquidated damages clause of
$ 100.00 per calendar day.
Questions concerning this project should be directed to Jesus M. Vieiro, Buyer (772) 589 -0743.
A mandatory pre -bid conference has been scheduled for May 16, 2003 @ 2:00 P.M., at the
address stated above in City Hall. Attendance is mandatory for all bidders.
Bids duly submitted will be publicly opened and read aloud at 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.
Paul L. Wagner
General Services Administrator
I`P_ M
■1� PRESS JOURNAL
INDIAN RIVER COUNTY, FLORIDA
scRta?>?s ttawArtn 1801 U.S. 1, Vero Beach, FL 32960
AFFIDAVIT OF PUBLICATION
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before the undersigned authority personally appeared, Karen Trego, who on oath says that she is a
Classified Legal Advertising Representative of the Press Journal, a daily newspaper published at Vero Beach
in Indian River County, Florida; that the attached copy of advertisement was published in the Press Journal in
the following issues below. Affiant further says that the said Press Journal is a newspaper published at
Vero Beach in said Indian River County, Florida and that the 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 attached copy of advertisement;
and affiant further says that she has neither paid nor 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 Press Journal has been entered as second class matter at the Post Office in Vera Beach,
Indian River County, Florida and has been for a per -sod of one year next preceding the first publication of
the attached copy of advertisement.
Ad # Name Date Price Per Day pp #
2695239 CITY OF SEBASTIAN /GEN 05108/2003 $114.48 access roads
Total $114.48
Subscribed and sworn to me before this date:
05106/2003
Wiz? -� ------- - - - - --
' -� - - -- ---------- - - - -�' ---
Notary Publi
woF fto M ER 104 23 1 0910 l.D.
NOTICE OF INVITATION TO BID
SEALED BIDS FOR A LICENSED FIRM TO CONSTRUCT
ROADS, AND FURNISH AND INSTALL SEWER AND
WATER LINES AT THE MUNICIPAL AIRPORT, WILL BE
ACCEPTED BY THE CITY OF SEBASTIAN, 1225 MAIN
STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2;00 P.M.,
ON JUNE 9, 2003. BID ENVELOPES ARE TO BE MARKED
AS FOLLOWS:
BID: ACCESS ROADS, WATER AND SEWER
OPEN: JUNE 9, 2003 @ 2:00 F-M.
The City of Sebastian is seeking bids from licensed firms to
construct access roads, install sewer and water lines, and
perform other Improvements at the Municipal Airport.
The Contractor shall be able to be properly licensed in the
City of Sebastian, and shall show Proof of Insurance to
conduct its business, with all licenses, permits, and certificates
as required by all local, State of Florida, and Federal agen-
cies. Vendor must be capable of obtaining the appropriate
licenses and certificates in the City of Sebastian.
Firms interested In preparing a bid may pick up or request a
complete bid package from the Office of General Services
772- 398 -8203. Bid package Fee 135.00. All items bid shop'
conform to the Contract Documents in their entirety, and no
bid shall vary from the Contract Documents unless specifi-
cally approved in advance in writing by the City.
Any bids received without Bid Bond equal to 5% of the base
bid amount, Public Entity Crime Form, 'Drug Free Workplace
Form, Proof of Insurance (in the amounts specified in the
Contract Documents), and Bidder's Qualification Question -
noire, may be considered incomplete and immediately dis-
qualified. 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.
A Payment and Performance Bond equal to one hundred
percent (100° /a) of the Agreement price shalt be required on
this protect, and shall be provided by the successful bidder at
the time of the execution of the agreement. This contract
contains a liquidated damages clause of '100.00 per calen-
dar day.
Questions concerning this project should be directed to Jesus
M. Vieiro, Buyer (772) 589 -0743.
A mandatory pre -bid conference has been scheduled for
May 16, 2003 @ 2:00 P.M., at the address stated above in
City Hall. Attendance is mandatory for all bidders.
Bids duly submitted will be publicly opened and rood aloud
at date and time specified above, in City Hall. The City
reserves the right to rejed 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.
Paul L. Wagner
General Services Administrator
May 8, 2003 2695239, 1
-Pace - p D —A—',
ATTENDANCE LOG SHEET
PRE -BID CONFERENCE
AIRPORT ACCESS ROADS - May16, 2003 - 2:00 PM
�z7_�,�a
Name
Company
Phone
Jesus M. Vieiro
City of Sebastian - Purchasing
(772 ) 589 -0743
/ /
_ iL
G//Q
l s d. J
? 0 - v73 - q,2 Y6
Wt
:;piZI - -7 z -35 1
/y,1nvCja4tc&653
Oo kvyA i7la 4.wk*JY'J r
77a - a - 3771 3
P : fWSEiv'
aA- Cr�Q_4-P
.467` 30 G - o 7-a0
Purchasing
General Services Department
F9_151_6�
707
16,047
BID DISTRIBUTION LOG
BID #: 03 -12
BID NAME:
Bid: Access Road, Water and Sewer
Airport Access Road, Water and Sewer
Pre -Bid Meeting Date:
Bid Opening Date:
RFQ: DEADLINE: 619103
DATE
CONTRACTOR /VENDOR NAME
ADDRESS
PHONE #
FAX #
MAIL 1 FAX
h
L
i
o s
D
77
16,047
Champion Contracting
9065 Ellis Road
W. Melbourne, FL 32904
Attention: Michael Cobb
ASI Paving, Inc.
P.O. Box 741272
Boynton Beach, FL 33474
Guettler & Sons Construction
P.O. Box 1989
Ft. Pierce, FL 34954
Attention: Dave Morgan
W. Parmenter Excavating Incorporated
2090 Northview Street, NE
Palm Bay, FL 32905
Attention: Lonnie Addison
MacAsphalt a Division of APAC - Florida, Inc.
6220 N. US #I
Melbourne, FL 32940
Community Asphalt Corporation
5100 29h Court
Vero Beach, FL 32967
Henry Fisher & Sons, Inc.
10725 US Highway #1
Sebastian, FL 32958
Jo Bear, Inc.
1950 Danr Drive, NE
Pahn Bay, FL 32905
Dickerson Florida, Inc.
P.O. Box 719
Stuart FL 34995
Attention: Larry Dale
Ranger Construction Industries, Inc.
4210 Old Dixie Highway
Grant, FL
Attention: Bob Powers, Chief Estimator Attention: Steve Skubal
Community Asphalt Corporation
5100 29'h Court
Vero Beach, FL 32967
Henry Fisher & Sons, Inc.
10725 US Highway #1
Sebastian, FL 32958
Jo Bear, Inc.
1950 Danr Drive, NE
Palm Bay, FL 32905
Dickerson Florida, Inc.
P.Q. Box 719
Stuart FL 34995
Attention: Larry Dale
CITY or
SEIDAST
NOME OF PELICAN ISLAND
1225 MAIN STREET ■ SEBASTIAN, FLORIDA 32958
TELEPHONE (772) 589 -5537 ■ FAX (772) 584 -2566
MEMORANDUM
DATE: July 17, 2003
TO: Paul Wagner, Administrator
FROM: K. Nappi, Contractor Licensing
SUBJECT: Access Road to the Airport
Please be advised that Jobear, Inc. has met all of the requirements for licensing in the City of
Sebastian to the do the work noted above.
06/20/2003 13:38 3217285619 JOBEAR WARDEN PAGE 01
Warder. i p
Construction
Lic# CV- 7- CO572387
Fax Coversheet
To; City of Sebastian
ATTN. Mr. Jesus Vieiro
pax #: 4-7��9 -7-7 Z-
From: Rob Beatty 11
Date, 6/19/2003
Subject, Sebastian Airport Access Roads
pages to
pollow:
Message:
Mr. Vieiro,
I was able to sir down with Mr- Huy this afternoon and discuss the possible
reductions iri the proposal.
We were able to find where we could reduce the proposal by $15,C00.00. {Please see
attached revised copy of our proposal).
One substantial area was in the 8" directional bore. I had received a proposal from
another subcontractor after we had turned in our original proposal and it was lower
than the first subcontractor.
If the bollards around the fire hydrants can either be reduced or eliminated this
would be another item that could be reduced by up to 58,800.
If you have any further questions please do not hesitate to contact me.
Rob Beatty
I rfgfl Dnnr Drive. Faith Bav, FL 32905 (321) 723 -3571 • FAX (321) 728 -5619
CITY QF
SEBASTIAN
HOME OF PELICAN ISLAND
1225 MAIN STREET + SEBASTIAN, FLORIDA 32958
TELEPHONE: (772) 589 -5330 • FAX (772) 589 -5570
NOTICE OF AWARD
ACCESS ROADS WATER & SEWER
TO: Mr. John K. Huy
President
Jobear/Warden Construction
1950 Danr Drive
Palm Bay. FL ')2905
Dear Mr. Huy:
You are hereby notified, on July 09, 2003, the Sebastian City Council awarded
the Access Road, Water & Sewer Bid to your firm, in the amount of $612,924.00
per the price stipulated in the _Bid Proposal Price Form, dated June 9, 2003,
which you submitted.
You are required by the bidding documents to execute the Agreement
Document (enclosed). Once executed please return one original copy.
The contractor is required to obtain a certificate of compliance through the
City of Sebastian's licensing department, prior to issuance of Notice Of
Commencement.
If you fail to furnish the executed Agreement and licensing certificate of
compliance within ten (10) days from the date of this notice, the City shall be
entitled to consider all your rights arising out of the City's acceptance of your Bid
as abandoned. The City shall be entitled to such other rights as may be granted
by law.
Do not start work until a written Notice to Proceed is issued from the City.
Dated this 14 day of Jul ,2,003.
her, Gpieral Services Administrator
"An Equal Opportunity Employer"
Celebrating Our 75th Anniversary
. 1'
67 i
Alk
Citv of Sebastian. Florida
Subject: Infrastructure Construction
Agenda No.
Contract
roved for ubmittal by:
Department . .m ort
Dept. Head'
Finance:
er oor anager
General Services:
Date Submitted: 6/26/2003
For Agenda of: 7/09/03
Exhibits: (2) — Bid summary and recommendation from Purchasing Department, Bid
summary and recommendation from The LPA Group.
EXPENDITURE
AMOUNT BUDGETED:
APPROPRIATION
REQUIRED: $612,924
$1,001,589.00
REQUIRED: $ n/a
610010KI '
In February of 2001, the City of Sebastian accepted a Joint Participation Agreement
(JPA) from Florida Department of Transportation for Infrastructure Improvements,
namely the construction of two golf holes, the realignment of Airport Drive East, the
extension of Airport Drive West, and finally the installation of sewer utility along Airport
Drive West. Since that time, we have constructed the golf holes and have mitigated a
wetland that was preventing us from initiating the roadway and water utility
improvements.
On June 9, 2003 the bid opening was held. Though we received only one bid (there was
another, but it came in after the deadline), the pricing was somewhat comparable to the
engineer's estimate. Even so, we asked the company to re- evaluate their bid and upon
doing so, they lowered the cost on some items, saving the City approximately $23,800,
Therefore, based on an evaluation and recommendation from both our purchasing
department and The LPA Group, Inc., airport staff is pleased to recommend approval of a
construction contract between the City of Sebastian and the low bidder, Jobear/Warden
Construction to construct infrastructure improvements to Sebastian Municipal Airport. In
addition, 80% of this amount will be funded by FDOT and the remaining 20% will come
from airport revenues.
Airport staff will be present at the July 9, 2003, regularly scheduled meeting, should you
have any questions or concerns.
RECOMMENDATION
Move to approve Contract between the City of Sebastian and Jobear/Warden
Construction in the amount of $ 612,921.00 for infrastructure improvements at Sebastian
Municipal Airport.
THE LPA GROUP INCORPORATED
Transportation Consultants
12000 RESEARCH PARKWAY. SUITE 152 • ORLANDO. FL 32826 -3287 x 407 - 308.0200 ■ FAX 407- 3060480
June 18, 2003
Mr. Jason Milewski, C.M.
Airport Manager
City of Sebastian
1225 Main Street
Sebastian, FL 32958
Subject: Review of X26 Access RoadsfWater /Sewer Bids
Dear Mr. Milewski:
THE LPA GROUP INCORPORATED and has reviewed the bid prices submitted on 06- June -03 by the
Contractor for the subject project. The bid prices were forwarded to me via e -mail from Jesus Vieiro, City
of Sebastian General Services Administration. The following contractors submitted bids on the project:
Contractor Total Amount
Joebear/Warden. $636,724.00
Based on the bid examination, and since the total bid amount exceeds your budget, we recommend
meeting with the bidder, and discussing the prices on several items. Specifically, we suggest discussing
the following items, to insure the Contractor's understanding of their scope and quantity.
• Item 1, mobilization: you may need to clarify that this is a small airport with no large amount
of traffic control or security concerns
• Item g, boring: Check to verify his costs per unit
• Item v, fire hydrants: this item's unit cost seems about $1,000 more than expected.
• Item aa, surface restoration of taxiway: the procedure is simple, replace with 1" of asphalt
and 8" of limerock base, or equivalent. This cost seems high as bid.
Overall, the bids look appropriate, especially for the roadway portion of the project. With the exception of
the few items discussed above, everything else looks like it is in the competitive range for those items.
Additionally, we understand that this Contractor has worked in the area and done good work on other
utility projects in the county. If sufficient funds may be allocated, the rest of the bid package looks correct
(bid forms and attachments are appropriately reviewed by the City of Sebastian), and a successful
resolution can be made with the Contractor that is in agreement with the General Services Administration
of the City of Sebastian, we would recommend awarding the project to the only bidder. Please note that
LPA did not review the remainder of the bid documents for accuracy.
Should you need anything further, please do not hesitate to ask
Sincerely,
THE A O PIN PQRATED
t=
a Jansen, E.
P jest Manag
cc: Mohsen Mohammadi, LPA
Steve Snoberger, Carter & Associates
File (TA412002.1d)
ATLANTA ■ BATON ROUGE 0 CHARLESTON ■ CHARLOTTE ■ CHICAGO • COLUMBIA • GREENS94RO • GULFPORT ■ KNOXVILLE MOBILE ■ MYRTLE BEACH ■ ORLAN00 ■ RALEIGH •
RICHMOND • SARASOTA • TALLAHASSEE ■ TAMPA ■ WEST PALM BEACH
n
n
•J
CD
m'
to
L
C
to
N
0
0
w
m
N
O
O
w
b
b
N
rr
C
n
O'
rt �
A
Vi CD
CD N
O• N
2)
N
�r
C
-a'
m
D
O
O
i11
O.
N
fl1
Q.
to
CD
to
3
a
CD
C
cc'
N
_W
D
C
r
z
T
ATTENDANCE LOG SKEET
BID OPENING
AIRPORT AGESS ROADS, WATER & SEWER
JUNE 9, 2003, 2:OOPM
Namen Company Phone
Jesus M. Vie' City of Sebastian — Purchasing 772 589 -0743
PDN A' W - ae>-eAP-1 A(Z1D61\f �2-) -7;:)-3 3n�
Purchasing
General Services Department
-1-
de�
AIRPORT ACCESS ROADS, WATER and SEWER
JOBEARIWARDEN'S BID TABULATION
EE -j j V 12.tYD f i I D
V
ITEM DESCRIPTION
QUANTITY1
UNIT
JUNIT PRICE
EXTENSION
MOBILIZATION
1
LS
$49,500.00
$49,500.00
TRAFFIC CONTROL
1
LS
$4,000.00
$4,000.00
SILT FENCE
4000
LF
$1.65
$6,600.00
CLEARING & Grubbing
4.94
ACRE
$4,500.00
$22,230.00
REGULAR EXCAVATION
1402
CY
$6.00
$8,412.00
TYPE B STABILIZATION
10500
SY
$2.75
$28,875.00
FINISH SOIL LAYER 6"
7000
SY
$2.00
$14,000.00
UNDERDRAIN CLEANOUTS
9
EA
$300.00
$2,700.00
5" PERFORATED UNDERDRAIN
1100
LF
$10.25
$11,275.00
6" PERFORATED UNDERDRAIN
820
LF
$11.25
$9,225.00
81, PVC
590
LF
$14.00
$8,260.00
TYPE C DBI MODIFIED
1
EACH
$2,350.00
$2,350.00
TYPE H MODIFIED INLET
2
EACH
$4,195.00
$8,390.00
MITERED END SECTION 15" RCP
2
EACH
$300.00
$600.00
MITERED END SECTION 18" RCP
15
EACH
$310.00
$4,650.00
MITERED END SECTION 36" RCP
1
EACH
$1,008.00
$1,008.00
LIMEROCK BASE
1600
CY
$44.00
$70,400.00
BITUMINOUS MATERIAL
5000
GAL
$1.50
$7,500.00
TYPE'S` ASPH. CONCRETE
840
TON
$60.00
$50,400.00
DITCH BLOCKS
4
EACH
$1,000.00
$4,000.00
15" RCP CLASS III
58
LF
$25.00
$1,450.00
18" RCP CLASS III
440
LF
$30.00
$13,200.00
36" RCP CLASS III
90
LF
$60.00
$5,400.00
CONCRETE CURB AND GUTTER
1100
LF
$9.00
$9,900.00
RIPRAP
40
TON
$100.00
$4,000.00
EE -j j V 12.tYD f i I D
AIRPORT ACCESS ROADS, WATER and SEWER
JOBEARMARDEN'S BID TABULATION
GRASSING(SEEDING)
3
ACRE
$1,600.00
$4,800.00
SODDING
4000
SY
$1.85
$7,400.00
6 " SOLID STRIPE
7300
LF
$0.20
$1,460.00
STOP SIGN
6
EACH
$170.00
$1,020.00
8" PVC
4297
LF
$18.00
$77,346.00
8 " DIP
371
LF
$21.00
$7,791.00
8 " HDPE
780
LF
$9.90
$7,722.00
6" PVC
633
LF
$11.00
$6,963.00
6" DIP
20
LF
$16.00
$320.00
6" HDPE
40
LF
$6.30
$252.00
8" DIRECTIONAL BORE
5
EACH
$10,000.00
$50,000.00
6" DIRECTIONAL BORE
1
EACH
$1,750.00
$1,750.00
FITTINGS
1
TON
$6,000.00
$6,000.00
8" HDPE RESTRAINERS
14
EACH
$440.00
$6,160.00
6" HDPE RESTRAINERS
3
EACH
$332.00
$996.00
8" PVC /DIP RESTRAINERS
138
EACH
$86.20
$11,895.60
6 " PVC /DIP RESTRAINERS
6
EACH
$51.40
$308.40
12" X 8" TAPPING VALVE
2
EACH
$2,005.00
$4,010.00
12" X 6" TAPPING SLEEVE
1
EACH
$2,000.00
$2,000.00
8" TAPPING VALVE
2
EACH
$700.00
$1,400.00
6" TAPPING VALVE
1
EACH
$500.00
$500.00
8" SOLID WEDGE GATE VALVE
12
EACH
$750.00
$9,000.00
6" SOLID WEDGE GATE VALVE
1
EACH
$535.00
$535.00
1 " PRE - MOLDED PE TAP & CORP
1
EACH
$250.00
$250.00
1" WATER SERVICE
6
EACH
$550.00
$3,300.00
FIRE HYDRANT ASSEMBLY
11
EACH
$3,350.00
$36,850.00
TEMPORARY WATER SUPPLY
1
LS
$680.00
$680.00
AIRPORT ACCESS ROADS, WATER and SEWER
JOBEARIWARDEN'S BID TABULATION
8
BACTERIOLOGICAL SAMPLE
EACH
$305.00
$2,440.00
205 LF 16" STEEL CASING PIPE
1
LS
$22,000.00
$22,000.00
MANAGE TAXIWAY TRAFFIC
1
LS
$750.00
$750.00
SURFACE RESTORA. TAXIWAY
1
LS
$10,000.00
$10,000.00
SURFACE RESTORATION
1
LS
$2,500,00
$2,500.00
TOTAL BASE BID
$636,724.00
RUNWAY ROAD EAST
SILT FENCE
1000
LF
$1.65
$1,650.00
CLEARING & Grubbing
1.08
ACRE
$2,500.00
$2,700.00
REGULAR EXCAVATION
598
CY
$6.00
$3,588.00
TYPE B STABILIZATION
1950
SY
$4.75
$9,262.50
FINISH SOIL LAYER 6"
1400
SY
$2.00
$2,800.00
UNDERDRAIN CLEANOUTS
3
EA
$432.00
$1,296.00
5" PERFORATED UNDERDRAIN
550
LF
$10.25
$5,637.50
TYPE C DBI MODIFIED
1
EACH
$2,350.00
$2,350.00
MITERED END SECTION 15" RCP
2
EACH
$390.00
$780.00
MITERED END SECTION 18" RCP
1
EACH
$430.00
$430.00
LIMEROCK BASE
300
CY
$47.00
$14,100.00
BITUMINOUS MATERIAL
925
GAL
$1.75
$1,618.75
TYPE'S' ASPH. CONCRETE
160
TON
$62.00
$9,920.00
15" RCP CLASS III
51
LF
$30.00
$1,530.00
18" RCP CLASS III
51
LF
$35.00
$1,785.00
GRASSING(SEEDING)
0.7
ACRE
$1,600.00
$1,120.00
6" SOLID STRIPE
1600
LF
$0.20
$320.00
STOP SIGN
1
EACH
$170.00
$170.00
TOTAL ALTERNATE 1
$61,057.75
AIRPORT ACCESS ROADS, WATER and SEWER
JOBEARIWARDEN'S BID TABULATION
SANITARY SEWER LINE
6" PVC
1460
LF
$15.50
$22,630.00
6" DIP
60
LF
$22.30
$1,338.00
6" HDPE
80
LF
$6.30
$504.00
DIRECTIONAL BORE
1
EACH
$3,500.00
$3,500.00
FITTINGS
0.3
TON
$6,000.00
$1,800.00
AUTOMATIC AIR RELEASE VALVE
3
EACH
$3,000.00
$9,000.00
6" HDPE RESTRAINERS
2
EACH
$332.00
$664.00
6" PVC RESTRAINERS
22
EACH
$53.00
$1,166.00
4" PVC RESTRAINERS
4
EACH
$45.00
$180.00
4" SOLID WEDGE GATE VALVE
1
EACH
$460.00
$460.00
6" SOLID WEDGE GATE VALVE
3
EACH
$535.00
$1,605.00
SURFACE RESTORATION
1
LS
$1,200.00
$1,200.00
TOTAL ALTERNATE 2
$44,047.00
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
Additive Alternate 2: Sanitary Sewer Line
Item Spec.
No. No. Item Description 4uantit r� Unit Unit Price
Extension
Total Additive Alternate 2:
$ -�4, 0 trl, ao
The BIDDER must submit bids on the Base Bid including the "Add Alternates" shown above.
The undersigned, having become thoroughly familiar with all of the Agreement & Bidding Documents
incorporated herein, the project site and the location conditions, and time schedule affecting the work,
hereby proposes to perform everything required to be performed in strict conformity with the
requirements of these documents, and to provide and furnish all the supervision, labor, equipment,
tools and materials necessary to provide the construction services meeting or exceeding the
specifications as set forth herein for the prices quoted above. The price(s) quoted is (are) inclusive of
any Addenda, which may be issued.
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 reserves the right to award the Work based on the lowest price bid for any of the award basis
listed below, providing the Bidder is both responsible and responsive. Therefore the "Total Base Bid Price" or
each "Total Base Bid plus any Additive Alternate" price must be ready to stand on its own.
BPS -4
11 2500 SANITARY SEWER LIFE
6" PVC _
1,464
LF
$ 15,50 50
$
b 6" DUCTILE IRON PIPE
60
LF
$ �� 30
$
_
6" HDPE
60
$ �.
$
DIRECTIONAL BORE
INSTALLATION
1 _
_LF
EA $.��
$
a b
FITTINGS
0.3
TON
$
$
{ oa
AUTOMATIC AIR RELEASE
VALVE
3.0
EA
$ , ° °
$
I
6" HDPE RESTRAINERS
2
EA
$ aD
$
e 00
6" PVC RESTRAINERS
22
EA
$ 5 00
$
!!�
4 DO f
4" PVC RESTRAINERS
4
EA
` 00
$
I (;. °o d
_$_
4" SOLID WEDGE GATE VALVE
1
EA_
$ d0
$
4(001 °d
6 " SOLID WEDGE GATE VALVE
3
EA
$ 15 �t
$
° a
SURFACE RESTORATION
1
LS
$_ J 1200.00 $ 1 00
Total Additive Alternate 2:
$ -�4, 0 trl, ao
The BIDDER must submit bids on the Base Bid including the "Add Alternates" shown above.
The undersigned, having become thoroughly familiar with all of the Agreement & Bidding Documents
incorporated herein, the project site and the location conditions, and time schedule affecting the work,
hereby proposes to perform everything required to be performed in strict conformity with the
requirements of these documents, and to provide and furnish all the supervision, labor, equipment,
tools and materials necessary to provide the construction services meeting or exceeding the
specifications as set forth herein for the prices quoted above. The price(s) quoted is (are) inclusive of
any Addenda, which may be issued.
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 reserves the right to award the Work based on the lowest price bid for any of the award basis
listed below, providing the Bidder is both responsible and responsive. Therefore the "Total Base Bid Price" or
each "Total Base Bid plus any Additive Alternate" price must be ready to stand on its own.
BPS -4
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
BID PROPOSAL PRICE SCHEDULE
Item Spec. Item Description
No. No. p Quantity Unit Unit Price Extension
�aa SURFACE RESTORATION OF Qb
TAXIWAY 1 LS $ $ &I o6n
b SURFACE RESTORATION 1 LS $ SD- $ 1500. as
Total Base Bid:. It „,Pi/ `7�/' -�. QD
Additive Alternate Bid Items:
Additive Alternate 1: Runway Road East
Item Spec. Item Description Quantity Unit Unit Price
No. No.
Extension
1
104 -13
SILT FENCE
1,000
LF
$ . f0�
$ /(4
r
110 -1 -1
CLEARING AND GRUBBING
1.08
ACRE
$ rJDO, °a
$ "(oo °a
3
120 -1-
EXCAVATION REGULAR
598
CY
$_ °a
$ oo
160-1-
TYPE B STABILIZATION
1,950
SY
$ -4
$, �D
15
162 -3-
FINISH SOIL LAYER (6" THICK)
1,400
SY
$ Zoo
$
440 -77
UNDERDRAIN CLEANOUTS
3
EA
$_ 46 `a
$ 1 2 2L V
440
5" PERFORATED UNDERDRAIN
550
LF
$ 1G•
$
8
425
TYPE C DBI MODIFIED
1
EA
�EA
$ ���.�
$ 2�JSt�, oa
430 -98a
MITERED END SECTION FOR 15" 2
RCP
$ �.�
$ ob
10
430 -98a
RCP MITERED END SECTION FOR 18" 1
EA
$ - p
$ /Ij oa
^t
11
200
LIMEROCK BASE
300
CY
$�47, DID
12
300 -1 -1
BITUMINOUS MATERIAL (PRIME
COAT)
925
GAL
$ P r7
$ W f 7
13 331 -2-
14 123 -172-
TYPE'S' ASPHALTIC CONCRETE 160
15" RCP, CLASS III 51
TON
LF
$ 00
$ 0, 011
$ d . 0 6
$ r oa
r15
250 -172-
18" RCP, CLASS III
51
LF
$
$ .5 oc
�16
570
GRASSING (SEEDING)
0.70
ACRE
$ (� °D
$ f 20. oa
�17
6�0 -24 -E
OLOI TRAFFIC STRIPE
1,600
LF
$ .2p
$—
18
700
STOP SIGN
1
EA
$ +'7© °°
$L7d, ,aa
Total Additive Alternate 1:
BPS -3
/1 0 5 7. _'O
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
BID PROPOSAL PRIG SCHEDULE
Item Spec. Item Description Quantity Unit Unit Price Extension
No. No.
1 141 -1- MOBILIZATION - -�
1
LS
$ < .DO $('� as
0
102 -1
TRAFFIC CONTROL
1
LS
$ -400(')
$
104 -13
SILT FENCE
4,000
LF
$ [.CO
$
110 -1 -1
CLEARING AND GRUBBING
4.94
ACRE
$ 500 °D
$ o o
1
120 -1-
EXCAVATION REGULAR
1,402
CY
$ (p, °Q
$ $x-112 vo
160 -4-
TYPE B STABILIZATION
10,500
SY
$ 2.76
$ :281, B75.00
1
7
162 -3-
FINISH SOIL LAYER (6" THICK)
7,000
SY
$ 0 0
$ 000 a a
440 -77
UNDERDRAIN CLEANOUTS
9
1=A
$ Q(%�
$_ 2..7oC dD
I-
r
440
5" PERFORATED UNDERDRAIN
1,100
LF
$ jr'?
$ ! !-'5 °a i
�
10
440
6" PERFORATED UNDERDRAIN
820
LF
$ I f.7
$ CD
11
440
8" PVC
590
LF
$
oo
$62 6 0, "0
12
425
TYPE C DBI MODIFIED
1
—
_
EA
$. 2350v"
$ ;2 050. od
13
425
E H MODIFIED INLET (H1 AND
2
EA
$ lJ I)
o 0
$ 90".
HZ)
14
430 -98a
MITERED END SECTION FOR 15"
2
EA
$_ 30(''i. °�'
RCP
15
430 -98a
MITERED END SECTION FOR 18"
15
EA
$ I a
�...
$ 00
RCP
I
16
430 -98a
MITERED END SECTION FOR 36"
1
EA
$�,,pr7
I
$
RCP
_
a 7i—1
17
200
LIMEROCK BASE
1,600
CY
$ ' o
$
18
300 -1 -1
BITUMINOUS MATERIAL (PRIME
5,000
GAL
$ � , 5 0
$ '60
==y
19
331 -2-
TYPE'S' ASPHALTIC CONCRETE
840
TON
$ d oo
$iQ{j ab f
O PS
DITCH BLOCKS
4
EA
$ r'._.
".�p0
$! `✓sl� °
1
420 -172-
15" RCP, CLASS III
58
LF
$�
$ a d
2
-172-
18" RCP, CLASS 111
440 - --
LF
611
$
$
250
_
�©
3
43330 -172
36" RCP, CLASS 111
90
LF
$ p0
$,'
4
520
CONCRETE CURB AND GUTTER
1,100
LF
$
$ 2.900-00
5
530
RIPRAP
40
TON
$ 100. °0
$ 4; O (}() . o 0
6
570
GRASSING (SEEDING)
3.00
ACRE $ bb
$
7
575 -1
SODDING
- -_
4,000
SY
$
$ 7 - Op . p0
8
710 -24-
6" SOLID TRAFFIC STRIPE
7,300 ��-
LF
$ - - ,�yv v
$ ipQ°0
61
(YELLOW)
BPS -1
z-sclq
_ Q Q ' �
pa
AdMIXHl AO 1N3VGOVNVN
oe $
$
5l
C
IM 3dld JNIS` 30 3315 .9ldl 9OZ
_
�9
$
b3
8
1NIOd
3ldNVS W3IE)0 -[0 4310'd8
po a' $
$
Sl
C
a3dVVnr
ao
klddns 2f31F/M A2JVHOdW31
$
%
$
'd3
CL
(312ldAOO)
aQ
00.4
Al8W3SSV iNVb(lAH 3HId
I
( $
� $
V3
9
(313ldAOO) 30IA8:]S �131'dM J
nj
00
a�•
d3
I
d01S
&:100'R dV-L 3d Q30l01N-32Jd .. C
°
Qa $
'd3
C
9AIVA 31b'J 3003M CF10S ..9
S.
Q° Q $
oo $
d3
Z6
3AIVA 31VO 3903M QIlOS A
�
Q QGr
3A-1VA ONlddt/1..9
�
oq 0� $
vv Q $
V3
z
3A'IVA 0Nldda1 ..8
d
a° v e, $
Qo �Q $
"d3
I
3f133lSJNIddt/1,.9x,ZC
Qa $
o,' $
d3
z
3A331S ONlddb'1..8 x ..Z6
u
9
S213NI"-LS38 d1O /OAd ..9
W.
$
$
'd3
8E1
S�0NIV�USA2A d10 /Z)Ad ..8
ap ' $$
b3
E
S2i3Nlb'Li1S321 3dOH ..9
Q° $
oo $
d3
IYC
S�J3NIV2�1S3Z 3daH ..8
$
NOl
C
SON11113
!
Qp '� $
$
1
H3
C
SNOl1t/lldlSNl
�Q
3aO8 ldNOUO0 12 10.9
� Q $
$
SNOUVTIb'1SNI
-IVN01103a10
38013 ..8
Oi,
3dGH ..9
Ov $
3l
OZ
dIQ .9
�p $
0,2 $
dl
EE9
OAd ..9
c M1 $
ob $
dl
091
3dflH ..8
Qa' $
po (J $
dl
6LE
dl0.8
e9 $
dl
L6z'b
DMA
--
$
$
3DIAN3S b31b'M ..8
�-
W9z 0
V
9
N!JIS dO1S
OOL 6
uo!sua ;x3 aarad;!un ;run A4!;uenp uo! ;dasa wall °N 'ON
oadS wall
Tin(33HOS 30121d - jVsodQ�Id a19
IdamElS Quid' 2I3.Lvm `sGvox SS30Ov
STdSOdOHd GIEI-MVIISVI92S d0 A113
06/19/2003 15.16 3217285619 JOBEAR WARDEN PAGE 01
WardeDn
crrtZstrucrion
l,ic# C - COM397
Fax Coversheet
To: City of Sebastian
A3TN: Mr, Jesus Vieiro
Fax*: 772-581-0149
From: Rob Beatty
Lute: 6/3.9/2003
Subject: Sebastian Airport Access Roads
Pages to
Follow:
Message:
Mr. Vieiro,
I was able to sit dawn with Mr. Huy this afternoon and discuss the possible
reductions in the proposal.
We were able to find where we could reduce the proposal by $15,00o.00. (Please see
attacked revised copy of our proposal).
one substantial area was in the B" directional lore. I had received a proposal from
another subcontractor after we had turned in our original proposal and it was laver
than the first subcontractor.
If the bollards around the fire hydrants can either be reduced or eliminated this
would be another item that could be reduced by up to $8,804.
if you have any further question$ please do not hesitate to contact me.
Rob Beatty
1 wi nsi nr Drive. Palm Bay, FL 32905 (321) 723-35710 FAX (321) 728 -5619
06/20/2003 13:38 3217286619 JOBEAR WARDEN PAGE 05
CITY OF SFBASTLkV -B1 D PROPOSALS
ACCESS ROADS, WATER AND SEWER
Additive Altemate 2:.5arnitaly Sew ®r ilne
'Total Additive Altemate 2: S e� �d
The BIDDER must submit bids on the Base Bid including the "Add Alternates" shown above.
The undersigned, having become thoroughly familiar with ail of the Agreement & Bidding Documents
incorporated herein, the project site and the locatim conditions, and tune schedule affecting the work,
hereby proposes to perfvzzn everything .required to be performed in strict conformity with. the
requiremeiats of these docu=nts, and to provide and furnish all the supervision, labojr, equipment,
tools and materials necessxy to provide the construction services meeting or exceeding the
specifications as set forth herein fox the prices quoted above. The price(s) quoted is (are) inclusive Of
any Addenda, which may be issued.
By the signature below, the Contractor agrees that this Bid Proposal is made without any other
understanding, agreeM nt, ar connection - nth any person., corporation, or firm submitting a bid for the
same pzupose and that the. bid is in. all respects fait and without collusion or ftraud. T# awarded any
work under this bid proposal, the Contractor agrees to enter into said agreement within ten (1 p)
consecutive calendar days notice by the City, and agrees to all the terms and conditions of all
documents stated berein with the City of Sebastian for the below stipulated price which shall remain
-film far si-dty (60) days following bid opening date.
The City reserves the right to ward the Work based on the lowest price bid for any of the award Basis
listed below, providing the Bidder is both, responsible and (responsive. Therefore the "Total Base Bid Price' ar
each "Total Base Bid plus any Additive Alternate" price must be ready to stand an its awrr_
BPS -4
86/19/2003 15:15 3217285619 JOBEAR WARDEN PATE 02
CITY OF SEBAST1Aly -13ID PROPOSALS G
ACCESS ROADS, WATER A-N-D SE-%SR
BID PROPOSAL PRICE SCHEDULE
Item spec. Item Description Quantity unit Unit Price Extension
No._ No. _ -- -
�1 101 -1-
MOaILIZATION
1
58
102 -1
TRAFFIC CONTROL
1
104 -13
SILT FENCE
4,000
530 R)PRAP
110 -1 -1
CLEARING AND GRUBBING
4,94
$75.1 SODDING
120-1-
EXCAVATION R GUtAR
1,402
$ v5
160 -4-
TYPE B STABILIZATION
10,500
$�^
162 -3-
FINISH SOIL LAYER (F" THICK)
7,0OD
S
440 -77
UNbrtR RAw CLEANOUTS
9
440
5" PERFORATED UNDERORAIN
1,100
10
440
6" PERFORATED UNDERORAIN
820
11
440
81, PVC
580
12
425
TYPE C D131 MODIFIED
7
13
425
TYPE H MODIFIrmD INLET (H1 AND
H2) _
2
4430
-98a
MITERED E=ND SECTION FOR 15"
RCP
2
15
430 -98a
MITERED END SECTION FOR 1$"
RCP
15
i16
430 -98a
MITERED END SECTION FOR 36-
RCP
1
I17
200
LIMEROCK BASE
1,600
1$
300 -1 -1
BITUMINOUS Ma7ERIAL (PRIME
GOAD
5.000
�19
331 -2-
TYRE `S' ASKIALTIC CONCRETE
640
2D
SP
DITCH BLOCKS
4
LS
&
430 -172- 15" RCP, CLASS 111
123 — -
58
430 -172- 16" RCP, CLASS 111
25
_
440
430.172-
3$ 36" RCP, CLASS 111
90
520 CONCRETE CURES AND GUTTER
1,100
530 R)PRAP
40
570 GRASSING (SEEDING)
3.00
$75.1 SODDING
4,000
710 -24- 8" SOLED TRAFFIC STRIPE
61 IYELL(1VV1
7,300
LS
&
L5
$ - -44
GAL
1.50
ACRE, !l 500 °®
CY
5. °a
SY
S X75
SY
1' �
EA
$
LF
$ it
LF
$ v5
ofl
$
f
ACRE $ ! a�
SY
$�^
EA
S 1, 54o
EA
S
FA
S_ (a,
EA
S f n&111
GAL
1.50
TON
$ ab
EA
LF
LF
30 ao
LF
S� ao
LF�
-$ °d
TON
ofl
$
f
ACRE $ ! a�
SY
$�^
LF
$ ..
BPS -1
$- ,_.::I. [` QQ.co
mem`
AWy
• ` •i
'f•
O • i
� RIB ••
Z-3dH
-
O i S
yn
S,
L
3lddbWL
AVMI)(VI AO iNSVfaV '1�2VW
�.�.
®_
1M 3did !DN1SV0 13315 «9Ld1 S{lZ
-�~
V-9
B
iN IOd
31dmV$1VOIDO'101w31O1 s
S-I
L
7� dYlilf
.6 ?dd17S id3.l.'dM J.2d�'2dpdW31
o p $
dp,
L L
31.31dWOO
.kjSHB SSV -LNVa(J lH 3d1 J
V3
9
(3.L31dA0O) 3OIA'd3S 'd3 -LVM „L
$
�
"d3
L
dac
'd230O'8
oa+
as �
ddi 3d (]30'IpIN-3dd „L
- — $
b
t
-3n-)VA 3IVc) �39MIM 01109 u9
G
Q $
s
vs
Z I,
3A-lV 1 31VE) 3 JQ3M OIIOS «B
C a
nC� 1
• $
� �
d1
G
3E11kirt JiVlddFr�, .9
cc
Z
3111'dR ONidd'd1.8
$
b'3
L
3/13315 ONIddV.L .,9 x -ZI•
v
V3
Z
3a3'l5 IDNlddtll, .,B X ..Z4
^
p 1
'd3
9
S�JSNI aIS38 dIWOM ,.9
tu
�� • ! $
t
$
'd3
_
H>r G
Sd3N1'b'l�.I.S32� dICVoAd .8
�� �� • rr
a
y3
F
S�43NIb'ZUSEH 3dQH ..9
S
'd3
S83NIVi US3d 3daH „9
G9
SIONILLIA
SVIC]i
�p
D
LLt ):141(3 -9
3:1 ®$ "I1iN01103�11(1 ..9
4o S `
�S
t�3
5
SNOLLYi VISNI
3�iQ9 - IVNQI.LORbIG FS
$
$
41
f1tr
3 d 314 ..9
• $
$
dl
oz
dia .,9
aj
Qa
qv
y $
S
d7
O8�
3dOH .8
OAd ,.8
I $
$
r. 3O'lflb3�Mr11d�[..B
L4�L Q£
f—
} a • r }
j $
1{3
4
NOIS dO.L$
00L i t
9
L.— tr+
l ualsu84x3 ao d lun 11ut f4gunno uolld4*60a [Mql -�a $ wall
nnoaHos 3oiHd 1VSOdONd US
-aaA3s Ql i`i' jS,LVM 'S(jVO'1 SS3Job"
sgvsOd4?aa (im- LYUS vaas 3b ?4.1.70
E8 39Vd N3GNVM NV3901' 6Z998ZLTZE SE :ET E®9Z /82190
M cS
AN
HOW OF PELICA14 ISLAND
PURCHASING
GENERAL SERVICES
1225 MAIN STREET- SEBASTIAN, FLORIDA 32958
TELEPHONE (772) 388 -8241 FAX (772) 581 -0149
TELEPHONE (772) 589 -0743 FAX (772) 589 -6880
ADDENDUM # 1
ACCESS ROADS, WATER & SEWER
DATE: June 4, 2003
TO: All Bidders
This Addendum becomes hereby an integral part of the bid package under consideration by
you as a respondent. The City of Sebastian deems all sealed bids to have been proffered in
recognition of the entire bid package- including all issued addenda.
This Addendum is being sent to you via "fax". Should you have any question pertaining to
this Addendum, please contact me at 772 - 589 -0743.
ADDENDUM MESSAGE
1. The Contractor shall include in his bid price proposal the following clarifications made
during the pre -bid meeting and subsequent site visit held on May 16, 2003 and are
described in items 1 thru 5 on the single page attached hereto.
2. This page must be submitted signed, as acknowledgement of receipt, with your sealed
bid.
eceipt aclmowiedged by, Signature
qJe s M. Vieiro, Buyer
-0 '� �
ADDENDUM # 1
I. Testing: All testing is generally the responsibility of the Contractor, as detailed in the plans and
specifications, including the City of Sebastian Construction Contract Section 4.6, Section 10 on T.S.
1 -4, and Plan Sheet C3.1.
2. Cutting Taxiway for Waterline Installation: Among the many methods allowed and possible, the
Contractor is allowed to Open Cut Taxiway A to the extents shown on sheet C3.6 -1, and replace the
taxiway in -kind. Assume 2" of FDOT Type S asphalt surface with 8" Limerock Base Course on
compacted sub - grade. Maximum time allowed for this work shall be 7 calendar days.
3. Replacing Mailboxes, Guardrail, other items in conjunction with Waterline /Sewer Line: Temporary
removal and permanent replacement of mailboxes, signs, fence, guardrail, or any other similar type
of obstruction during the construction of the waterline or sewer line shall be included in the cost of
the other contract items. No additional payment will be included for these removal and
replacements.
4. Clearing and Grubbing: The Clearing and Grubbing item includes removing all material within the
road construction limits, including stockpiled, cleared and grubbed materials as discussed during the
site visit.
5. Coordination and Phasing: As discussed during the pre -bid meeting, the subject project requires
coordination with other construction on the airport, including the concurrent T- Hangar Construction,
Perimeter Fencing, and Administration Building. The Contractor for this project is required, as much
as practicable, to begin his operations and complete the work in front of the T- Hangar buildings, from
Stations 20 +00 to 30 +00.
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of Bid)
STATE OF
) SS.
COUNTY OF
being first duly sworn, deposes and says that he is
(Sole owner, a partner, president, secretary, etc.)
Of - 4� 0C T !
the parry making the foregoing Proposal or BID that such BID is genuine and not collusive or sham;
that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any
BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly sought by agreement or collusion, or communication or
conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any
overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any
advantage against OWNER any person interested in the proposed Contract; and that all statements in
said Proposal or Bid are true; and further, that such BIDDER has not, directly or indirectly submitted
this BID, or the contents thereof, or divulged information or dater ve thereto to any association
or to any member or agent thereof.
(Bidder)
Sworn to an subscribed before me this _ day of
Notary Public in and for
2003.
TR7G nF FCC 4s County I R'vr 2
My Commission expires % `,z lb'J 200.
(SEAL)
�{ P� EDNA H. PATTEN
$ ®� Notary Public, State of Florida
My comm. expires Oct. 2, 2005
No. DD062216
Access Roads, Water &. Sewer
Sebastian Municipal Airport
Bid Forms
EQUAL OPPORTUNITY REPORT STATEMENT
AS REQUIRED BY 41 CFR 60- 1.7(b)
(THIS REPORT IS PART OF THE BID)
The Bidder (Proposer) shall complete the following statement by checking the appropriate blanks.
Failure to complete these blanks may be grounds for rejection of bid:
1. The Bidder (Proposer) has V has not developed and has on
p file at each
establishment affirmative action programs pursuant to 41 CFR 60 -1.40 and 441 CFR 60 -2.
2. The Bidder (Proposer) has K has not in
participated any prevrous contract or
subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as
amended.
3. The Bidder (Proposer) has has not filed with the Joint Reporting Cornmittee the
annual compliance report on Standard Form 00 (EEO -1 Report).
4. The Bidder (Proposer) does does not 41 employ fifty (50) or more employees.
NAME OF
BY:
TITLE:
DATE:
Access Roads, Water & Sewer
Sebastian Municipal Airport
BIDDER: ►1%f rCTt�
Hd
c�(, /og /o3
ME
Bid Forms
CER CATION OF NONSEGREGATED FACIGITS
The federally assisted construction Contractor certifies that he does not maintain or provide, for his
employees, any segregated facilities at any of his establishments and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The federally assisted construction Contractor certifies that he will not maintain or
provide, for his employees, segregated facilities at any of his establishments and that he will not
permit his employees to perform their services at any location, under his control, where segregated
facilities are maintainers. The federally assisted construction Contractor agrees that a breach of this
certification is a violation of the equal opportunity, clause in this contract. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees which are segregated by explicit directives or are in fact
segregated on the basis or race, color, religion, or national origin because of habit, local custom, or
any other reason. The federally assisted construction Contractor agrees that (except where he has
obtained identical certifications from proposed Subcontractors for specific time periods) he will obtain
identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding
$10,000 which are not exempt from the provisions of the equal opportunity clause and that he will
retain such certifications in his files.
ature 4of Bidder
Access Roads, Water & Sewer
Sebastian Municipal Airport
csln%
Title
Bid Farms
BUY AMERICAN CERTI ICATE LAN 1991
By submitting a bid /proposal under this solicitation, except for those items listed by the bidder below
or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel
and each manufactured product, is produced in the United States (as defined in Article 23 of
Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction
Contracts ") and that components of unknown origin are considered to have been produced or
manufactured outside the Unified States.
PRODUCT
Signature of Bidder
Access Roads, water & Sewer
Sebastian Municipal Airport
Title
COUNTRY OF ORIGIN
Bid Forms
CERTIFICATION REGARDING FOREIGN PARTICIPATION
The Contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list
Of countries that discriminate against U.S. firms published by the Office of the United States Trade
Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a
citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on the project
that is produced in foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR
30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the
contractor knowingly procures or subcontracts for the supply of any product or service of a forei coup
said list for use on the project, the Federal Aviation Administration may It
throe the t' the
of the contract at no cost to the Government, sponsor, cancellation
Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
Provision for certification without modification in each contract and in all lower tier subcontracts. This contractor
may relay upon the certification of a prospective subcontractor unless it has knowledge of the certification of
erroneous.
The Contractor shall provide immediate written notice to the sponsor if the contractor learns that is certification
or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances_ The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award If it
is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal
Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at
no cost to the Goverment.
Nothing contained in the foregoing shall be construed to require establishment of a system ofrecords in order to
render, in good faith, the certification required by this provision_ The knowledge and information of a contractor
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business
dealings.
This certification concerns a matter within the jurisdiction of an agency of the United State of America and the
making of e, fictitious, fraudulent certification may render the maker subject to prosecution under Title 18,
Unite Cates C de, Section 1001.
of Contractor
Access Roads, Water & Sewer
Sebastian Municipal Airport
II
Titlo Pf:f I D EP, i T
Bid Forms
CERTIFICATION REGARDING DEBARWNT SUSPENSION
IlYELIGIBILTTY AND VOLUNTARY EXCLUSION
The bidder /offeror certifies, by submission of this proposal or acceptance of this contract, that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency. It
further agrees by submitting this proposal that it will include this clause without modification in all
lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the
bidder /offer /contractor or any lower tier participant is unable to certify to this statement, it shall
attach an explanation of this solicitation/proposal.
Access Access Roads, Water & Sewer
Sebastian Municipal Airport
Title
Bid Forms
FLORIDA TRENCH SAFETY ACT
CERTMCAT)CON AND DISCLOSURE STATEMENT
The undersigned acknowledges the requirements of the Florida Trench Safety Act., F.S., (Section
553.60 et. seq. Florida statutes), and hereby commits the Bidder to the following in the performance
of the work in the event that the subject contract is awarded to and executed by said Bidder.
The Bidder further acknowledges that the Florida Trench Safety Act, (the Act) establishes
the Federal excavation safety standards set forth at 29 CFR Part 1926, Subpart P as the
Interim State Standard until such time as the State of Florida, through its Department of
Labor and Employment Security, or any successor agency, adopts, updates or revises said
interim standard. This State of Florida standard may by supplemented by special shoring
requirements established by the State of Florida or any of its political subdivisions.
2. The Bidder, as Contractor, shall comply with all applicable excavation/trench safety
standards.
The Contractor shall consider the geotechnical data available from the City, if an y_ the
Contractor's own sources, and all other relevant information in providing the trench safety
system to be employed on the subject Project. The Contractor acknowledges sole
responsibility for the selection of the data on which he relies in providing the safety system,
as well as for the system itself.
4. The amounts that the Bidder has set forth for pipe installation includes the following
excavation / trench safety measures and the linear feet of trench excavated under each safety
measure. These units, costs, and unit prices shall be disclosed solely for the purpose of
compliance with procedural requirements of the Act. No adjustment to the Contract time or
price shall be made for any difference in the actual number of linear feet of trench excavation,
except as may be otherwise provided in these Contract Documents.
Trench Safety Units of Measure Unit Unit Cost Extended Cost
Measure (Description) (LF, SF) (Quantity)
a._ SLOPlNCA Lr- 20 Cr, 4c) t-3ca
b- NG. L--r- (057- po I= a
c. `JLDPi NC, L.F A q. a7' o
d.
e.
Access Roads, Water & Sewer
Sebastian Municipal Airport
Bid Forms
For Information Only, Not for Payment Purposes $
Bidder may use additional sheets as necessary to extend this form.
Failure to complete the above may result in the bid being declared non - responsive.
The amount disclosed is the cost of compliance with the applicable trench safety
requirements does not constitute the extent of the Contractor's obligation to comply with said
standards. Contractor shall expend additional sums at no additional cost to the County, if
necessary, to comply with the Act (except as may otherwise be provided).
6. Acceptance of the bid to which this certification and disclosure applies in no way represents
that the County or its representative has evaluated and thereby determined that the above
costs are adequate to comply with the applicable trench safety requirements nor does it in any
way relieve the Contractor of its sole responsibility to comply with the applicable trench
safety requirements.
co %W f� ni r�J' TRt�C i O 4
om an
Name and Title
Address:
i �•i
Telephone�3
END OF FLORIDA TRENCH SAFETY ACT STATEMENT
Access Roads, Water & Sewer
Sebastian; Municipal Airport
Bid Forms
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER hereby states that he proposes, if awarded the Contract, to use the following
subcontractors on this project.- List below all proposed subcontractors and trade specialties and
costs. (List only one subcontractor for each item.) Write on back or provide additional pages if
additional space is needed.
COST OF
TRADE SUBCONTRACTOR
SUBCONTRACTORS SPECIALTY WORK
30-up I
v � romc� C,�c3 p
1 C Sri -PING 4-a.°°
CON M Qnf r)� A%160-
8
Access Roads, Water & Sewer
Sebastian Municipal Airport
:•
TOTAL: 122o25.00=
Bid Forms.
BIDDER QUALIFICATION QUESTIONNAIRE
Submitted by ,
Name of Bidder
General Contractor's License # 2,
( ) An Individual
( ) A Partnership
1( A Corporation
Federal Identification #
Principal Office Address
d 1� 04\I^.1-
`PA (A\J1 A--) ,
(1) How many years has your organization been in business as a contractor under your present
name?
D.r-- W ) -4
(2) How many years experience in road and utility construction work has your organization had
as a contractor?
As a Subcontractor?
2'-r y C- AT-�
(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
Title Amount
f, 2-,27!_6'
�f�. LEMEne�_Ale`l
Required
Comnletion Date
9 /0I-
Actual
Completion Date
/o /oz
Name/Address /Tel
of Owner
mac rop , V Ro a cr#
1f 0501 o0o 5/02 5 /o 2 U5 !� r�2/N o� uv�r u�a2tC
YY• MELacxRidg- Fob MA.+v w _ 304-52C-> -0-720
r
Soo, O l %D3 2/43 tNrn1 'D- rV91-0-F;:ivMLrdr
Oc)o /o 3 3103 ToVJA( OF M ALA e&J2
-f r e r- W F- C�Zn.fWrf0 f-( AT—PALC hG-D
Access Roads, Water & Sewer Bid Forms
Sebastian Municipal Airport
1
(4) Have you ever failed to complete any work awarded to you? If so, where and why?
(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.
0
(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 ofindividual, name of owner and reason
therefore.
N
(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? A I\,iEET)e-D
(9) What amount of your bonding capacity has been used as of the date of this bid?
Access Roads, Water & Sewer
Sebastian Municipal Airport
B -I l
Bid Forms
(10) How many applications for performance and payment bonds have you made in the last three
(3) years ? — ..6 1 CrR-J\AoI.e
(11) How many of these applications were not approved? A LL
(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.)
/ V l)
(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 ofthe
disputes or litigations and state the Owner's Name, Address, Telephone, and amount of
disputes or litigations. (Use additional sheets if necessary.)
/VO
Access Roads, water & Sewer
Sebastian Municipal Airport
I
Bid Forms
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
BID PROPOSAL PRICE SCHEDULE
Item Spec. Item Descri tion
No. No. P Quantity Unit Unit Price
1
101 -1-
MOBILIZATION
1
$
102 -1
TRAFFIC CONTROL
1
$� 0 0
-13
SILT FENCE
4,000
$ 4a.e°
-1 -1
r
CLEARING AND GRUBBING
4.94
$ 28 S75.00
-1-
EXCAVATION REGULAR
14 ,-02
EA
160-4-TYPE
B STABILIZATION
10,500
7
162 -3-
FINISH SOIL LAYER (6" THICK)
7,000
8
440 -77
UNDERDRAIN CLEANOUTS
9
9
440
5" PERFORATED UNDERDRAIN
1,100
10
440
6" PERFORATED UNDERDRAIN
820
11
440
8" PVC
590
12
425
TYPE C DBI MODIFIED
1
13
425
TYPE H MODIFIED INLET (H1 AND
$ 1.50
$ 0,60
TON
H2)
2
14
430 -98a
MITERED END SECTION FOR 15"
LF
$
RCP
2
5
430 -98a
MITERED END SECTION FOR 18"
LF
$
RCP
15
6
430 -98a
RED END SECTION FOR 36"
$ l o�
$ -4 od
SY
FRCP
1
7
200
LIMEROCK BASE
1,600
8
300 -1 -1
BITUMINOUS MATERIAL (PRIME
COAT)
5,000
9
331 -2-
TYPE 'S' ASPHALTIC CONCRETE
840
D
SP
DITCH BLOCKS
4
1
123 430-172-
15" RCP, CLASS 111
58
430 -172-
25
18" RCP, CLASS Ili
440
3
-172
36" RCP, CLASS III
�90
3830
t
520
CONCRETE CURB AND GUTTER
1,100
i
530
RIPRAP
40
570
GRASSING (SEEDING)
3.00
575 -1
SODDING
4,000
710 -24-
6" SOLID TRAFFIC STRIPE
61
IYELLOWI
7 300
Extension
LS
$ ba
$ ©, dd
4 LS
$
$— d�.QO
LF
$� 0 0
ACRE $ '�1 Coo D0
$ 2 00
CY
$ 4a.e°
$_ U�IL ao
SY
2.75
$ 28 S75.00
SY
$
00n,
EA
$.
LF?
$ { 1. 2- 73.00
LF
5
$ . ®a
LF
$ 14. 00
$ca�. °a
EA
$ �0
$ �() .. 60
EA
$ lrJ,o�
$ 0.00
EA
$ D�
$___6Q0 . o b
EA
$ � j (� �'
$ o 0
EA
rr
$_ I VtC:.b�
$ �i �17 (J : od
CY
$ �°
$ 00
GAL
$ 1.50
$ 0,60
TON
$_ �? •ao
$ �� . eb
LF
$
LF
F
LF
$
LF
$
$ 9. pb.oe
TON
$ �.d , 00
ACRE
$ l o�
$ -4 od
SY
$
$ % d °° `
____
LF
$
$bCJ.a_._�
BPS-]
Z-Sds
Q
-
AVMI)(Vl d01N3A39VNVA
_
S830VdS
IM 3dld 9NISV01331S .96d1 9OZ
V3
9�
1NIOd
31dIIVVS 1' OISMO Ial0d8
0,2 Q $
Q° $
S-I
iEdwnf
V3
LL
klddns �i31VM A? v8odW31
(313-Id VV00)
A18A3SSV 1NV8(]AH 3U.J
$
pQ $
V3
9
(3131dw00) 301Aa3S 631VM „l
0 0 _ $
oa $
Vd l
dOiS
d808 ? dVl 3d a3C]IM-3?dd .3
©Q $
0v $
V3
6
DANA 31VE) 30Q3M 01105 ..9
ov Qoo $
nQ $
V3
Zf•
3AIVA 31b'9 30MIM 0110S.8
4 $
c24 0 $
dl
1
— 3A1VA 9N1ddVl ,.9
co OQ $
( J� $
V3
Z
3A- 1VA9NIddVl,.B
V3
3A3371S JNlddVi ,.9 X ..ZI.
09 $
po' $
V3
Z
3A33-1S JNlddV1..8X..Z4
C?� $
p},, $
V3
9
S�13NIV2i1S32i dla /0Ad ..9
V3
9Ef•
S2J3NIVHIS38 dQlOAd ..8
V3
E
S�13NIVd1S32i 3d ®H ..9
V3
tri
SH3NIVH -LS2H 3d0H ..B
Qv $
$ N01
L
SON1111d
0Q� $
aQ ( $
"'�
b3
l
SNOl1V11V1SNf
Oo 4' $
gyp' $
V3
32JOS 1VNOf103�I10 ..9
SN Q 1�3V Q 81
380>B
OQ $
$
dl
Otr
3daH ..9
jl
(3Z
d10 ..9
Qo $
oa $
dl
EE9
_ OAd .,9
$
Q6 $
31
OBL
3daH ..8
Q4 rJ $
qa $
31
LLE
dlq .9
' $
$
dl
L6Z't,
go
0Ad .,9
$
$
30QAN3S 831bVM ,.8 6O9Z 0
�V, $
$
V3
ap
l
9
NJfS dQ1S OOL 6
uolsua ;X3 oolid im 3fun till #ueno uol;duosao wall 'ON ' °N
3-1na3H3S 30INd - VS0d08d aie •oadS wall
NamaS c[Nv xEllvM `scfvo I SS3OOb
S- Tvsod02Id (Ilo- IVI Lsys3S Jo ALTO
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
BID PROPOSAL PRICE SCHEDULE
Item Spec. Item Description
No. No. p Quantity Unit Unit Price Extension
as SURFACE RESTORATION OF Db ©
� TAXIWAY 1 LS $ $ o
F
b SURFACE RESTORATION 1 LS $_�.'�U $
Total Base Bid: CZ
Additive Alternate Bid Items:
Additive Alternate 1: Runway Road East
Item Spec. Item Description Quantity Unit
No. No.
Total Additive Alternate 1:
BPS -3
Unit Price
$ .1.r05
$ 2 500 -°
$ 2oo
DO
Ga
�ff)
$.'°
••
Extension
$- -/�6 50 0 a
$ "(00. as
$`. as
$
$_ 5"(057,50
$ 2.350. as
$ `7E3o pO
$ 4_�3o.00
$ f �T�l Al Gd
$ fn18—
$ 1, 5l50 °
m I I /i _^ oa
$ "70. °° $L"70. a
104 -13
SILT FENCE
1,000
LF
I1
z
110 -1 -1
CLEARING AND GRUBBING
1.08
ACRE
120-1-
EXCAVATION REGULAR
598
CY
14
160-4 -
TYPE B STABILIZATION
1,950
SY
5
162 -3-
FINISH SOIL LAYER (6" THICK)
1,400
SY
440 -77
UNDERDRAIN CLEANOUTS
3
EA
7
440
5" PERFORATED UNDERDRAIN
550
LF
18
425
TYPE C DBI MODIFIED
1
EA
430 -98a
MITERED END SECTION FOR 15"
2
EA
RCP
110
430 -98a
MIT
ERED END SECTION FOR 181.
1
EA
11
200
LIMEROCK BASE
300
CY
12
300-1-1
BITUMINOUS MATERIAL (PRIME
925
GAL
13
331 -2-
TYPE'S' ASPHALTIC CONCRETE
160
TON
14
420 -172-
15" RCP, CLASS III
51
LF
15
430 -172-
18" RCP, CLASS III
51
LF
16
570
GRASSING (SEEDING)
0.70
ACRE
17
710 -24-
6" SOLID TRAFFIC STRIPE
61
(YELLOW)
1,600
LF
18
700
STOP SIGN
1
EA
Total Additive Alternate 1:
BPS -3
Unit Price
$ .1.r05
$ 2 500 -°
$ 2oo
DO
Ga
�ff)
$.'°
••
Extension
$- -/�6 50 0 a
$ "(00. as
$`. as
$
$_ 5"(057,50
$ 2.350. as
$ `7E3o pO
$ 4_�3o.00
$ f �T�l Al Gd
$ fn18—
$ 1, 5l50 °
m I I /i _^ oa
$ "70. °° $L"70. a
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
Additive Alternate 2: Sanitary Sewer Line
Item Spec.
No. No. Item Description Quantity Unit Unit Price Extension
Total Additive Alternate 2: $ _� _fJ b _�7. 00
The BIDDER must submit bids on the Base Bid including the "Add Alternates" shown above.
The undersigned, having become thoroughly familiar with all of the Agreement & Bidding Documents
incorporated herein, the project site and the location conditions, and time schedule affecting the work,
hereby proposes to perform everything required to be performed in strict conformity with the
requirements of these documents, and to provide and furnish all the supervision, labor, equipment,
tools and materials necessary to provide the construction services meeting or exceeding the
specifications as set forth herein for the prices quoted above. The price(s) quoted is (are) inclusive of
any Addenda, which may be issued.
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 (la)
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
fnm for sixty (60) days following bid opening date.
The City reserves the right to award the Work based on the lowest price bid for any of the award basis
listed below, providing the Bidder is both responsible and responsive. Therefore the "Total Base Bid Price" or
each "Total Base Bid plus any Additive Alternate" price must be ready to stand on its own.
BPS -4
1 2500 SANITARY SEWER LINE
61" PVC
1.460
LF
$
Sd
--
$ /Z L
b 6" DUCTILE IRON PIPE
60
LF
$
�
$ °Q
00
DO
6" HDPE
80
LF
$
$ ,
DIRECTIONAL BORE
INSTALLATION
1
EA
FITTINGS
0.3
TON
$
AUTOMATIC AIR RELEASE
° o
a
VALVE
3.0
EA
$
,
$
6" HDPE RESTRAINERS
2
EA
$
p°
$ G>lD, oA j
6" PVC RESTRAINERS
22
EA
$ 1,,� °r' j
4" PVC RESTRAINERS
4
EA
$
00
$ 00
f 4" SOLID WEDGE GATE VALVE
1
EA
$
04
$ od
6" SOLID WEDGE GATE VALVE
3
EA
$
$ 11.0
,I SURFACE.RESTORATION
1
LS
$
11200.0()
$ �ZOO.00
Total Additive Alternate 2: $ _� _fJ b _�7. 00
The BIDDER must submit bids on the Base Bid including the "Add Alternates" shown above.
The undersigned, having become thoroughly familiar with all of the Agreement & Bidding Documents
incorporated herein, the project site and the location conditions, and time schedule affecting the work,
hereby proposes to perform everything required to be performed in strict conformity with the
requirements of these documents, and to provide and furnish all the supervision, labor, equipment,
tools and materials necessary to provide the construction services meeting or exceeding the
specifications as set forth herein for the prices quoted above. The price(s) quoted is (are) inclusive of
any Addenda, which may be issued.
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 (la)
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
fnm for sixty (60) days following bid opening date.
The City reserves the right to award the Work based on the lowest price bid for any of the award basis
listed below, providing the Bidder is both responsible and responsive. Therefore the "Total Base Bid Price" or
each "Total Base Bid plus any Additive Alternate" price must be ready to stand on its own.
BPS -4
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
AWARD BASIS:
1. LOWEST BASE BID AMOUNT
2. LOWEST TOTAL OF BASE BID AND Additive ALTERNATE 1
3. LOWEST TOTAL OF BASE BID AND Additive ALTERNATE 2
4. LOWEST TOTAL OF BASE BID AND Additive ALTERNATES I AND 2
If awarded this bid, the Contractor agrees to enter into a contract within ten (10) consecutive calendar
days of Notice of Award by the city, and agrees to all the terms and conditions of all documents stated
herein with the City of Sebastian at the above stipulated prices which shall remain firm for sixty (60)
days following bid opening date. Failure to execute the Contract as stipulated above may result in
the forfeiture of the Bid Bond in its entirety.
The Quantities indicated on this Bid are estimated and shall only be used for the purpose of Bid
Evaluation and Award. The estimated Bid Quantities do not constitute a guarantee of work. The Vendor
agrees that that the prices quoted have taken in consideration that the Actual Quantities may exceed or
may be lower than the estimated Quantities indicated on this Bid.
CONTRACTOR WARRANTS TOTAL CONTRACT COMPLETION TIME SHALL NOT EXCEED 120
CONSECUTIVE CALENDAR DAYS. i
Authorized
nzed Signature Printed Name
'r, �Sr�NT
Firm Name & Address Title
Phone Number
Date Signed
BPS-5
r
Bond No. N/A
C 1 alt C i �
The American Institute of Architects,
AIA. Document No. A310 (February, 1970 Edition)
KNOW ALL MEN BY 'THESE PRESENTS, that we Jobearl Warden Construction, Inc.
as Principal hereinafter called the Principal, and American Casualty Co. of Reading Pa.
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Sebastian
as Obligee, hereinafter called the Obligee, in the sum of Five percent of the bid amount
Dollars ($ 5% of the bid ), for the payment of which sum well and truly to be made, the said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, the Principal has submitted a bid for Municipal Airport Access Roads Water and Sewer
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful
performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof
between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the Work covered by said bid, then this obligation shall be
null and void, otherwise to remain in full force and effect.
Signed and sealed this
ORSC 21328 (5/97)
Witness
4th
W " ess By:
day of
June
2003
Warden Construction, Inc. _
—1-9incipal (Seal)
Ity Co. of
Surety
Howard Breen
/ Name/'Ti:le
Reading Pa.
(Seal)
Attorney -.in -Fact and
Florida Resident Age
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called
"the CNA Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
James H. Breen, Benjamin Craig Sibley, Barbara Vaccaro, Individually
of Maitland, Florida
their true and lawful Attorrey(s) -tn -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
— In Unlimited Amounts — for any and all surety bonds and any and all consents required by the State Department of
Transporation of the State of Florida, Incident to the release of retained percentages and/or estimates on engineering
and /or construction contracts. -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse
hereof, duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to
be hereto affixed on this 10th day of October, 2001.
GASIrq�T 14YSUR4 4�P
y6 Continental Casualty Company
c ° re ij
0CMIC49"46 -A National Fire Insurance Company of Hartford
,1 n Z5 3L American Casualty Company of Reading, Pennsylvania
Qur SEAL s r
7gg1 hAR • v "i
1
Michael Gengler Group Vice President
State of Illinois, County of Cook, ss:
On this 10th day of October, 2001, before me personally came Michael Gengler to me known, who, being by me duty swom, did depose
and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois
corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading,
Pennsylvania, a Pennsylvania corporation described in and which executed the above Instrument; that he knows the seals of said corporations;
that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of
Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of
said corporations. '
cn T. Aac
OTARY
1
'?118L1C
Ca.
My Commission Expires June 5, 2004 Eileen T. Pachuta Notary Public
CERTIFICATE
1, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania; a Pennsylvania corporation do hereby certify
that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said corporations this z day of� �a�3
(!7r,011�PORAr& �41tR4Continental Casualty Company
el QpYCAP- National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
JULY rrSEAL f �� r MZ F
a
1897 HARM •
Mary A. Ribikawskis A s+st; -sM Secreta'iy
( Rev. 1/23101)
LL
_ � 1� iN463a o�ar'v
�r�.LYIIi3sa
. � i0 Akf118�1 a0 NO{1k"35194 ON 36OdY4{
D SSN30�141{'a3an4N13H1 NOdR ONSX % 10N �LdI1tl3O3W1613011ON
�I 'S i35 04 Oi 3an1Nd L1>3 ij3'13FL1 Oi 03M4�VF:
ry�ypl Ol LlOA1f34PYd'1'NTA a3a11SN1 JNlS19Sl 3k1'd43d31't= 3i�
i. 11t1M s%Vq () tmDS3a Sn� 3Hi 3a ANY alna4i$
t'dIdK3IVU TdOd2a ff3'SY37NYa 3B S'�1?nad Q
�.a :ss•�• r
ataars.r.ar.�.rsassss•
s.raasaa * +•s.+rsafaa•sr.asasr, -
a. r .r .•
•
� MaoatAT
Rival
BtiDIS'1:C72�1- 3dS13N31S7S OGN J.a03RQYZHOlSRI ra�,•,,,.�..._ $® EG�� 14uttu"�1 -a
Zaf�E /50 LVL0668L0Ip;D
000 00£$ 9 paztH +oI�4sN01SIAO'ddT�y3
aq�naev
Za3aR1ox3 a3ew9wr�aldja
_ 31 111n737C3Jd3NLiNdFtlOS3ItidO>•3d AN`! �
g 0 O
00 q �Zad - 35V3810 ��
OaaoQ a3 O ldKaVS3k-iw3ll g Aas0ta 1
£a /Ta /TO E g T qT q,daaig 131VNOLL,tYJSI'tIaIaVd1"3 O .sna %aUAMmx A»
aO►rM
a' iN3a- ,VH0v3 -1•3 " /TO /Tq ooa axs 0 1r3LkS
aao TS Y �
Sl8LLOW9a
aavw S Y13 11 t�naaa X
-- s b9La668 °LOIEM3 M1�3Vnvjn/$S9ox3
31y33a�tl UOfto /Ta ZO /t£ /�a
0 0 0 T! a1rltl ANtl
000 0o0 T s gON3UanaaOHO'�
4 g9d�}N1.O{gyr13JCR3tlD
g 00V Y3
. S 1N9al0a7'P3- A1NOOin'd
-- 11'>�{�+odl 6airlva3Nnna -NON X
3 goyNdaAla3401d gunva3HIH X
(,L,;,pme iedl s01nv a3•N103"OS
9 A2infN1A1IdOS gt)jAva3NM0'11'd
(u mW Ad) pinv AV X 8
E UJprN1A1100i3 O�,L0668LOT�iflB mplea+lallaowolAv
70 /T.0/ ZO /T£ /SO x,1 -jr A3110d
000 ° 000 T S 1IPA1310NIS09N16w0`3 :a3d93!'1ddV i1W1131 3tJOOtl1,N3
000 000 Zs 00yd0ldMOIJ'SiOnaOad pstsx ZIPF'K �tCS X.
3yv533b00V 1vri3N30 LiR�31?, Tx Ram S�I'lO
000'0o0`Zs �
000 000 TS AanrNII ACV a�tlNasuad L7L06681.oT0� AkI119b"v8NOVIVI.30 "WOO X
a 0 o s c °w wal d%d 0-2" 11u1lilvn fdl"39
E 50
000' 001 S oouuv -w 63 8a51rem VO /'LO /TO ZO /T / 30Nyansm-309d"
_ q 30N aIM OW HOd3 an114 31'x, x39Y141N kcf'0d
0 0 000 " asva
HR Ayn 1'U H3 $,1WI13J d`J3a391i 5310110
3ON`d1:InSNI 3Hl'NMlb3d ��
�— SllwI9 -sVvn1 01ad AS (1 ana3» N33a3A 3w3L11n03a kw
Y— LLIaNOOQNt!SNalSR10u3'SY�1 1N9Ni naaOa 3FuoN01arakNOatNtld0Ii011laNOO»0 �9�
3Hk ►1t' OS 103r9R9 Ss N13il3H 03®IVosau S31011od 3H1A8 a3aaOiib
H:)ng -409N0 y- jl�ll8 -go SIHI H51HMof 1'3US321 RWA MXfn5NI3Nial a3nss4 N339 36*1Ma198 031SI93afi1WR9N4 i4 3 1 11C
160 a3nSS{ dg AV4
aN10Ntl1SHUI''A =oN 'o31Ya14N1 a0la3d �,011dd 3HIaOd 3hOS+t v
e3wN
:3 }lalifl9n
',O a3tlnsm
.0 • euI Sao °T PY�t3e pzzS '.0a3fiR9NI
z su�z ,s»nsNl
L08TQ a� e�ut�znsul up��uoastx>'S� :d»3af1SNl
uau
SOTO o eacte suI T ,,,,SAoo imcr wav s?.i2809N'
# 3NN
0000 -8464£ �uQ a�6T
M,a xtms6T
uoT�xa© bui &8 M
ex . *Ulf ueP $
uot� n
za�ct t'
Xntj APu=O I uRtr ga nsm
9Z9T- LV9 -L0V :Ouvtta
.� TSLZE °Iz T,lrv�T4-crw
OOZ a �nS `F)llltt cpueT usxrisUj
oA- VBDViaAO� XensBH �=1CaT s
Ag a3Q�t baanaoa,
a-lae s34a��ad 3r�
Hoc °aN3wd J.o►� saoa �v�i�u>�aa slH� �a�a7o d Jr �1�.��
RIVOIAIL r a -v°wd SV a3sls° d"���, MSS s1 �0 �l
{�0WVvw 1o,Ha1 ! Ni � f
£0 ZZ GO ai d0 4{��l�ll Iw-�
t AA+aatKitinl alYQ -
• HST 5E9TSy9L04•T XV3.g9:i�i Q3.S1 Ed /��fT(l
Ln
0
Co.
a
W
o.
N
I
��•7k�
W Ei
V
LLI
Pi
H
z
O
E-i
H
4
x
�A
P; O
H CA
EQ z
<
W
¢ w ci
}
NH
m
W x
o
0 a�
�
ca
0 O
0 tD
�
w ca "
o 0,
H OD
ti
Ho
pf
zH
4 m
m
X w� °
w x
W (d o
O
N
m
r.4 U O C*1
hN
o
w v4 �
>4 a
Pi
.,
W �zx
W
i3 oa •• won
A
CO 0
fd aZA
�•
W 0 �0 O��
xc4
CN
c
W r-i 1.0 (� W m 0
FA
A POw
CC
rd a
Hm:
�7
N N•H HWC.-
Lr
p04 [w0
CD
h C7
CD
4 fi x u O tD W
E-I 'Zi 0 W W-a cV x
qtz
C]
Q
%4
r�
% I ri r r- ur r LUKIU ►
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONST INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
NORTHWOOD CENTRE
TALLAHASSEE FL 32399 --1039
JOBEAR /WARDEN CONSTRUCTION
1950 DANR DRIVE
PALM BAY FL 32905
DETACH HERE
(85 0) 487 -139;
STATE OF FLORIDA AD 0 2 g 5 a8 r
r DEPARTMENT OF BUSINESS AND
PROFESSIONAL REGULATION
QB - 0019879 10/25/2001 01010148
QUALIFIED BUSINESS ORGANIZATION
JOBEAR /WARDEN CONSTRUCTION
(NOT A LICENSE TO PERFORM WORK.
ALLOWS COMPANY TO DO BUSINESS IF
IT HAS A LICENSED QUALIFIER.)
IS QUALIFIED under the provisiona of Ch.489 FS.
Expiration date: AUG 31, 2003 sEQ #01102500020
AC# 0245887 STATE OF, FLORIDA
DEPARTMENT OF BUSINESS AND-�PROFESSIONAL REGULATION
CONST INDUSTRY LICENSING BOARD SEQ #01102500020
The BUSINESS ORGANIZATION
Named below IS QUALIFIED
Under the provisions ©£ Chapter 489 FS.
Expiration date: AUG 31, 2003
(THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS THE
COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER,)
JOBEAR /WARDEN CONSTRUCTION
1950 DANK DRIVE
PALM BAY FL 32905
JEB•BUSH KIM BINKLEY -SEVER
GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY
LICENSE NBR
10 2752001�01010148
7
10B - 0019879
The BUSINESS ORGANIZATION
Named below IS QUALIFIED
Under the provisions ©£ Chapter 489 FS.
Expiration date: AUG 31, 2003
(THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS THE
COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER,)
JOBEAR /WARDEN CONSTRUCTION
1950 DANK DRIVE
PALM BAY FL 32905
JEB•BUSH KIM BINKLEY -SEVER
GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY
CONTRACTS ADIONtST� n 7TSIS;12M
�AoN.,;
PNe 20 d 21
22 CONTRACTOR EQUAL OPPORTUNITY EMPLOYMENT PROFILE
(LIST ALL COMPANY EMPLOYEES WHEREVER LOCATED)
ORGANIZATIONAL DESCRIPTIVE INFORMATION
FIRM NAME;
Warden CORstructian, Inc.
ADDRESS: STREET /P.D. BOX
1950 Danr Drive N. E.
CITY STATE ZIP CODE
Pala Bay F1Ori 32905
TYPE ORGANIZATION:
Ra CORPORATION CO- PARTNERSHIP ❑ OTHER
EMPLOYMENT DATA
(INSERT ACTUAL NUMBER EMPLOYEES EMPLOYED BY YOUR FIRM FOR
TABLE A
TOTAL WHITE (Nat of BLACK (Not
J08 CATEGORIES EMPLOYEES Hispanic TOTAL MINORITIES Off Hispanic
Origin) Origin)
M F M F M M F
OFFICIALS (MANAGERS) 1 L 1 F 1 1
SUPERVISORS 2 1 1 1
FOREMEN
CLERICAL 1 1 1 1
EQUIPMENT OPERATORS ]
MECHANICS
TRUCK DRIVERS
IRONWORKERS
CARPENTERS
CEMENT MASONS
ELECTRICIANS
PIPEFITTERS, PLUMBERS
PAINTERS
LABORERS, SEMI- SKILLED
LABORERS, UNSKILLED
TOTALS t2O 2 3
APPRENTICES TABLE B
-
ON- THE -JOB TRAINEES
STATEMENT OFr.nNTPArrna
EACH CATEGORY)
HISPANIC
tit F
OTHER
MINORITIES
h4 F
WE HEREBY CERTIFY THAT THE STATEMENTS MADE IN THIS EMPLOYMENT PROFILE ARE TRUE AND CORRECT TO THE BEST OF OUR
KNOWLEDGE: AND HEREBY AUTHORIZE AND REQUEST ANY PERSON, FIRM OR CORPORATION TO FURNISH ANY PERTINENT INFORMATION
REQUESTED BY THE DEPARTMENT OF TRANSPORTATION DEEMED NECESSARY TO VERIFY THE STATEMENTS IN THdS APPLICATION OR
REGARDING THE STANDING AND REPUTATION OF THE APPLICANT-
WE FURTHER CERTIFY THAT THE EMPLOYMENT PRACTICES OF THIS ORGANIZATION FULLY COMPLY WITH TITLE VI PROVISIONS OF THE
1964 CIVIL RIGHTS ACT.
DAT €DAr Palm Bay, Florida THIS 24
DAY OF April ��}p
Si
SIGNATURE
TITLE
12 CONTRACTS AT
CMtlN1SRAT oN.
oN - �zM
Page 13 d 23
17 1 STRUCTURE OF ENTITY
If a Co- Partnership, answer this:
Date of Corporation, ion, State whether partnership is general, limited or association
!f a Corporation, answer t is:
State where incorporated Florida Date incor orated 01/01 01
p Charter No.lbac. No. P9 -8000. 447
If registered in Florida, answer this:
Ccrporaie Narre Reglsterd with F4ida Sea eLxy of State W Arde n Construction Inc.
All applicants answer this:
1.How many years has your organization been operating under your present business name? Two
2.1-ist all previous business names of your organization. Jobea r Inc .
3.How many years experience in road and bridge construction has your organization had as a: (a) Prime Contractor 28
(b) Subcontractor 28
4.Enter appropriate federal Employer Identification Number (EIN) or Social Security account number 59- 3519341
51ist the following for all officers and directors of your organization:
NAME POSITION INDIVIDUAL'S
FIRST MI LAST or TITLE HOME ADDRESS GITY ZIP
STATE C
John
K.
Huy
Pres.
2726 School Dr
Cynthia
A.
Huy
Sec.
2726 School Dr
Henry
W.
Patten
V.P.
525 E. Tucker
Edna
H.
Patten
Treas.
525 E. Tucker
Dennis
M.
Smith
V.P.
2736 Fields Av
6. List the following for all individuals, co- partnerships, companies, and /or corporations owning 5% or more of your
organization (Applicant):
St. Melbourne FL 32901
e.SE Palm Say FL 32909
PERCENT
NAME OWNED ADDRESS
John K. Huy 33.3% 2726 School Dr.
Henry W. Patten 33.3% 525 E. Tucker St.
Dennis M. Smith 33.3% 2736 Fields Ave. SE
7.List the following for all co- partnerships, companies and /or corporations in which your organization has at least 10%
ownership:
ZIP
CITY STATF- rnn�
Palm Ba FL 32
Melbourne FL 32901
Palm Ba FL 32909
L:7— — —
PERCENT
NAME nWmp :n A nn=ZIP
n _._. .
Palm
Say F
FL
U r-
Palm Bay F
FL 3
32905
St, M
Melbourne F
F
PERCENT
NAME OWNED ADDRESS
John K. Huy 33.3% 2726 School Dr.
Henry W. Patten 33.3% 525 E. Tucker St.
Dennis M. Smith 33.3% 2736 Fields Ave. SE
7.List the following for all co- partnerships, companies and /or corporations in which your organization has at least 10%
ownership:
ZIP
CITY STATF- rnn�
Palm Ba FL 32
Melbourne FL 32901
Palm Ba FL 32909
L:7— — —
PERCENT
NAME nWmp :n A nn=ZIP
n _._. .
PERCENT
NAME nWmp :n A nn=ZIP
n _._. .
DETAILS RELATIVE TO ASSETS (Continued) FCRM375a2a -32
CONTRACTS ADMIN sTRATioN - vm
❑-O,-
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.
(TYPE OR PRINT COMPANY NAME)
1!1�50 -Dar1f(1) t \X N. C. TF LMBAy FL 3290
(TYPE OR PRINT ADDRESS)
Access Roads, water & Sewer
Sebastian Municipal Airport
Bid Forms
I=nter wor'A classes from those listed an page 19. EXAtiIi�LE Mork performed was Grading Landscaaing and Bridge
..... ..
Painting . then enter 3 10e, 1 P. etc
FORid 375-02432
CONTRACTS ADWMSTRATJON. 12M
Page 15 d M
What contracts and subcontracts has your organization completed in the past three (3) years?
vuucxrt hNMUU .11
OF
CLASSES
YEAR
WHERE LOCATED
NAME AND ADDRESS OF OFFICIAL
WORK
WORK"
COMPLETED
CITY - COUNTY
TO WHOM YOU REFER
oC>A+cnntieen
WS—t me
City of 4bst Melbourne
$1,051,386
4,6
2002
Brevard.
bastian
ian River County
908 883
3, 9, 4, 6
2002
Sebastian
Indian River County
623,608
3, 9, 4, 6
2002
Indian River
Vero Eeach, FL
Melbourne
( of Melbourne
123,453
9
2002
Brevard
Melbourne, FL
I=nter wor'A classes from those listed an page 19. EXAtiIi�LE Mork performed was Grading Landscaaing and Bridge
..... ..
Painting . then enter 3 10e, 1 P. etc
ATTENDANCE LOG SHEET
PRE - CONSTRUCTION MEETING
AIRPORT ACCESS ROADS, SEWER AND WATER
,IDLY 03, 2003 —1 :30 PM
Name,n
Company
Phone
Jesus M. Vieiro e4,J
City of Sebastian —Purchasing
772 589 -0743
�
LPA &90 LIP
*,:F) -306 -0z€ao
walz Deo Cav
7Z-�-7?571
Purchasing
General Services Department
M!
GTY OF
HOME Of PLLICAN ISLAND
GENERAL SERVICES ADMINISTRATOR
A OIWSION OF rNE OFFICE OF THE CITY MANAGER
1225 MAIN STREET- SEBASTIAN, FLORIDA 32958
TELEPHONE (772) 388 -8241 FAX (772) 581 -0149
E- MAIL= pwagner @cityofsebastian.org
BID DOCUMENTS
MUNICIPAL AIRPORT
ACCESS ROADS, WATER AND SEWER
PREPARED BY
CITY OF SEBASTIAN GENERAL SERVICES
IN COOPERATION WITH
THE SEBASTIAN MUNICIPAL AIRPORT
CONTACT: Mr. Jesus M. Vieiro, Buyer (772) 589.0743
jwieiro @cityofsebastian.org
APRIL 2003
CITY OF SEBASTIAN - BID
ACCESS ROADS, WATER AND SEWER
TABLE OF CONTENTS
I NOTICE OF INVITATION TO BID
2. BID PRICE SCHEDULE FORMS
(BPS -I THROUGH BPS -5)
3. INSTRUCTIONS FOR BIDDERS
(IB -1 THROUGH TB-5)
4. BID SUBMITTAL FORMS
(B -1 THROUGH B -9)
5. BIDDER'S QUALIFICATION QUESTIONNAIRE
(13-10 THROUGH B -14)
6. ATTACHMENT `A' FORM OF AGREEMENT WHICH INCLUDES
a. GENERAL TERMS
b. DRUG FREE WORKPLACE FORM
e. PUBLIC ENTITY CRIlVIES FORM
7. ATTACHMENT B' WHICH INCLUDES
a. GENERAL PROVISIONS
b. TECHNICAL SPECIFICATIONS and PLANS
IMPORTANT NOTICE TO BIDDERS!!!!!
SUBMIT TWO (2) SETS OF THE BID AS FOLLOWS
I. BID PRICE SCHEDULE FORMS COMPLETELY FILLED OUT AND SIGNED
2. BID BOND
3. PROOF OF INSURANCE AS REQUIRED IN THE INSTRUCTIONS FOR BIDDERS
4. PROOF OF LICENSES
5. DRUG FREE WORKPLACE FORM EXECUTED
8. PUBLIC ENTITY CRUvMS FORM EXECUTED
9. BID SUBMITTAL FORMS (13-1 THROUGH B -9)
jp. BIDDER'S QUALIFICATION QUESTIONNARE (B -10 THROUGH B -14)
.11. REFERENCES INCLUDING ADDRESS AND PHONE NUMBER TO CONTACT
FAIL URE TO SUBMIT THE ABOVE MAY SUBJECT YO UR BID TO REJECTION. READ ALL OF THE BIDDING
DOC UMENTS PROVIDED AND THEN SUBMIT YO UR BID ACCORDINGLY.
NOTICE OF INVITATION TO BID
SEALED BIDS FOR A LICENSED FIRM TO CONSTRUCT ROADS, AND
FURNISH AND INSTALL SEWER AND WATER LINES AT THE MUNICIPAL
AIRPORT, WILL BE ACCEPTED BY THE CITY OF SEBASTIAN, 1225 MAIN
STREET, SEBASTIAN, FLORIDA 32958, UNTIL 2:00 P.M. ON, JUNE 9, 2003. BID
ENVELOPES ARE TO BE MARKED AS FOLLOWS:
BID: ACCESS ROADS, WATER AND SEWER
OPEN: JUNE 9, 2003 0_0 2:00 PAL
The City of Sebastian is seeking bids from licensed firms to construct access roads, install sewer
and water lines, and perform other improvements at the Municipal Airport.
The Contractor shall be able to be properly licensed in the City of Sebastian, and shall show Proof
of Insurance to conduct its business, with all licenses, permits, and certificates as required by all
local, State of Florida, and Federal agencies. Vendor must be capable of obtaining the appropriate
licenses and certificates in the City of Sebastian.
Firms interested in preparing a bid may pick up or request a complete bid package from the Office
of General Services 772 -388 -8203. Bid package fee $35.00. AU items bid shall conform to the
Contract Documents in their entirety, and no bid shall vary from the Contract Documents unless
specifically approved in advance in writing by the City.
Any bids received without Bid Bond equal to 5% of the base bid amount, Public Entity
Crime Form, Drug Free Workplace Form, Proof of Insurance (in the amounts specified in
the Contract Documents), and Bidder's Qualification Questionnaire, may be considered
incomplete and immediately disqualified. Any person or affiliate who has been placed on the
convicted vendor list fallowing conviction for a public entity crime may not submit a bid as
proscribed by Section 287.133, F.S.
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
time of the execution of the agreement. This contract contains a liquidated damages clause of
$ 100.00 per calendar day.
Questions concerning this project should be directed to Jesus M. Vieiro, Buyer (772) 589 -0743.
A mandatory pre -bid conference has been scheduled for May 16, 2003 @ 2 :00 P.M., at the
address stated above in City Hall. Attendance is mandatory for all bidders.
Bids duly submitted will be publicly opened and read aloud at 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.
Paul L. Wagner
General Services Administrator
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
Item Spec. Item Description
No. No.
BID PROPOSAL PRICE SCHEDULE
Quantity Unit Unit Price
Extension
1 101 -1-
MOBILIZATION
1
LS
- - - - - - - -
$
- - - -
$
102 -1
TRAFFIC CONTROL
1
LS
$
$
104 -13
SILT FENCE
4,000
LF
$
$
110 -1 -1
CLEARING AND GRUBBING
4.94
ACRE $
$
120 -1-
EXCAVATION REGULAR
1,402
CY
$
$
160-4 -
TYPE B STABILIZATION
10,500
SY
$
$
162 -3-
FINISH SOIL LAYER (6" THICK)
7,000
SY
$
$
8 440 -77
UNDERDRAIN CLEANOUTS
9
EA
$
$
440
5" PERFORATED UNDERDRAIN
1,100
LF
$
$
10 440
6" PERFORATED UNDERDRAIN
820
LF
$
$
11 440
8" PVC
590
LF
$
$
12 425
TYPE C DBI MODIFIED
1
EA
$
$
13 425
H MODIFIED INLET (H1 AND
2
EA
$
$
2PE
14 430 -98a
RED END SECTION FOR 15"
2
EA
$
$
.. ..........
RCP
15 430 -98a
...... -._ .........
RED END SECTION FOR 18"
_..._._�_�,__-
15
EA
..._..._..
$
_..- - .- .._ ..... ._ _ --- -- -- - - - ---
$
RCP _... ---_.....-_
16 430 -98a
....... ..... ..._..____..-
MITE END SECTION FOR 36"
....- .- .___._
1
EA
$
- ----------- �._
$ E
r17 200
LIMEROCK BASE
1,600
CY
$
$
18 300 -1 -1
BITUMINOUS MATERIAL (PRIME
5,000
GAL
$
$
-
COAT) _...— ............. ... ..... --
--
.
_
19 331 -2-
TYPE'S'ASPHALTICCONCRETE
840
TON
$
$
i
0 SP
DITCH BLOCKS
4
EA
$
$
-1 ... ... ..120E.72__...1.„
RCP, ...CLASS ..ill_.___._._.. _.
58.
- LF._.._
$
$
2 280 -172-
18" RCP, CLASS III
440
LF
$
$
23 380 -172-
36" RCP, CLASS III
90
LF
$
$
24 520
CONCRETE CURB AND GUTTER
1,100
LF
$
$
5 530
RIPRAP
40
TON
$
$
6 570
GRASSING (SEEDING)
3.00
ACRE
$
$
27 575 -1
SODDING
4,000
SY
$
$
28 710 -24-
6" SOLID TRAFFIC STRIPE
7 300
LF
$
$
61
(YELLOW)
BPS -1
Z-5d8
$
7
kVMIX41I30INDN3 )VNVV4
$
si
1,
SH3OVdS
A
/M 3did ENISVO -331S..9�J- 9OZ
$
$
V3
.....
9
- ------
1N10d
-IV0190101�13iOV
x
3ldVJVS 8
$
S-1
1,
83dvInr
Alddns 2M41AA AdMJO&Oi
413
44
(313IcIVY00)
A
,kl81N3SSV INVd(IAH 3HIA
$
$
413
9
(EIAIMOO) 901A;13S H3141MA
n
$
VA
4
dois
dHOO T d411 3d 03010IN-Mid.4
$
V3
6
3A-1VA 3141E) 3003M (1110SA
$
V3
z 4
3A-141A 3IIVD AOCIBM (3110S ..g
$
$
d7
4
3AI41A E)NIddVI..9
b
413
z
3A-1VA ONIcJdVi..8
d
$
413
4
3A33-16 E)NlddV1 ,,9 x..Zl,
0
413
z
9A33IS E)NlddV-L.,g x,Zl.
u
413
9
SN3NIV81938 dI0 /0Ad.9
w
$
413
OM
Sa3NIV2iMU diQI0Ad.,8
I
$
413
c
S213NIVdiS321 3d(]H.9
I
$
V3
t'4
SH3NIVILLS3H 3d0H,.8
$
NOI
4
SSNILLIJ
413
4
SNOIJLV-1�ViSNI
L4
AN09 IVNOLLDD�JIGA
$
V3
9
SN0IIV9IViSNI
32l09 IVN01103810
=n
017
....9
3d(]H,.9
=1-1
oz
dIU A
$
DAd IL9
p
. .........
Ti
09L
DdGHA
---- ------- -----
$
ji
I.ts
dIG.,9
—$
3-1
L6Z'I,
OAd..R
e
301A213S 2MVMA
1,092 oc
$
VA
9
NOIS dOJLS
OOL 6Z:
UOISUG)X3 80]Jd4!un wn fqpuent) uoildijosa(] wall 'ON 'ON
-osdS well
ginG3HOS 30IMd -lVS0c:f0Hdais
2I3m3s umv -dgivm,sclvo-d ssgoDv
SIVSOdO'dd Gig-MVIISVI33S AO AM
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
BID PROPOSAL PRICE SCHEDULE
Item Spec. Item Description Quantity Unit Unit Price Extension
No. No.
as SURFACE RESTORATION OF1 LS $ $
TAXIWAY
ab SURFACE RESTORATION 1
Total Base Bid:
Additive Alternate Bid Items:
Additive Alternate 1: Runway Road East
Item Spec. Item Description
No. No.
LS $
Quantity Unit Unit Price
Extension
1 104 -13
SILT FENCE
1,000
LF
$
$
2 110 -1 -1
CLEARING AND GRUBBING
1.08
ACRE
$
$
120 -1-
—
EXCAVATION REGULAR
....,_._..- _...__1,960..
598
CY
$
.r._._._--------
$
.- _---- _- ._-...
160-4 -
TYPE B STABILIZATION
SY_............_...._
.__......__. -..
$
162 -3-
FINISH SOIL LAYER (6" THICK)
1,400
SY
$
$
6 440 -77
UNDERDRAIN CLEANOUTS
3
EA
$
$
440
5 "' PERFORATED UNDERDRAIN
550
LF
$
$
I 425
TYPE C DBI MODIFIED
1
EA
$
$
430 -98a
__ " . _.._ ... - ._ .............. _..._.
RCS RED END SECTION FOR 15" 2
...._._._..... -_
EA
- __ .r . _
$
__ ._...._......._.,.._.__. _ ...,._.,.. _ __.
$
j10 430 -98a
RED END SECTION FOR 18"
1
$
$
RCP
11 200
LIMEROCK BASE
300
CY
$
$
12 300 -1 -1
BITUMINOUS MATERIAL (PRIME
925
GAL
$
_
$
COAT} __ —�
13 331 -2-
TYPE 'S' ASPHALTIC CONCRETE
160
TON
$
$
'14 423 -172
___ ___ _...... ._._....... _.._.__
15" RCP, CLASS III
51
_
LF
_
$
— _
$
.......
— ._._. ._._....._
15 X50 -172 -
18" RCP, CLASS III
51
_
LF
_ -- ___._ ..
$
- _ -_
$
16 570
GRASSING (SEEDING)
0.70
ACRE
$
$
17 710 -24-
6'" SOLID TRAFFIC STRIPE
1,600
LF
$
$
61
(YELLOW)
18 700
STOP SIGN
1
EA
$
$
Total Additive Alternate 1: $
BPS -3
tr-sd$
-umo sii uo pums of ICptai aq ism oDud „alea.iallb' anilrppd Cue snld pig asug Is1oZ„ gaea
JO ,,001'd pig aseg Ielo.L„ agl aaoJaaagd, •aAlsuodsaa pue aigisuodsaa g;oq si aapp!g aq; 21ulplAoad `/Aolaq palsil
siseq pnmv aql jo flue ioj p!q aaiad ;samol aq; uo paseq alaoA*, art# p umv of jg3ta aqj saAaas0.1 A!j aqs
-altp 2utuodo piq 2uimolioj step (Q9) Maxis joj uu
umuoj llugs 11aigm aoud paluindils molaq 3111 joj umisegas 3o Al!:) alp 11lim uiaioq paluls sluauznoop
lit 3o suorltpuoa pue suual a11l llt of scar t put 1X1ra 3111. Xg aailou sXep aupuaita aAijnaasuoa
(p 0 ual urgwA luauraar& pies oiui muo o1 saoi t ,rolatrluoZ) oqi `ltsodord prq sell spun aizom
Xuu papiumt ji •pnu4 .zo uoisnlloo lnoglim put, aitj slaadsw lie ui si piq aq1 lt11l put asodmd auras
0111 aoj piq t 2urllturgns uut io `uoil- modaoo `uosrad fun gjpA uoilaauuoo ao `luawaoi t `Suiputlszapun
.zarllo Xut 1no111tm apum si lusod0-1d pig s1gl IMP saa12t .tolot4wo a111 `moloq aznitugis a11l ,fig
•ponssi aq Sm 11oigm tpuappV Cut
J0 OAisniaui (on) si palonb (s)amird aril •anoqu palonb saaud a11l aoj uiarat; g1joj In su suolingpAs
aq1 ffuipaaaxa 10 2url00ur saarAMS uopanrlsuoo a11l aprnoid of kiussaaau sluualuui put stool
`luauzdinba `rogtl `uorsinradns ail lit qsmmi
j put apiAoxd of put `sluaumoop as;)gl jo sluauzatinboi
0111 Tine. Xiiuuojuoo louts ui pau.uopod oq of pamnbw BurgOoA2 uuojlad of sosodoad Xga.ra11
`NJOM aril Builoaigt alnpa113s aunt put `suorlrpuoa uorltaol a11l put alis laafoid aril `urara11 pajusodrom
slumnoo(i guippig v 1uamw2v agjjo lit tpm zuipwuj XlgOnoaogl aur000q SuiAuq `pauSisaapun 011.E
•anoge umogs „saleujalld ppV,, all 6uipnloui pig aseg 9u1 uo spiq livagns Ism x{34(318 a'ql
$
S-1
d3
.............
b3
Ol
V'3
:Z a;euJajlV" aAI]IPPV Idol
NOLLV80iS38 33` =lUnS
£ =Imdn 31VO 30CI3M 0110S A
t 3n�en ado 3bd3AA C11l0S J,
ti S?ANIV US31 � Dnd ,,b
zz
z
o'£
£'0
S2 9 V'ii1S323 0nd ..9
�.9
3A-IVA
3SV3-13�1 ad ouviNoind
SJNlllld
N011a"MVISN1
32208 -1dN01133dla
3daH „9
$ $ do 09 3d1d N022I B-no 1a ,.9 -
$ _ $ d1 09tr L _... - 0nd ,.9
_.__ .............. ...... ...�..- ._...- .-...-..e. __..- ....._._......_ _._...._......_.._..__._ - - -... 3N1� 113M3SYAti'V'liNflS 0092
uolsua ;x3 aaud wn ;Iu } l ;uenb uol ;di�asaQiva }I_... _. _...._ oN 'ON
'aadS wall
eul -l.janmaS I-iellueS :Z alEW031V 0nl3lPPV
-Hgm3s GKV 1I3.Lvm `savo-d ss30 :)v
S1VS0d011d Qlg -I VIISa83s 30 ,k11D
CITY OF SEBASTIAN -BID PROPOSALS
ACCESS ROADS, WATER AND SEWER
AWARD BASIS:
1. LOWEST BASE BID AMOUNT
2. LOWEST TOTAL OF BASE BID AND Additive ALTERNATE 1
3. LOWEST TOTAL OF BASE BID AND Additive ALTERNATE 2
4. LOWEST TOTAL OF BASE BID AND Additive ALTERNATES 1 AND 2
If awarded this bid, the Contractor agrees to enter into a contract within ten (10) consecutive calendar
days of Notice of Award by the city, and agrees to all the terms and conditions of all documents stated
herein with the City of Sebastian at the above stipulated prices which shall remain firm for sixty (60)
days following bid opening date. Failure to execute the Contract as stipulated above may result in
the forfeiture of the Bid Bond in its entirety.
The Quantities indicated on this Bid are estimated and shall only be used for the purpose of Bid
Evaluation and Award. The estimated Bid Quantities do not constitute a guarantee of work. The Vendor
agrees that that the prices quoted have taken in consideration that the Actual Quantities may exceed or
may be lower than the estimated Quantities indicated on this Bid.
CONTRACTOR WARRANTS TOTAL CONTRACT COMPLETION TIME SHALL NOT EXCEED 120
CONSECUTIVE CALENDAR DAYS.
Authorized Signature
Printed Name
Firm Name & Address Title
Phone Number
Date Signed
BPS -5
CITY OF SEBASTIAN
INSTRUCTIONS FOR BIDDERS
PRE -BID CONFERENCE (ONLY IF CALLED FOR IN THE NOTICE OF INVITATION TO BID)
A mandatory pre -bid conference shall be held at the City of Sebastian City Hall, 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.
2. 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 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.
5. 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. ACCEPTABLE BIDS
Bid proposals shall be typewritten or filled in with ink. Any erasures or corrections enlist be initialed by
the Bidder in ink.
I:
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.
10. 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.
11. 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.
12. 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 Kathy Nappi, 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 - Contractors) must also be certified.
I1:
I I. 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
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.
14_ 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.
15. 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.
16. DRUG-FREE WORKPLACE
The Drug -Free Workplace form, as attached hereto, shall be submitted with the bidding documents.
17. 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 (64) days from the bid opening date. Such prices will
IB -3
remain firm for the period of performance of resulting purchase orders or contracts which are to be
performed.
18. BID BOND (ONLYIF 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.
19. PAYMENT AND PERFORMANCE BONDS (ONLYIFCALLED 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.)
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.
20. LIQUIDATED DAMAGES (ONLY IF CALLED FOR IN THE NOTICE OFINVITATION TO
BID)
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.
21. 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
ff'
acceptable to the City in its sole discretion.
22. BID AWARD
The contract/agreement will be awarded to the lowest responsive and/or 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.
23. 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.
24. REFERENCES
References are required and must be submitted with the Bid proposal form. Failure to submit
references as required may disqualify your Bid. Name and phone number to contact shall be included.
25. LIST OF SUB - CONTRACTORS
A list of Sub- Contractors is required and must be submitted with the Bid proposal. Failure to submit
a list of Sub- Contractors may disqualify your Bid.
26, COOPERATIVE 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 "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.
27. 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.
28. DBE PARTICIPATION
The following goals are set forth for DBE participation:
Minimum Disadvantage Business Enterprise goals for this project (percentage of 10'%
dollar value of base bid).
M.,
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of Bid)
STATE OF
COUNTY OF
being first duly sworn, deposes and says that he is
(Sole owner, a partner, president, secretary, etc.)
) SS.
}
of
the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham;
that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any
BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly sought by agreement or collusion, or communication or
conference, with any person, to fix the Bid Price of a#fiant or any other BIDDER, or to fix any
overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any
advantage against OWNER any person interested in the proposed Contract; and that all statements in
said Proposal or Bid are true; and further, that such BIDDER has not, directly or indirectly submitted
this BID, or the contents thereof, or divulged information or date relative thereto to any association
or to any member or agent thereof
(Bidder)
Sworn to an subscribed before me this day of , 200_.
My Commission expires
(SEAL)
Access Roads, Water & Sewer
Sebastian Municipal Airport
Notary Public in and for
County
IC1
10
Bid Forms
EQUAL OPPORTUNITY REPORT STATEMENT
AS REOUIRED BY 41 CFR 60- 1.7(b)
(THIS REPORT IS PART OF THE BID)
The Bidder (Proposer) shall complete the following statement by checking the appropriate blanks.
Failure to complete these blanks may be grounds for rejection of bid:
The Bidder (Proposer) has has not developed and has on file at each
establishment affirmative action programs pursuant to 4I CFR 60 -1.40 and 41 CFR 60 -2.
2. The Bidder (Proposer) has has not participated in any previous contract or
subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as
amended.
3. The Bidder (Proposer) has has not filed with the Joint Reporting Committee the
annual compliance report on Standard Form 100 (EEO -I Report).
4. The Bidder (Proposer) does does not employ fifty (50) or more employees.
NAME OF BIDDER:
TITLE:
DATE:
Access Roads, Water & Sewer
Sebastian Municipal Airport
Bid Forms
CERTIFICATION OF NONSEGREGATED FACILITIES
The federally assisted construction Contractor certifies that he does not maintain or provide, for his
employees, any segregated facilities at any of his establishments and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The federally assisted construction Contractor certifies that he will not maintain or
provide, for his employees, segregated facilities at any of his establishments and that he will not
permit his employees to perform their services at any location, under his control, where segregated
facilities are maintained. The federally assisted construction Contractor agrees that a breach of this
certification is a violation of the equal opportunity clause in this contract. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and
housing facilities provided for employees which are segregated by explicit directives or are in fact
segregated on the basis or race, color, religion, or national origin because of habit, local custom, or
any other reason. The federally assisted construction Contractor agrees that (except where he has
obtained identical certifications from proposed Subcontractors for specific time periods) he will obtain
identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding
$10,000 which are not exempt from the provisions of the equal opportunity clause and that he will
retain such certifications in his files.
Signature of Bidder Title
Access Roads, Water & Sewer Bid Forms
Sebastian Municipal Airport
B -3
BUY ,AMERICAN CERTIFICATE (JAN 1991)
By submitting a bid/proposal under this solicitation, except for those items listed by the bidder below
or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel
and each manufactured product, is produced in the United States (as defined in Article 23 of
Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction
Contracts ") and that components of unknown origin are considered to have been produced or
manufactured outside the United States.
PRODUCT
Signature of Bidder
Access Roads, Water & Sewer
Scbastian Municipal Airport
Title
COUNTRY OF ORIGIN
Bid Farms
CERTIFICATION REGARDING FOREIGN PARTICIPATION
The Contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list
of countries that discriminate against U.S. firms published by the Office of the United States Trade
Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a
citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on the project
that is produced in foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR
30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the
contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the
said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation
of the contract at no cost to the Government.
Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract and in all lower tier subcontracts. This contractor
may relay upon the certification of a prospective subcontractor unless it has knowledge of the certification of
erroneous.
The Contractor shall provide immediate written notice to the sponsor if the contractor learns that is certification
or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award. If it
is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal
Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at
no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render, in good faith, the certification required by this provision. The knowledge and information of a contractor
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business
dealings.
This certification concerns a matter within the jurisdiction of an agency of the United State of America and the
making of a false, fictitious, fraudulent certification may render the maker subject to prosecution under Title 18,
United States Code, Section 1001.
Signature of Contractor Title
Access Roads, Water & Sewer Bid Forms
Sebastian Municipal Airport
B -S
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
INELIGIBILITY, AND VOLUNTARY EXCLUSION
The bidder /offeror certifies, by submission of this proposal or acceptance of this contract, that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency. It
further agrees by submitting this proposal that it will include this clause without modification in all
lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the
bidder /offer /contractor or any lower tier participant is unable to certify to this statement, it shall
attach an explanation of this solicitation/proposal.
Signature of Contractor
Access Roads, Water & Sewer
Sebastian Municipal Airport
I:
Title
Bid Forms
FLORIDA TRENCH SAFETY ACT
CERTIFICATION AND DISCLOSURE STATEMENT
The undersigned acknowledges the requirements of the Florida Trench Safety Act., F.S., (Section
5 53.60 et. seq. Florida statutes), and hereby commits the Bidder to the following in the performance
of the work in the event that the subject contract is awarded to and executed by said Bidder.
The Bidder further acknowledges that the Florida Trench Safety Act, (the Act) establishes
the Federal excavation safety standards set forth at 29 CFR Part 1926, Subpart P as the
Interim State Standard until such time as the State of Florida, through its Department of
Labor and Employment Security, or any successor agency, adopts, updates or revises said
interim standard. This State of Florida standard may by supplemented by special shoring
requirements established by the State of Florida or any of its political subdivisions.
2. The Bidder, as Contractor, shall comply with all applicable excavation/trench safety
standards.
3. The Contractor shall consider the geotechnical data available from the City, if any, the
Contractor's own sources, and all other relevant information in providing the trench safety
system to be employed on the subject Project. The Contractor acknowledges sole
responsibility for the selection of the data on which he relies in providing the safety system,
as well as for the system itself
4. The amounts that the Bidder has set forth for pipe installation includes the following
excavation / trench safety measures and the linear feet of trench excavated under each safety
measure. These units, costs, and unit prices shall be disclosed solely for the purpose of
compliance with procedural requirements of the Act. No adjustment to the Contract time or
price shall be made for any difference in the actual number of linear feet of trench excavation,
except as may be otherwise provided in these Contract Documents.
Trench Safety Units of Measure Unit Unit Cost Extended Cost
Measure (Description) (LF, SF) (Quantity)
a.
b.
C.
d.
e.
Access Roads, Water & Sewer Bid Dorms
Sebastian Municipal Airport
B -7
For Information Only, Not for Payment Purposes $
Bidder may use additional sheets as necessary to extend this form.
Failure to complete the above may result in the bid being declared non - responsive.
S. The amount disclosed is the cost of compliance with the applicable trench safety
requirements does not constitute the extent of the Contractor's obligation to comply with said
standards. Contractor shall expend additional sums at no additional cost to the County, if
necessary, to comply with the Act (except as may otherwise be provided).
6. Acceptance of the bid to which this certification and disclosure applies in no way represents
that the County or its representative has evaluated and thereby determined that the above
costs are adequate to comply with the applicable trench safety requirements nor does it in any
way relieve the Contractor of its sole responsibility to comply with the applicable trench
safety requirements.
Company
Name and Title
Address:
Telephone: )
END OF FLORIDA TRENCH SAFETY ACT STATEMENT
Access Roads, Water & Sewer
Sebastian Municipal Airport
M. � s
Bid Forms
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER. hereby states that he proposes, if awarded the Contract, to use the following
subcontractors on this project: List below all proposed subcontractors and trade specialties and
costs. (List only one subcontractor for each item.) Write on back or provide additional pages if
additional space is needed.
COST OF
TRADE SUBCONTRACTOR
SUBCONTRACTORS SPECIALTY WORK
Access Roads, Water & Sewer
Sebastian Municipal Airport
TOTAL:
Bid Farms
BIDDER. QUALIFICATION QUESTIONNAIRE
Submitted by
Name of Bidder
General Contractor's License #
{ ) An Individual
) A Partnership
( ) A Corporation
Federal Identification #
Principal Office Address;
(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
Access Roads, Water & Sewer
Sebastian Municipal Airport
C:H
(4) Have you ever failed to complete any work awarded to you? If so, where and why?
(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?
Access Roads, Water & Sewer
Sebastian Municipal Airport
I:
Bid Forms
(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?
(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 ofthe
disputes or litigations and state the Owner's Name, Address, Telephone, and amount of
disputes or litigations. (Use additional sheets if necessary.)
Access Roads, Water & Sewer Bid Farms
Sebastian Municipal Airport
B -12
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.
Access Roads, Water & Sewer
Sebastian Municipal Airport
(SIGNATURE OF BIDDER)
(TYPE OR PRINT COMPANY NAME)
(TYPE OR PRINT ADDRESS)
B -13
Bid Forms
ATTACHMENT `A'
SEBASTIAN MUNICIPAL AIRPORT
ACCESS ROADS, WATER AND SEWER
CONSTRUCTION SERVICES AGREEMENT
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 or PROPOSAL
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
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
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
8.15
LIMITATION OF OPERATIONS
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 INTEREST
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
C. Differing Site Conditions
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
11.7
COMPLIANCE WITH LAWS
11.8
INSURANCE
11.9
BOND
11.10
PERMITS
11.11
LAWS TO BE OBSERVED
11.12 DEBARMENT AND SUSPENSION
11.13 FEDERAL AID PARTICIPATION
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
iv
CONSTRUCTION SERVICES AGREEMENT
THIS AGREEMENT made this day of October, 2002, by and between the
CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main
Street, Sebastian, Florida, 32958, ( "City ") and ,
a Florida corporation authorized to do business in the State of Florida, ( "Contractor. ")
WHEREAS, the City desires to engage a Florida licensed contractor who has
special and unique competence and experience in roadway reconstruction, installation of
water and sanitary sewer lines and providing other infrastructure improvements necessary
to complete the Project hereunder; and
WHEREAS, the Contractor represents that it has such competence and experience
in providing these 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 and the Contractor hereby
agrees to perform professional services for the City in accordance with this Agreement.
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.
The Contractor 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), Request for Bid Documents, Contract Proposal,
Bond Forms, Plans and Technical Specifications, 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.
5
�WHN H—
The 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 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 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 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 ,fury in any action to enforce or
otherwise resolve any dispute arising hereunder.
rR
2.6 TERM
This Agreement shall commence on the day it is executed by both parties and the tern of
the Agreement shall extend until the Project is complete unless tenninated in accordance
with the terms hereunder.
3.4 DEFINITION OF TERMS
91 � 01C1z191REVI REV
I,
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 Owner and
distributed to prospective 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 and Owner defining in detail the work to be
performed. 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.
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
7
properly sealed and guaranteed. The bid or proposal shall be considered as part of the
Contract Documents.
3.7 BID BOND or PROPOSAL GUARANTEE:
Bidder shall 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 by the City and 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, or adjustments in the Contract Price or
Contract Time.
3.10 CONTRACT ADDENDUM
A special written provision modifying or clarifying the terms and conditions of the
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 his,
their or its heirs, executors, administrators, successors and assigns, or the lawful agent of
any such individual, firm, partnership, covenant or corporation, or his, their or its surety
under any contract bond, constituting one of the principals to the Contract and
undertaking to perform the work herein.
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.
E.
3.13 ENGINEER
A Professional Engineer duly licensed and registered in the State of Florida and
designated by the City as Engineer. 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 laboratory designated by or acceptable to the Owner to
perform necessary testing of materials.
3.17 OWNER
City of Sebastian
3.18 PERFORMANCE AND PAYMENT BONDS
Contractor shall submit bonds in the form prescribed by State Law, and generally as
shown on sample forms herein, for Performance and Payment, each in the amount of
100% of the Contract Amount.
3.19 PLANS
The official, approved plans, including reproduction thereof, showing the location,
character, 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
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
contract documents.
K
3.21 SPECIAL CONDITIONS
Special clauses or provisions, supplemental to the Plans, Standard Specifications and
other contract documents, setting forth conditions varying from or additional to the
Standard Specifications for a specific project.
3.22 SPECIFICATIONS
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
An individual, partnership or corporation supplying labor, equipment or materials under a
direct contract with the contractor for work on the project site. Included is the one who
supplies materials fabricated or formulated to a special design according to the plans and
specifications for the particular project.
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 Plans and Specifications, and all actions
necessary to construct the same.
3.27 WORK ORDER
Work orders are work instructions including specification 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.
10
ARTICLE II - Performance
4.0 PLANS, SPECIFICATIONS AND RELATED DATA
4.1 INTENT OF PLANS AND SPECIFICATIONS
The intent of the Plans, Specifications, Work Orders and other Contract Documents is
that the Contractor furnishes 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 Plans and described in the
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
Plans, Specifications, and other Contract Documents, calculated dimensions will govern
over scaled dimensions; Technical Specifications shall govern over the general contract
provisions, plans, and cited standards or FAA circulars; general contract provisions shall
govern over plans, and cited standards or FAA circulars; and plans shall govern over
cited standards or FAA circulars..
4.3 DISCREPANCIES IN PLANS
Any discrepancies found between the Plans and Specifications and site conditions, or any
errors or omissions in the Plans or Specifications, shall be immediately reported to the
Engineer and City. The 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 Plans and Specifications may be made by the
Engineer when such correction is necessary for the proper fulfillment of their intention as
construed by him. 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 or indicated 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
11
compensation, but the said work must be installed or done the same as if called for by
both the Plans and Specifications.
All work indicated on the Plans and not mentioned in the 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 by both the Plans and
Specifications.
The Contractor will not be allowed to take advantage of any errors or omissions in the
Plans and Specifications. The Engineer will provide full information when errors or
omissions are discovered.
4.4 DRAWINGS AND SPECIFICATIONS AT JOB SITE
One (1) complete set of all 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 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 Engineer upon the completion of the Work.
4.5 DIMENSIONS
Dimensions shown on the Plans will be used. 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
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
12
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 Plans and 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) Three (3) 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 two (2) 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 three (3) copies to the City.
(d) Two (2) 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 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 MATERL4L 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
13
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:
14
(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 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 FURNISBED 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.
15
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 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.
5.3 REJECTED WORK AND MATERIAL
Any materials, equipment or work which do 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 equal 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 WORKMEN
All workmen must have sufficient knowledge, skill and experience to perform properly
the work assigned to them. Any foreman or workman 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
16
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 his
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. He 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 his surveillance.
5.7 CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of waste
materials or rubbish caused by his employees or work, At the completion of the Work, he
shall remove all his rubbish, tools, scaffolding and surplus materials and shall leave his
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.
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
17
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 equipment furnished and work performed by him 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 of his 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.
18
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 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 roadway, bridge and
miscellaneous 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 bridge 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
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's surveyor 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's surveyor.
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.
19
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 utilities which he damages 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.
City reserves the right to authorize the construction, reconstruction, or maintenance of
any public or private utility service, FAA or National Oceanic and Atmospheric
Administration (NOAH) facility, or a utility service of another governmental agency, at
any time during the progress of the work. To the extent that such construction,
reconstruction, or maintenance has been coordinated with the City, such authorized work
is indicated on the plans.
Except as indicated on the plans or contract documents, the Contractor shall not permit
any individual, firm or corporation to excavate or otherwise disturb the utility service or
facilities located within the limits of the work without written permission of the Engineer.
Should the owner of a utility or facility be authorized to perform construction,
reconstruction, or maintenance as per this section, during the progress of the work, the
Contractor shall cooperate with such owners in arranging and performing the work in
this contract so as to facilitate such construction, reconstruction, or maintenance by others
whether or not such work by others is indicated on the drawings. When ordered as extra
work by the Engineer, the Contractor shall make all necessary repairs to the work which
are due to such authorized work by others, unless otherwise provided for in the contract,
plans or specifications.
It is understood and agreed that the Contractor shall not be entitled to make any claim for
damages due to such authorized work by others or for any delay to the work resulting
from the same.
7.0 PROGRESS AND COMPLETION OF WORD
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.
20
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.
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 120 days,
subject to any Addenda or Change Orders hereto.
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
21
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 his 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 City Hall 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 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 ail 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
Fxa
disturbed or damaged by him 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 below.
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
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.
23
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
milestones completion dates. 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.
24
8.4 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. 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 which may be
W
hazardous to person and property. The Contractor shall develop and implement a job
safety and security plan which will adequately protect all property and the general public.
8.2 TRAFFIC CONTROL
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 of Florida 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.
As to air traffic, it is the explicit intention of the contract that the safety of aircraft, as
well as the Contractor's personnel, is the most important consideration. It is understood
and agreed that the Contractor shall provide for the free and unobstructed movement of
aircraft in the air operations area of the airport with respect to its own operations and the
operations of all its subcontractors as specified in Paragraph 8.15 below. It is further
agreed and understood that the Contractor shall provide for the uninterrupted operation of
visual and electronic signals (including power supplies thereto) used in the guidance of
aircraft while operating to, from and upon the airport.
With respect to its own operations and the operations of all its subcontractors, the
Contractor shall provide marking, lighting, and other acceptable means of identifying
personnel, equipment, vehicles, storage areas, as well as any other work area that may be
hazardous to the operation of aircraft, fire- rescue equipment or maintenance vehicles at
the airport.
83 ROAD CLOSURE AND DETOURS
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 except with the permission of
the City and proper governmental authority, When closing of roads are 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.
FBI
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
a. Within public rights -of -way.
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. Lane closures shall be signed and
barricaded or coned as indicated in aforementioned FDOT Index. Flagmen may be
required where traffic and length of lane closure warrant them. Where such a plan is
needed, Contractor shall submit and obtain approval of their traffic control plan by the
City.
b. Within airport property.
When the work requires closing an air operations area of the airport or a portion of such
area, the Contractor shall furnish, erect, and maintain temporary markings and associated
lighting conforming to the requirements of AC 150/5340 -1 F, Marking of Paved Areas on
Airports.
27
The Contractor shall furnish, erect, and maintain markings and associated lighting of
open trenches, excavations, temporary stockpiles, and its parked construction equipment
that may be hazardous to the operation of emergency fire - rescue or maintenance vehicles
on the airport in reasonable conformance to AC 150/5370 -2D, Operational Safety on
Airports During Construction.
The Contractor shall identify each motorized vehicle or piece of construction equipment
in reasonable conformance to AC 15015370 -2D. The Contractor shall furnish and erect all
barricades, warning signs, and markings for hazards prior to commencing work which
requires such erection and shall maintain the barricades, warning signs, and markings for
hazards until their dismantling is directed by the Engineer.
Open -flame type lights shall not be permitted within the air operations areas of the
airport.
8.6 OPEN TRENCHES
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
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.
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.
` -1
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. Contractor shall rigorously prohibit the
committing of nuisances on the site of the Work, on the lands of the City or an adjacent
property. 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 his 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 his review prior to initiation and implementation
of the plan.
The Contractor shall provide for satisfactory disposal of surplus water and shall submit a
plan to the Engineer for his 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
29
surplus materials in the forms of solids, Iiquids 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 siltation
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 Contractor shall prepare a detailed description of Contractor's plan for Erosion and
Turbidity Control, including location of erosion control and turbidity control devices,
marked on a plan set as needed for clarity. The erosion and turbidity control shall meet
the requirements of the St. John's River Water Management District for control of
discharge of Total Suspended Matter, and shall prevent water and wind erosion of open
excavations and swales.
8.15 LMTATION OF OPERATIONS
The Contractor shall control its operations and the operations of its subcontractors and
suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR
OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct its operations within the Air
Operations Area of the airport, the work shall be coordinated with airport management
(through the Engineer) at least 48 hours prior to commencement of such work. The
Contractor shall not close an Air Operations Area until so authorized by the Engineer and
until the necessary temporary marking and associated lighting is in place.
When the contract work requires the Contractor to work within an Air Operations Area of
the airport on an intermittent basis, the Contractor shall maintain constant
communications as hereinafter specified; immediately obey all instructions to vacate the
Air Operations Area, and immediately obey ail instructions to resume work in the Air
Operations Area. Failure to maintain the specified communications or to obey
instructions shall be cause for suspensions of the Contractor's operations in the Air
Operations Area until the satisfactory conditions are provided. The Air Operations Area
that cannot be closed to operating aircraft on a continuous basis, and will therefore only
be closed on an intermittent basis, are indicated on the drawings or will be designated by
the Engineer.
ME
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 Engineer and City. 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
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.
31
9.5 FIELD TESTS AND PRELMNARY 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 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
32
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 he 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 therefore.
9.10 RIGHTS OF VARIOUS INTEREST
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.
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 his work and to report to the City any irregularities which will
not permit him to complete his work in a satisfactory manner. His failure to notify the
City of such irregularities shall indicate the work of other contractors has been
satisfactorily completed to receive his 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 subcontractor proposed for the Work.
Subcontractor may not be changed except at the request or with the approval of the City.
33
The Contractor is responsible to the City for the acts and omissions of his subcontractors
and their direct or indirect employees, to the same extent as he is responsible for the acts
and omissions of his 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 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 Iimits 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, he
shall notify the Engineer and City of the emergency as soon as practicable, but he 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.
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
34
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 tune, 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.
35
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 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.
E
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.
(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 WORD 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
04
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 therefrom 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.
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.
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
38
the costs as aforesaid shall not in any way be construed as proving the validity of the
claim.
C. Differing Site Conditions
Contractor shall promptly, and before such conditions are disturbed, notify City in
writing of.
1. Subsurface or latent physical conditions at the site differing materially
from those indicated in this Agreement and its subparts; or
2. Unknown physical conditions at the site, of an unusual nature, differing
materially from those ordinarily encountered and generally recognized as
inhering in the work of the character provided for in this Agreement.
If City finds that conditions materially differ and will cause an increase or decrease in the
Contractor's cost or the time required to perform any part of the work under this
Agreement, whether or not changed as a result of such conditions, the City shall approve
an equitable adjustment and will according modify the Agreement in writing. Any claim
for an equitable adjustment of the contract price based upon differing site conditions is
specifically conditioned upon prior written approval of the additional compensation by
City.
No claim of the Contractor under this clause shall be allowed unless the Contractor has
given the notice required herein. Further, no claim by the Contractor for an equitable
adjustment shall be allowed if asserted after final payment under this Agreement.
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 him 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.
39
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,
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 (INTERIMIFINAL)
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
40
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.
11.4 PUBLIC CONTRACT REQUIREMENTS
11.1 COVENANT AGAINST CONTINGENT FEES
The Contractor warrants that he 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 he has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for the
Contractor, any fee, commission, percentage, gift or 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.
41
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 his
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 malting 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. Further, Contractor shall fully comply with the Federal Lobbying
Disclosure Act of 1995.
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 any Agreement, the undersigned
shall complete and submit the attached Standard Form -LLL "Disclosure Form to Report
Lobbying" in accordance with its instructions. Any and all subcontracts executed by
Contractor for the Work hereunder shall likewise certify and disclose accordingly
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 his 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
!Ya
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 consist of the "Drug -Free Workplace Form" which is in
accordance with Florida Statute 287.089 and must be signed and instituted.
11.7 COMPLLkNCE 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
$5,000,000..
(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.
43
The Contractor shall not commence the Work under this contract until he 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 his 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 him 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
himself 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 and the Engineer as additional insured parties, prior
to the start of construction as provided in the Contract.
11.9 BOND
The Contractor shall provide bonds issued by companies holding certificates of authority
as acceptable sureties 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.
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. 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 himself or his 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 acknowledges that this
requirement includes compliance with all federal, state and local health and safety rules
and regulations.
The Contractor shall keep himself fully informed of all existing and pending state and
national laws and municipal ordinances and regulations in any manner affecting those
44
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, he shall forthwith report the same to the
Engineer and City in writing. He shall at all times himself observe and comply with and
cause all his 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 himself or his 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.
1 I.12 DEBARMENT AND SUSPENSION
In accordance with Executive Order 12549, Debarment and Suspension (40 CFR 32), the
Contractor shall agree and certify that neither it, nor its principals, is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction by any Federal department or agency; and that the
Contractor shall not knowingly enter into any lower tier contract, or other covered
transaction, with a person who is similarly debarred or suspended from participating in
this covered transaction without prior written approval of the City.
Upon execution of this Agreement by the Contractor, the Contractor shall complete sign
and return a copy of the form entitled "Certification Regarding Debarments, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Federally Funded Transactions"
attached hereto, and shall include the language of this Paragraph and the attached form in
all subcontracts executed to support the Contractor's work under this Agreement.
1 1.13 FEDERAL AID PARTICIPATION
For AIP contracts, the United States Government has agreed to reimburse the Owner for
some portion of the contract costs. Such reimbursement is made form time to time upon
the Owner's request to the FAA. In consideration of the FAA's agreement with the
Owner (City), the Owner has included provisions in this contract pursuant to the
requirements of the Airport Improvement Act of 1982, as amended by the Airport and
Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of
the FAA that pertain to the work.
As required by the Act, the contract work is subject to the inspection and approval of the
duly authorized representatives of the Administrator, FAA and is further subject to those
provisions of the rules and regulations that are cited in the contract plans, or
specifications.
45
No requirement of the Act, the rules and regulations implementing the Act, or this
contract shall be construed as making the Federal Government a party to the contract nor
will any such requirement interfere, in any way, with the rights of either party to the
contract.
The attention of the Contractor is also invited to the fact that the State in which this
project is located will pay a portion of the costs of this improvement. In accordance with
said state's rules and regulations, work will be subject to such inspection of the State or
its representatives, as deemed necessary to protect the interests of the people of the State.
The Contractor shall furnish the inspecting party with every reasonable assistance to
ascertain whether or not the requirements and intent of the contract are being met. Such
inspections will in no way infer that the State is a party to the contract, except for those
contracts wherein the State is a signatory.
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 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.
12.4 TIlVIE IS OF VITAL IMPORTANCE
It is agreed and understood that time is of vital importance with respect to the completion
date for the Work and all other provisions of the Contract Documents.
46
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.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be
executed, the day and year first above written.
ATTEST; THE CITY OF SEBASTIAN
Sally A. Maio, CMC
City Clerk
(SEAL)
Approved as to Form and Content for:
Reliance by the City of Sebastian Only
Rich Stringer, City Attorney
47
Name: Terrence R. Moore
Title: City Manager
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 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 I through 5.
As the person authorized to sign this statement, I certify that this firm complies
fully with the above requirements.
Bate:
11J
Contractor
PUBLIC ENTITY CRIMES
Any person submitting a quote, bid, or proposal in response to this invitation or a
contract, must execute the enclosed form PUR. 7069, sworn statement under section
287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CKM ES, 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 contract, 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 contracting 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 contract 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 contract to, or
transact any business in excess of the threshold amount provided in Section 287.017,
Florida Statutes, for category two 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)(f), Florida Statutes.
Therefore, effective October 1, 1990, prior to entering into a contract (formal
contract or purchase order in excess of the threshold amount for category two) to provide
goods or services to THE CITY OF SEBASTIAN, a person shall file a sworn statement
with the contracting 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.
50
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 the Municipal Airport
Infrastructure Improvements Services Agreement for THE CITY OF
SEBASTIAN.
2. This sworn statement is submitted by
business address is
Federal Employer Identification (FEIN) is
, whose
and (if applicable) its
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 contract 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. 1 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.
b. 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
51
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.
7. 1 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 contract and
which bids or applies to bid on contracts 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.)
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, 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 placed on the convicted vendor list.
(Please describe any action taken by or pending with the Department of General
Services.)
(Signature)
Date:
52
STATE OF FLORIDA
COUNTY OF
The foregoing instrument was acknowledged before me this day of
2002 by
(title) on behalf of
He /she is personally known to me or has produced
identification and did ( ) did not ( ) take an oath.
(Notary Signature)
Name:
My Commission Expires:
Commission Number:
53
as
ATTACHMENT `B'
SEBASTIAN MUNICIPAL AIRPORT
ACCESS ROADS, WATER AND SEWER
GENERAL PROVISIONS,
TECHNICAL SPECIFICATIONS
AND PLANS
ACCESS ROADS 1 WATER AND SEWER
TABLE OF CONTENTS
Section Description Page Number
GENERAL PROVISIONS
GP -10 Definition of Terms GP -10 -1 to GP -10 -5
GP -20 Proposal Requirements and Conditions GP -20 -1 to GP -20 -3
GP -30 Award and Execution of Contract GP -30 -1 to GP -30 -2
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL_ REQUIREMENTS
01000
Mobilization
01000 -1 to 01000 -1
01010
Scope of Work
01010 -1 to 01010 -4
01040
Project Coordination
01040 -1 to 01040 -4
01300
Submittals
01300 -1 to 01300 -6
01400
Quality Control Services
01400 -1 to 01400 -2
01600
Material and Equipment
01600 -1 to 01600 -4
01700
Contract Closeout
01700 -1 to 01700 -7
DIVISION 2 - SITEWORK
P -100
FDOT Specifications
P -100 -1 to P -100 -2
SC -1
General Requirements
T.S. 1 -1 to T.S. 1 -8
SC -2
Maintenance of Traffic
T.S. 2 -1 to T.S. 2 -3
SC -3
Water Mains
T.S. 3 -1 to T.S. 3 -13
SC-4
Force Mains
T. S. 4 -1 to T. S. 4 -13
SC -5
Gate Valves
T.S. 5 -1 to T.S. 5 -3
SC -6
Water Service Tubing
T.S. 6 -1 to T.S. 6 -4
SC-7
Miscellaneous Appurtenances
T. S. 7 -1 to T. S. 7 -3
SC -8
Directional Bore Crossings
T.S. 8 -1 to T.S. 8 -9
SC -9
Testing and Disinfecting Water Mains
T. S. 9 -1 to T. S. 9 -3
SC -10
Testing Force Mains
T. S. 10 -1 to T.S. 10 -3
SC-11
Site Cleanup
T. S. 11 -1
SC -12
Surface Restoration
T.S. 12 -1 to T.S. 12 -6
SCA3
Sodding, Seeding and Mulching
T.S. 13 -1 to T.S. 13 -4
SC -14
Final Asphaltic Concrete SurfaceCourse
T.S. 14 -1 to T.S. 14 -3
SC-15
Pavement Markings
T.S. 15 -1 to T.S. 15 -2
SC -16
Cased Crossing of Taxiway
T.S. 16 -1 to T.S. 16 -4
Access Roads / Water and Sciver Table of Contents
Sebastian Municipal Airport ATTACHMENT `B"
TOC- l
GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in the contract, in any documents or other
instruments pertaining to construction where these specifications govern, the intent and meaning shall be
interpreted as follows:
10 -01 AASHTO. The American Association of State Highway and Transportation Officials, the
successor association to AASHTO.
10 -02 ACCESS ROAD. The right -of -way, the roadway and all improvements constructed thereon
connecting the airport to a public highway.
10 -03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to
be performed and materials to be furnished.
10 -04 AIR The Airport Improvement Program, a grant -in -aid program, administered by the Federal
Aviation Administration.
10 -05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area
shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface
maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or
intended to be used for the unobstructed movement of aircraft in addition to its associated runway,
taxiway, or apron.
10 -06 AIRPORT, Airport means an area of land or water which is used or intended to be used for the
landing and takeoff of aircraft, and includes its buildings and facilities, if any.
10 -07 ASTM. See City of Sebastian Construction Contract.
10 -08 AWARD. The acceptance, by the owner, of the successful bidder's proposal.
10 -09 BIDDER. See City of Sebastian Construction Contract.
10 -10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for
airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities
located thereon.
10 -11 CALENDAR DAY. Everyday shown on the calendar.
10 -12 CHANGE ORDER. See City of Sebastian Construction Contract.
10 -13 CONTRACT. The written agreement covering the work to be performed. The awarded contract
shall include, but is not limited to: The Advertisement; The Contract Form, The Proposal; The
Performance Bond; The Payment Bond; any required insurance certificates, The Specifications; The
Plans, and any addenda issued to bidders.
10 -14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the
contract.
Access Roads/Water & Sewc
Sebastian Municipal Airport
GP -1 of 10
General Provisions
10 -15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal,
allowed for completion of the contract, including authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be
completed by that date.
10 -16 CONTRACTOR. See City of Sebastian Construction Contract..
10 -17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or
subsurface waters are collected and conducted from the airport area.
10 -18 ENGINEER. See City of Sebastian Construction Contract.
10 -19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance,
and also all tools and apparatus necessary for the proper construction and acceptable completion of the
work.
10 -20 EXTRA WORK. An item of work not provided for in the awarded contract as previously
modified by change order or supplemental agreement, but which is found by the Engineer to be necessary
to complete the work within the intended scope of the contract as previously modified.
10 -21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used
to designate a person, FAA shall mean the Administrator or his/her duly authorized representative.
10 -22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements,
amendments, and indices thereto are prepared and issued by the General Services Administration of the
Federal Government.
10 -23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary
inspections and/or tests of the work performed or being performed, or of the materials furnished or being
furnished by the Contractor.
10 -24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words
"directed," "required," —permitted," "ordered,' "designated," "prescribed," or words of the like import
are used, it shall be understood that the direction, requirement, permission, order, designation, or
prescription of the Engineer is intended; and similarly, the words "approved," "acceptable,"
"satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the
Engineer, subject in each case to the final determination of the owner.
Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited
standard shall be interpreted to include all general requirements of the entire section, specification item,
or cited standard that may be pertinent to such specific reference.
10 -25 LABORATORY. See City of Sebastian Construction Contract.
10 -26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the
airport or within the airport buildings. The field lighting includes all luminous signals, markers,
floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft
landing at, taking off from, or taxiing on the airport surface.
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP -2 of 10
10 -27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is
listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of
the award contract. All other items shall be considered minor contract items.
10 -28 MATERIALS. Any substance specified for use in the construction of the contract work.
10 -29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a
previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract
time begins.
10 -30 OWNER (SPONSOR). See City of Sebastian Construction Contract.
10 -31 PAVEMENT. The combined surface course, base course, and subbase course, if any-. considered
as a single unit.
10 -32 PAYMENT BOND. See City of Sebastian Construction Contract.
10 -33 PERFORMANCE BOND. See City of Sebastian Construction Contract.
10 -34 PLANS. See City of Sebastian Construction Contract.
10 -35 PROJECT. See City of Sebastian Construction Contract.
10 -36 PROPOSAL. See City of Sebastian Construction Contract.
10 -37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder
will enter into a contract if his/her proposal is accepted by the owner.
10 -38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft.
10 -39 SPECIFICATIONS. See City of Sebastian Construction Contract.
10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls,
cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes,
lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings;
vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise
classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work
during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise
and direct the construction.
10-43 SUPPLEMENTAL AGREEMENT. See City of Sebastian Construction Contract.
10-44 SURETY. See City of Sebastian Construction Contract.
10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air
operations area of an airport that has been designated by competent airport authority for movement of
aircraft to and from the airport's runways or aircraft parking areas.
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP -3 of 10
1046 WORK. See City of Sebastian Construction Contract
1047 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or
Sunday on which the normal working forces of the Contractor may proceed with regular work for at least
6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's
control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work,
requiring the presence of an inspector, will be considered as working days.
END OF SECTION 10
Access Roads[Water & Sewer General Provisions
Sebastian Municipal Airport
GP-4 of 10
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20 -01 ADVERTISEMENT (Notice to Bidders).
20 -02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence
of his /her competency to perform the proposed work. Such evidence of competency, unless otherwise
specified, shall consist of statements covering the bidder's past experience on similar work, a list of
equipment that would be available for the work, and a list of key personnel that would be available. In
addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility.
Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential
statement or report of the bidder's financial resources and liabilities as of the last calendar year or the
Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the
time of submitting such financial statements or reports, the bidder shall further certify whether his/her
financial responsibility is approximately the same as stated or reported by the public accountant. If the
bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or
report to reflect his/ her (bidder's) true financial condition at the time such qualified statement or report is
submitted to the owner.
Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway
Division and is on the current "bidder's list" of the state in which the proposed work is located. Such
evidence of State Highway Division prequalification may be submitted as evidence of financial
responsibility in lieu of the certified statements or reports hercinbefore specified.
Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the
owner no later than 10 days prior to the specified date for opening bids.
20 -03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All
papers bound with or attached to the proposal forms are necessary parts and must not be detached.
The plans specifications, and other documents designated in the proposal form shall be considered a part
of the proposal whether attached or not.
20 -04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal
form to a prospective bidder should such bidder be in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in
force (with the owner) at the time the owner issues the proposal to a prospective bidder.
c. Contractor default under previous contracts with the owner.
d. Unsatisfactory work on previous contracts with the owner.
20 -05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of
work to be done and materials to be furnished under these specifications is given in the proposal. It is the
result of careful calculations and is believed to be correct. It is given only as a basis for comparison of
proposals and the award of the contract. The owner does not expressly or by implication agree that the
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP -5 of 10
actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding
or deception because of such estimates of quantities, or of the character, location, or other conditions
pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work
performed or materials furnished in accordance with the plans and specifications. It is understood that the
quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION
OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices.
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to
carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms.
He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to
be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be
prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be
encountered in performing the work and as to the requirements of the proposed contract, plans, and
specifications.
Boring logs and other records of subsurface investigations and tests are available for inspection of
bidders. It is understood and agreed that such subsurface information, whether included in the plans,
specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's
design and estimating purposes only. Such information has been made available for the convenience of
all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions,
deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and
other records of subsurface investigations and tests that are furnished by the owner.
20 -07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms
furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where
indicated for each and every item for which a quantity is given. The bidder shall state the price (written
in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the
proposal. In rase of conflict between words and numerals, the words, unless obviously incorrect, shall
govern..
The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual,
his/her name and post office address must be shown. If made by a partnership, the name and post office
address of each member of the partnership must be shown. If made by a corporation, the person signing
the proposal shall give the name of the state under the laws of which the corporation was chartered and
the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a
proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon
the firm or corporation.
20 -08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is
altered, or if any part of the proposal form is detached.
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind
which make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP-6 of 10
e. If the proposal is not accompanied by the proposal guaranty specified by the owner.
The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
20 -09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other
specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral,
shall be made payable to the owner.
20 -10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope
plainly marked with the project number, location of airport, and name and business address of the bidder
on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above,
should be enclosed in an additional envelope. No proposal will be considered unless received at the place
specified in the advertisement before the time specified for opening all bids. Proposals received after the
bid opening time shall be returned to the bidder unopened-
20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by
withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for
withdrawal is received by the owner in writing or by telegram before the time specified for opening bids.
Revised proposals must be received at the place specified in the advertisement before the time specified
for opening all bids.
20 -12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time
and place specified in the advertisement. Bidders, their authorized agents, and other interested persons
are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received
after the time specified for opening bids shall be returned to the bidder unopened.
20 -13 DISQUALIFICA'T'ION OF BIDDERS. A bidder shall be considered disqualified for any of the
following reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the
same or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be
disqualified as bidders for any future work of the owner until any such participating bidder has been
reinstated by the owner as a qualified bidder.
c. If the bidder is considered to be in "default" for any reason specified in the subsection titled
ISSUANCE OF PROPOSAL FORMS of this section.
END OF SECTION 20
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP -7 of 10
SECTION 30
AWARD AND EXECUTION OF CONTRACT
30 -01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they
will be compared on the basis of the summation of the products obtained by multiplying the estimated
quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy
between unit bid prices written in words and unit bid prices written in numbers, the unit price written in
words shall govern.
Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of
the following reasons:
a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of
Section 20.
b. If the bidder is disqualified for any of the reasons specified in the subsection titled
DISQUALIFICATION OF BIDDERS of Section 20.
In addition, until the award of a contract is made, the owner reserves the right to reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance
with applicable state and local laws or regulations pertaining to the letting of construction contracts;
advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the
owner's best interests.
30 -02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within.
30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein.
Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal
conforms to the cited requirements of the owner.
30 -03 CANCELLATION OF AWARD, The owner reserves the right to cancel the award without
liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully
executed by all parties and is approved by the owner in accordance with the subsection titled
APPROVAL OF CONTRACT of this section.
30 -04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest
bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore
specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal
guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at
which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's
proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the
subsection titled REQUIREMENTS OF CONTRACT BONDS of this section.
30 -05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the
successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the
bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that
may be incurred by reason of the Contractor's performance of the work. The surety and the form of the
bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety
bond or bonds shall be in a sum equal to the full amount of the contract.
Access Roads/Water & Sewer General Provisions
Sebastian Municipal Airport
GP -8 of 10
30 -06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary
agreements for entering into the contract and return such signed contract to the owner, along with the
fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF
CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise
delivered to the successful bidder. If the contract is mailed, special handling is recommended.
30 -07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have
been executed by the successful bidder, the owner shall complete the execution of the contract in
accordance with local laws or ordinances, and return the fully executed contract to the Contractor.
Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound
by the successful bidder's proposal and the terms of the contract.
30 -08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract
and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the
subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for
cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of
damages to the owner.
Access Roads/Water & Sewer
Sebastian Municipal Airport
END OF SECTION 30
GP -9 of 10
General Provisions
DIVISION I- GENERAL REQUIREMENTS
SECTION 01000
MOBILIZATION
PART 1 GENERAL.
1.01 DESCRIPTION: The work covered by this section consists of preparatory work and
operations, including but not limited to those necessary for the movement of personnel, equipment,
supplies, and incidentals to the project site, for providing the items required by the General Provisions,
Supplementary Conditions, and General Requirements including but not limited to: the establishment
of all temporary offices, buildings, fencing, staging areas, haul routes, and other facilities necessary for
work on the project; surveying and construction staking; performance bond, labor and materials bond;
insurance; and for all other work and operations which must be performed or costs incurred prior to
beginning work on the various items on the project site. This item also includes all work outside the
limits of construction that is necessary to demobolize and restore areas disturbed by the Contractor to
their original condition including, but not limited to, pavement rehabilitation, grading, seeding,
mulching, cleaning, and disposal.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION
3.01 PAYMENT:
A. All work covered by this section will be paid for at the contract lump sum price for
"Mobilization ".
B. Partial payments for the item of "Mobilization" will be made with the first and second partial
pay estimates paid on the contract, and will be made at the rate of 50 percent of the lump sum
price for "Mobilization" on each of these partial pay estimates, less the retainage provided for
in the Contract, provided the amount bid for "Mobilization" does not exceed 5 percent of the
total amount bid for the [base bid] [contract]. Where the amount bid for the item of
"Mobilization" exceeds 5 percent of the total amount bid for the [base bid] [contract], [lump
sum mobilization bid will be paid equally in the first, second, third,
fourth, fifth and sixth progress payments.] [2 -112 percent of the total amount bid will be
paid on each of the first two partial pay estimates, and that portion exceeding 5 percent of
the total amount bid for the contract will be paid on the last partial pay estimate_] All such
payments will be made less the retainage provided for in the Contract.
Payment will be made under:
01000 Mobilization —per Lump Sum
END OF SECTION 01000
Access Roads / Water and Sewer Mobilization
Sebastian Municipal Airport
01000-1
SECTION 01010
SUMMARY OF WORK
PART1 GENERAL
1.01 RELATED DOCUMENTS: Contract Drawings, General Provisions, Supplementary
Conditions, General Requirements, and other Special Provisions and Specifications apply to work
of this section.
1.02 PROJECT IDENTIFICATION: Project name is: Access Roads/Water and Sewer as
shown on Contract Documents prepared by THE LPA GROUP INCORPORATED,
Transportation Consultants. Drawings and Specifications are dated March 2003.
1.03 CONTRACT DOCUMENTS: Indicate the work of the Contract and related requirements
and conditions that have an impact on the project. Related requirements and conditions that are
indicated on the Contract Documents include, but are not necessarily limited to the following:
A. Existing site conditions and restrictions on use of the site.
B. Mandatory staging/sequencing.
C. Requirements for partial utilization of various elements prior to substantial completion of
the work.
D. Work to be performed concurrently by the Owner.
1.04 SUMMARY BY REFERENCES: Work of the Contract can be summarized by references
to the Contract, General Provisions, Supplementary Conditions, Specifications, Drawings, and
Addenda and Modifications to the contract documents issued subsequent to the initial printing of
this Project Manual, including but not necessarily limited to printed material referenced by any of
these. It is recognized that work of the Contract is also unavoidably affected or influenced by
governing regulations, natural phenomenon including weather conditions, and other forces outside
the contract documents.
1.05 CONSTRUCTION PHASING: To minimize the impact to aircraft operations and airfield
tenants, the Contract shall be completed in phases. Each phase of the Contract shall be completed
within the contract time as specified herein.
1.05 CONSTRUCTION TIME:
A. Time Schedule: The work as described by the contract specifications and as shown on the
plans shall be completed and ready for use by the Owner within the time specified in the
Invitation to Bid. The time schedule for completion of this project is critical and
liquidated damages as prescribed in the Contract will be enforced.
Access Roads / Water and Sewer Summary of Work
Sebastian Municipal Airport
01010-1
B. Material Delivery: Upon approval of the bid and securing the necessary funding by
Owner, the Engineer will issue a Notice -of- Award. The Contractor shall then immediately
order all the airfield fighting materials including but not limited to lights, signs, regulator,
etc. The Contractor shall furnish documentations confirming order date and material
delivery date.
1.46 LIQUIDATED DAMAGES:
A. Owner and Contractor recognize that time is of the essence and that Owner will suffer
financial loss if the work is not substantially complete in accordance with the time(s)
specified herein. They also recognize the delays, expenses and difficulties involved in
proving in a legal or arbitration proceeding the actual loss suffered by Owner if the work
is not completed on time. Accordingly, instead of requiring any such proof, Owner and
Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor
shall pay Owner the amounts stipulated in the Invitation to Bid.
B. Contractor further understands and hereby expressly agrees that in addition to liquidated
damages specified in the Invitation to Bid, to pay the Owner the actual costs to Owner
for any inspector or inspectors necessarily employed by Owner on the work and the actual
costs to Owner for the Engineer's observation of construction and project representative
services including all travel and subsistence expenses after the date specified for Project
completion until the work is completed and ready for final payment. Further, the
Contractor agrees that the sums to be paid the Owner may be deducted from the sum due
the Contractor for work performed.
C. The Contractor shall complete all punch list items determined by the Owner and the
Engineer within 14 consecutive calendar days from the date of the Final Inspection.
Failure to do so will result in liquidated damages specified in the Invitation to Bid beyond
the 14 day period.
A. Overlapping Work: The work to be performed may overlap work by others to be
performed concurrently. Each Contractor shall coordinate and schedule his work with the
knowledge that each may be working the same area simultaneously. Each Contractor will
be expected to cooperate with the Engineer, Owner, and other Contractors in the
completion of the work.
B. Disputes: Any disputes arising between the Contractors will be decided by the
Engineer, whose decision will be final.
C. Coordination: Contractors shall coordinate their schedules and work activities very
closely, including holding weekly meetings in the presence of the Engineer's onsite
representative. Contractors must cooperate with each other, including working around
Access Roads / Water and sewer Summary of Work
Sebastian Municipal Airport
01010-2
each other's work activities. Potential delays as a result of lack of coordination will not be
considered grounds for claim for additional time extensions and/or additional
compensations.
1.08 CONTRACTOR USE OF PREMISES:
A. Use of the Site: The Contractor shall confine his operations at the site to the areas
permitted under the Contract. Portions of the site beyond areas on which work is
indicated are not to be disturbed. Conform to site rules and regulations affecting the work
while engaged in project construction.
B. Open Passage: Keep existing drives, entrances, and air operations areas designated to
remain open, clear and available to the Owner, his employees and the public at all times.
Do not use these areas for parking or storage of materials.
C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine
stockpiling of materials and location of storage sheds to the areas indicated. If additional
storage is necessary, obtain Engineer's approval.
D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars
and trucks, and other mechanized or motorized construction equipment, when parked and
unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment
unattended with the motor running or the ignition key in place.
1.04 WORK RESTRICTION:
A. Turf Restoration: All non -paved areas that are disturbed by the Contractor's work,
staging area, haul roads, etc. shall be reseeded and restored to original condition by the
Contractor. Except where otherwise specified, there will be no separate pay item for this
work; it will be considered incidental to and included in the price bid for Section 01000,
Mobilization.
B. Security: Contractor shall provide security within his construction area and shall keep
all unauthorized personnel out.
C. Access Points: All construction traffic shall enter and exit the project area only through
the project access point(s) shown on the plans or approved by the Engineer. Contractor
will be responsible for security of entrance gates under use by him/her.
D. Construction Stake -Out: The Contractor shall perform construction stake -out in
accordance with the construction Contract.
E. Haul Route: The Contractor shall be responsible for establishing haul routes suitable
for supporting all necessary transportation and construction equipment for the duration of
the project. Any existing roads or other areas that are used as part of the haul route shall
Access Roads f Water and Sewer Summary of Work
Sebastian Municipal Airport
01010-3
be restored to their original condition after completion of the project. The Contractor will
be responsible for all clean up operations of debris that may be on the haul route and for
watering and/or other dust preventive measures to preclude fugitive dust from affecting
buildings, occupants, or airfield operations. No separate payment will be made for seeding
or mulching, or pavement restoration; such costs will be incidental to and included in the
price bid for Section 01000, Mobilization.
F. Contracts During Non- Working Hours: For the duration of the project, the Contractor
shall designate a list of authorized individuals in a prioritized order, to be on 24 hour call,
and these individuals shall be equipped with a beeper and cellular phone. These
individuals shall be able to respond to any situation arising out of the performance of the
work on this project, particularly during nighttime hours, and shall respond and be on the
project site within one hour after the phone call or beep.
1.10 COORDINATION: The work of this Contract includes coordination by the Contractor of
the entire work of the project, including preparation of general coordination drawings, diagrams
and schedules, and control of site utilization, from beginning of construction activity through
project close -out and warranty periods.
1.11 PARTIAL OWNER OCCUPANCY OR USE: The Owner reserves the right to use
completed and accepted work provided such use does not interfere with completion of other
work. Such use will not affect warranty stipulations addressed elsewhere in the contract
documents.
PART 2. PRODUCTS (Not Used.)
3.01 MEASUREMENT AND PAYMENT: Except as otherwise specified, no separate
measurement or payment will be made for work set forth in this section; such costs will be
considered as incidental to and included in the price for Section 01000, Mobilization, or other
items as appropriate.
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01010.
01010-4
Summary of Work
SECTION 01040
PROJECT COORDINATION
PART1 GENERAL
1.01 RELATED DOCUMENTS: All contract documents and drawings apply to work of this
section.
1.02 DESCRIPTION OF WORK: Administrative and supervisory requirements necessary for
coordination of work on the project include but are not necessarily limited to the following:
1. Coordination and meetings.
2. Surveys and records or reports.
3. Limitations on use of site.
4. Special reports.
S. General installation provisions.
6. Cleaning and protection.
7. Conservation and salvage.
PART 2 PRODUCTS (Not applicable.)
PART 3 EXECUTION
3.01 COORDINATION AND MEETINGS:
A. General: The Contractor shall prepare a written memorandum on required coordination
activities and include such items as required notices, reports and attendance at meetings.
Distribute this memorandum to each entity performing work at the Project site. Prepare similar
memorandum for separate Contractors where interfacing of their work is required.
B_ Preconstruction Conference: A Preconstruction Conference will be scheduled after award of
Contract and prior to issuance of a Notice to Proceed. Key Project personnel representing the
Prime Contractor and all major Subcontractors will be required to attend this Conference. All
other parties involved with this Project, such as the Owner, Engineer, and FAA, will also be
represented. The entire Construction Schedule will be reviewed carefully by all affected parties
at the Preconstruction Conference. The Contractor shall prepare a detailed Construction
Schedule for review prior to and at the Preconstruction Conference.
C. Coordination Meetings: The Contractor shall hold General Project Coordination Meetings at
regularly scheduled times convenient for all parties involved. These meetings may be as often
as weekly if required. These meetings are in addition to specified meetings held for
other purposes, such as regular Project meetings and special Pre - installation Meetings. Request
representation at each meeting by every party currently involved in coordination or planning for
the work of the entire Project. Conduct meetings in a manner which will resolve coordination
Access Roads / Water and Server Project Coordination
Sebastian Municipal Airport
01040-1
problems. Record results of the meeting and distribute copies to everyone in attendance and to
others affected by decision or actions resulting from each meeting.
The Contractor shall also conduct daily coordination meetings with the Engineer's
representative, FAA and designated Owner's representative to coordinate construction and
airport operations.
D. Progress Meetings: Conduct progress meetings by teleconference weekly and at the project
site monthly. Notify the Owner and Engineer of scheduled meeting dates. Coordinate dates of
meetings with preparation of the payment request.
E. Attendees: In addition to representatives of the Owner and Engineer, each subcontractor,
supplier or other entity concerned with current progress or involved in planning, coordination
or performance of future activities shall be represented at these meetings by persons familiar
with the project and authorized to conclude matters relating to progress.
F. Agenda: Review and correct or approve minutes of the previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to the current status of the project, and to airport operational safety during
construction.
Contractor's Construction Schedule: Review progress since the last meeting.
Determine where each activity is in relation to the Contractor's Construction Schedule,
whether on time or ahead or behind schedule. Determine how construction behind
schedule will be expedited; secure commitments from parties involved to do so.
Discuss whether schedule revisions are required to ensure that current and subsequent
activities will be expedited; secure commitments from parties involved to do so.
Discuss whether schedule revisions are required to ensure that current and subsequent
activities will be completed within the Contract Time.
2. Other: Review the present and future needs of each entity present, including such
items as:
Interface requirements.
Time.
Sequences.
Deliveries.
Off -site fabrication problems.
Access.
Site utilization.
Temporary facilities and services.
Hours of work.
Hazards and risks.
Housekeeping.
Quality and work standards.
Access Roads / Water and Sewer
Sebastian Municipal Airport
01040-2
Project Coordination
Change orders.
Documentation of information for payment requests.
G. Reporting: No later than 3 days after each progress meeting date, distribute copies of minutes
of the meeting to each party present and to other parties who should have been present. Include
a brief summary, in narrative form, of progress since the previous meeting and report.
H. Schedule Updating: Revise the construction schedule after each progress meeting where
revisions to the schedule have been made or recognized. Issue the revised schedule
concurrently with the report of each meeting.
3.02 SURVEYS AND RECORDS /REPORTS:
A. Construction Staking: The Engineer has established survey base lines for the Contractor. The
Contractor shall take all necessary precautions to prevent the loss or damage of primary control
points. The Contractor will be responsible for staking required for construction. Working
from lines and levels established by the design survey, establish and maintain bench marks and
other dependable markers required for construction. Establish bench marks and markers to set
lines and levels for work at each stage of construction and elsewhere as needed to properly
locate each element of the project. Calculate and measure required dimensions as shown
within recognized tolerances. Drawings shall not be scaled to determine dimensions. Advise
entities performing work of marked lines and levels provided for their use.
B. Survey Procedures: Before proceeding with the layout of actual work, verify the layout
information shown on the drawings, in relation to the property survey and existing bench
marks. As work proceeds, check every major element for line, level and plumb. Maintain a
surveyor's log or record book of such checks; make this log or record book available for the
Engineer's reference. Record deviations from required lines and levels, and advise the Engineer
promptly upon detection of deviations that exceed indicated or recognized tolerances. Record
deviations which are accepted, and not corrected, on record drawings. Survey work shall be
performed by and under supervision of a professional (registered) land surveyor in the State.
C. Quality of Work: The elevations of permanent and temporary bench marks shall be determined
and recorded to the nearest 0.01 foot. Differential leveling and transit traverses
shall be of such precision that the error of vertical closure in feet shall not exceed plus or minus
0.1 foot in 5000 feet. The angular error of closure for transit traverses shall not exceed 1.0
minute times the square root of the number of angles turned.
Slope stakes shall be placed, as a minimum, at 100 foot stations, breaks in the original ground
surface, and at any other intermediate stations necessary to insure accurate location for
construction layout and measurement. Slope stakes and cross sections shall be perpendicular
to the centerline. Significant breaks in grade shall be determined for cross sections. Distances
shall be measured horizontally and recorded to the nearest 0.1 foot. Side shots for interim
construction stakes may be taken with a hand level.
Access Roads / Water and Sewer
Sebastian Municipal Airport
01040-3
Project Coordination
D. Records: All survey data shall be recorded in fully identified, standard hard -bound engineering
survey field notebooks with consecutively numbered pages. All field notes and printed data
shall include the purpose or description of the work, the date the work was performed, weather
data, sketches and the personnel who performed and checked the work. Electronically
generated survey data and computations shall be bound, page numbered and cross referenced
in a bound field notebook containing the index for all survey data and shall be signed and sealed
by a registered land surveyor in the State of Florida.
The construction survey records shall be available at all times during the progress of the work
for examination and use by the Engineer and copies shall be made available to the Engineer
upon request. The original field notebooks and other records shall be turned over to and
become the property of the Owner prior to final acceptance of the work.
E. Engineer Services: Engineer will furnish available benchmark and coordinate information at no
cost to Contractor.
UIF 11 _1011*1 IV;
A. General: Limitations on site usage as well as specific requirements that impact site utilization
are indicated on the drawings and by other contract documents. Schedule deliveries so as to
minimize space and time requirements for storage of materials and equipment on site.
B. Waste Disposal: Waste materials shall be disposed of off airport property except as specified
otherwise in Contract Documents.
3.04 MEASUREMENT AND PAYMENT: No measurement or payment will be made for work in
this section; it will be considered as incidental cost to Mobilization and other items of work.
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01040
01040-4
Project Coordination
SECTION 01300
SUBMITTALS
l7:V:II*W0J VkI a TA, J
1.01 SUBMITTALS BY CONTRACTOR:
A. Construction Progress Schedule.
B. Certifications as specified in the various sections.
C. Shop Drawings and Project Data as specified in the various sections.
D. Miscellaneous:
1. Safety Plan.
2. Security Plan.
3. Warranties and Bonds.
4. QC Plan.
S. Equipment Manuals.
6. Other(s) as required.
1.02 PROGRESS SCHEDULE;
A Bar -Chart Schedule: Submit a CPM or linear type bar -chart schedule 7 calendar days prior to
the preconstruction conference date established for the work. On the schedule, indicate a time
bar for each major category or unit of work to be performed at the site, properly sequenced
and coordinated with other elements of work. Show completion of the work sufficiently in
advance of the date established for substantial completion of work.
B. Phasing. Arrange schedule with notations to show how sequence of work is affected by
requirements for phased completion, limitations of continued utilization, non- interruptable
services, use prior to substantial completion, site restrictions, runway and/or taxiway
closures, provisions for future work, seasonal variations, environmental control, and similar
provisions of total project. Phase I schedule is required at the preconstruction meeting. Each
subsequent phasing schedule is required at least two weeks before the phase is to begin. Refer
to other sections of the General Requirements and other contract documents for requirements.
C. Distribution: Following the initial submittal to and response by the Engineer, print and
Access Roads / Water and Sewer Submittals
Sebastian Municipal Airport
01300- 1
distribute progress schedules to the Engineer (3 copies), Owner, separate contractors, principal
subcontractors and suppliers or fabricators, and others with a need -to -know schedule -
compliance requirement. Post copies in the project meeting room and temporary field office.
When revisions are made, distribute updated issues to the same entities and post updated issues
in the same locations. Delete entities from distribution when they have completed their
assigned work and are no longer involved in the performance of scheduled work.
D. Update: Contractor shall update the schedule monthly for duration of construction.
1.03 SHOP DRAWINGS AND PRODUCT DATA:
A. Scope. Submit shop drawings, certifications, and product data for all products to be
incorporated in the work.
B. Shop Drawings Shall:
1. Be original drawings, prepared by the Contractor, subcontractor, supplier, or
distributor, which illustrate some portion of the work, showing fabrication, layout,
setting, or erection details.
2. Be prepared by a qualified detailer.
3. Identify details by reference to sheet and detail numbers shown on Contract Drawings.
4. Be sheet size 24 in. x 36 in.
5. Be reproduced for submittals on opaque diazo prints or blueprints.
C. Product Data Shall:
I . Include manufacturer's standard schematic drawings. The Contractor shall:
a. Modify drawings to delete information which is not applicable to project.
b. Supplement standard information to provide additional information applicable
to project.
2. Include manufacturer's catalog sheets, brochures, diagrams, schedules, performance
charts, illustrations and other standard descriptive data. The Contractor shall:
a. Clearly mark each copy to identify pertinent materials or products.
b. Show dimensions and clearances required.
C. Show performance characteristics and capacities.
D. The Contractor Shall:
1. Be responsible for all submittals.
Access Roads / Water and Sewer
Sebastian Municipal Airport
01300-2
Submittals
2. Review shop drawings and product data prior to submission.
3. Verify:
a. Field measurements.
b. Field construction criteria.
C. Catalog numbers and similar data.
4. Coordinate each submittal with the requirements of the work and of the Contract
Documents.
5. Notify the Engineer, in writing at time of submission, of deviations in submittals from
requirements of the Contract Documents,
6. Begin no work which requires submittals until the return of submittals with the
Engineer's stamp and initials or signature indicating review.
7. After the Engineer's review, distribute copies.
E. Contractor's Responsibilities:
1. Contractor's responsibility for errors and omissions in submittals is not relieved by the
Engineer's review of submittals.
2. Contractor's responsibility for deviations in submittals from requirements of the
Contract Documents is not relieved by the Engineer's review of submittal, unless the
Engineer gives written acceptance of specific deviations.
F. Submission Requirements Include:
1. The shop drawings shall be submitted in sufficient time to allow discussion and
correction prior to beginning the work. Work shall not be performed nor materials
ordered prior to the review of the drawings except at the Contractor's risk.
2. Submit 6 copies of all shop drawings after which one copy will be returned for
correction or marked reviewed as noted. Any drawings returned for correction must
be resubmitted with same number of copies as required above.
3. All submittals must be accompanied by a transmittal letter, in duplicate,
containing:
a. Date.
b. Project title and number.
C. Contractor's name and address.
d. The number of each shop drawing and product data submitted.
Access Roads / Water and Sewer
Sebastian Municipal Airport
01300-3
Submittals
e. Notification of deviations from Contract Documents.
f Other pertinent data.
4. Submittals shall include the following, as applicable:
a. Date and revision dates.
b. Project title and number.
C. The names of
(1) Engineer.
(2) Contractor.
(3) Subcontractor.
(4) Supplier.
(5) Manufacturer.
(b) Separate detailer when pertinent.
d. Identification of product or material.
e. Relation to adjacent structure or materials.
f. Field dimensions, clearly identified as such.
g. Specification item or section number.
h. Applicable standards, such as ASTM number or Federal Specification.
i. A blank space, 5 in. x 5 in., for the Engineer's stamp.
j. Identification of deviations from the Contract Documents.
k. Contractor's stamp, initialed or signed, certifying Contractor's review of
submittal, verification of field measurements, and compliance with Contract
Documents.
G. Resubmission Requirements Include:
I . Revision of initial drawings as required and resubmittal as specified for initial submittal.
2. An indication on the drawings of any changes which have been made, other than those
requested by the Engineer.
3. On product data resubmittals, include new data as required for initial submittal.
H. Distribution to Others:
After review and approval, the Contractor shall distribute copies of shop drawings and product
data which carry the Engineer's stamp to others as may be required.
I. Shop Drawings and Product Data:
1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for:
a. Storm drainage pipe, castings, and structure material.
b. Fencing components.
C. Pavement subbase, base, surfacing and related materials.
b. Grass seed.
Access Roads I Water and Sewer
Sebastian Municipal Airport
01300-4
Submittals
C. Structural concrete materials.
d. Reinforcing steel.
e. Pavement marking paint.
£ Electrical wire,fixtures and components.
g. Lighting components.
h. All other products as required by the drawings, specifications, and Engineer.
2. Submit shop drawings, product data and steel placement plans for:
a. All cast -in -place or precast structures.
b. Concrete and asphalt mix designs,
C. All other products as required by the drawings, specifications, and Engineer.
3. Submit, signed and sealed by a Florida Registered Professional Engineer,
a. Building Plan
b. Foundation Plan
C. Electrical service leads and summaries
1.04 MISCELLANEOUS:
A. Equipment Manual: Prepare an Installation, Operation, and Maintenance Manual for all
installed as a part of this contract. This manual shall be a vinyl notebook with ring bound compilation
of manufacturers' instructions and maintenance manuals. Prepare this manual, marking out sections
which do not apply, and present four (4) copies to the Owner through the Engineer after the final
inspection iscomplete. Final payment will not be processed until the Owner has received and accepted
the Manual.
B. Weekly Payrolls:
In accordance with Section 120 of the General Provisions submit certified weekly
payrolls for prime contractor and all subcontractors working at project site.
2. Submit payrolls no later than 7 calendar days after pay period. Payrolls will be
considered current if received within 10 calendar days after last work day of payroll
work week. A work week is the seven day period between midnight Sunday and
midnight the following Sunday.
3. The Contractor is responsible for submission of payrolls by his subcontractors.
4. Submit a typed summary sheet with each payroll submission listing by week when
contractor and each subcontractor worked at site.
A payroll submission is only required for weeks when Contractor or subcontractor is
actually working at the site.
Access Roads / Water and Sewer
Sebastian Municipal Airport
01300-5
Submittals
C. EEO Reports:
Contractor shall submit Monthly Employment Utilization Report and Annual EEO -1
Report to the appropriate Federal Labor Area Office in accordance with Section 120 of
the General Provisions. Submit copy of submittal to Owner for his records.
2. Prime Contractor shall insure that all his first tier subcontractors submit these reports
and shall submit a sworn statement to Owner monthly certifying that all subcontractor
reports have been submitted as required.
D. DBE Expenditure Reports: With each application for payment, the Contractor shall submit his
DBE expenditure report indicating the name, date and amount disbursed to his DBE
subcontractors for the period as well as for the project to date expenditure.
E. Security Plan: At preconstruction conference, submit for approval proposed security plan
describing specifically how security will be maintained at each access point and work area by
Contractor's forces.
F. Warranties and Bonds: Submit as specified in Section 01740.
G. Sales Tax Report: With each application for payment, the Contractor shall submit his Sales
Tax Report on form attached to Section 00800.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Nat Applicable)
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01300
01300-6
Submittals
SECTION 01400
QUALITY CONTROL SERVICES
PART GENERAL
1.01 RELATED DOCU'v1ENTS: Drawings, General Provisions, Supplementary Conditions,
Specifications, and other Contract Documents apply to work of this section.
1.02 DESCRIPTION OF REQUIREMENTS:
A. General: Required inspection and testing services are intended to assist in the determination of
probable compliance of the work with requirements specified or indicated. These required
services do not relieve the Contractor of responsibility for compliance with these requirements
or for compliance with requirements of the Contract Documents.
B. Specified Inspection and Tests: Inspection, tests and related actions specified in this section
and elsewhere in the Contract Documents are not intended to limit the Contractor's own
quality control procedures which facilitate overall compliance with requirements of the
Contract Documents.
C. Contractor Quality Control: Requirements for the Contractor to provide quality control
services as required by the Engineer, the Owner, governing authorities or other authorized
entities are not limited by the provisions of this section
1.03 RESPONSIBILITIES:
A. Contractor Responsibilities: Contractor is responsible for his own quality control testing and
inspection to insure the quality of his means and methods of construction will produce the
specified quality of work, and for any tests and inspections required by regulatory agencies.
Costs for these services shall be included in the contract sum. The Contractor may employ and
pay an independent agency, testing laboratory or other qualified firm to perform quality control
services specified, or these services may be performed by qualified contractor personnel.
The Contractor shall submit for Engineer's approval a Quality Control (QC) Plan delineating
his methods for each item requiring inspections, tests, and similar services.
B. Quality Assurance: The Owner will engage and pay for the services of an independent agency
to perform inspections and tests of materials for Quality Assurance. The Owner's quality
assurance testing shall in no way relieve the Contractor of the responsibility for providing the
quality materials, workmanship and testing required to comply with these specifications.
C. Retest Responsibility: Where results of required inspections, tests, or similar services prove
unsatisfactory and do not indicate compliance with the requirements of the Contract
Access Roads / Water and Sewer
Sebastian Municipal Airport
01400-1
Quality Control Services
Documents, then retests are the responsibility of the Contractor, and shall be deducted from
monies due the Contractor on his monthly pay request, regardless of whether the original test
was the Contractor's responsibility. Retesting of work revised or replaced by the Contractor is
the Contractor's responsibility, where required tests were performed on original work.
D. Responsibility for Associated Services: The Contractor is required to cooperate with the
independent agencies performing required inspections, tests, and similar services. Provide such
auxiliary services as are reasonably requested. Notify the testing agency sufficiently in advance
of operations to permit assignment of personnel. These auxiliary services include but are not
necessarily limited to the following:
1. Providing access to the work.
2. Taking samples or providing assistance with taking samples.
3. Delivery of samples to test laboratories.
4. Security and protection of samples and test equipment at the project site.
5. Surveying services required to establish horizontal and vertical location of tests by
Engineer's quality assurance testing laboratory.
1.04 SCHEDULE OF SERVICES, INSPECTIONS AND TESTS: Each specification section
identifies principal inspections, tests and similar services required by the Contractor Documents.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION
3.01 REPAIR AND PROTECTION: Upon completion of inspection, testing, sample- taking, and
similar services performed on the work, repair damaged work and test sites to eliminate deficiencies.
Protect work exposed by or for quality control service activities, and protect repaired work. Repair
and protection is the Contractors responsibility, regardless of the assignment of responsibility for
inspection, testing or similar services.
3.02 MEASUREMENT AND PAYMENT: No measurement or payment will be made for work in
this section; it will be considered as incidental cost to Mobilization and other items of work.
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01400
01400-2
Quality Control Services
SECTION 01600
MATERIAL AND EQUIPMENT
PART GENERAL
1.01 REQUIREMENTS:
A. Material, equipment, and products incorporated into the 'Work shall conform to applicable
specifications and standards; shall comply with size, make, type and quality specified, or as
specifically approved in writing by the Engineer; and shall not be used for any purpose other
than that for which it is designed or is specified.
B. Manufactured and Fabricated Products shall be designed, fabricated and assembled in
accordance with the best engineering and shop practices. Like parts of duplicate units shall be
manufactured to standard sizes and gages, to be interchangeable. Products shall be suitable for
service conditions. Equipment capacities, sizes and dimensions shown or specified shall be
adhered to unless variations are specifically approved by Engineer in writing.
C. Related Requirements in Other Parts of the Project Manual: Conditions of the Contract.
D. Standardization: Unless otherwise approved by the Engineer, items and equipment of a similar
type and function shall be furnished by one manufacturer to standardize on replacement parts,
service calls, operation and maintenance matters, and to avoid a division of responsibility
among several manufacturers.
A single supplier shall be used on principal items of equipment and systems where one or more
components are not manufactured by the principal supplier; this is required to place
performance and service responsibilities for the entire unit or system with only one supplier or
manufacturer.
1.02 PRODUCTS SUBSTITUTIONS AND OPTIONS:
A_ Products List: Contractor shall submit a complete list of products to be incorporated into the
work (with the name of the installing contractor) at the Preconstruction Conference required
by these specifications.
B. Contractor's Options:
1. For products specified only by reference standard, select any product meeting that
standard.
2. For products specified by naming several products or manufacturers, select any one of
the products or manufacturers named, which complies with the specifications.
C. Product Substitutions: Contractor shall submit, at the Preconstruction Conference, all requests
Access Roads / Water and Sewer Material and Equipment
Sebastian Municipal Airport
01600-1
for product substitutions. No requests for substitutions will be accepted from manufacturers or
suppliers.
Submit a separate written request for each product, supported with complete data, with
drawings and samples as appropriate, including:
1. Comparison of the qualities of the proposed substitution with that specified.
2. Changes required in other elements of the work because of the substitution.
3. The effect on the construction schedule.
4. Cost data comparing the proposed substitution with the product specified.
5. Any required license fees or royalties.
6. Availability of maintenance service, and source of replacement materials.
Engineer shall be the judge of the equality and acceptability of the proposed substitution. If
Engineer determines the proposed substitute product is not "equal" to the specified product,
the Contractor must provide the specified product, subject to Engineer's shop drawing review
and approval.
No further requests for substitutions will be considered after Preconstruction Conference.
D. Contractor's Representation: A request for a substitution constitutes a representation that
Contractor:
1. Has investigated the proposed product and determined that it is equal to or superior in
all respects to that specified.
2. Will provide the same warranties or bonds for the substitution as for the product
specified.
3. Will coordinate the installation of an accepted substitution into the work, and make
such other changes as may be required to make the work complete in all respects.
4. Waives all claims for additional costs, under his responsibility, which may subsequently
become apparent.
E. Engineer's Review: Engineer will review requests for substitutions with reasonable promptness
and notify Contractor, in writing, of the decision to accept or reject the requested substitution.
1.03 MANUFACTURER'S INSTRUCTIONS:
Access Roads / Water and Sewer
Sebastian Municipal Airport
01600-2
Material and Equipment
A. Printed Instructions: When Contract Documents require that installation of work shall comply
with manufacturer's printed instructions, Contractor shall obtain and distribute copies of such
instructions to parties involved in the installation, including copies to Engineer. Maintain one
set of complete instructions at the job site during installation and until completion and
acceptance.
B. Strict Compliance: Handle, install, connect, clean, condition, and adjust products in strict
accord with such instructions and in conformity with specified requirements. Should job
conditions or specified requirements conflict with manufacturer's instruction, consult with
Engineer for further instructions. Do not proceed with work without clear instructions.
C. Complete Compliance: Perform work in accord with manufacturer's instructions. Do no omit
any preparatory step or installaion procedure unless specifically modified or exempted by
Contract Documents.
1.04 TRANSPORTATION AND HANDLING:
A. Deliveries: Contractor shall arrange deliveries of products in accord with construction
schedules; coordinate to avoid conflict with work and conditions at the site. Deliver products
in undamaged condition, in manufacturer's original containers or packaging, with identifying
labels intact and legible. Immediately on delivery, inspect shipments to assure compliance with
requirements of contract documents and approved submittals, and that products are properly
protected and undamaged.
B. Handling: Provide equipment and personnel to handle products by methods to prevent soiling
or damage of products or packaging.
1.05 STORAGE AND PROTECTION:
A Storage: Store products in accord with manufacturer's instructions, with seals and labels intact
and legible. Store products subject to damage by the elements in weathertight enclosures.
Maintain temperature and humidity within the ranges required by manufacturer's instructions_
B. Exterior Storage: Store fabricated products above the ground, on blocking or skids; prevent
soiling or staining. Cover products which are subject to deterioration with impervious sheet
coverings; provide adequate ventilation to avoid condensation.
Store loose granular materials in a well- drained area on solid surfaces to prevent mixing
with foreign matter.
C. Storage Inspection: Arrange storage in a manner to provide easy access for inspection. Make
periodic inspections of stored products to assure that products are maintained under specified
conditions, and free from damage or deterioration.
D. Protection After Installations. Provide substantial coverings as necessary to protect installed
Access Roads / Water and Sewer Material and Equipment
Sebastian Municipal Airport
01600-3
products from damage from traffic and subsequent construction operations. Remove when no
longer needed.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION (Not Applicable)
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01600
01600-4
Material and Equipment
SECTION 01700
CONTRACT CLOSEOUT
PART GENERAL
1.01 REQUIREMENTS:
A. Comply with requirements stated in conditions of the contract and in specifications for
administrative procedures in closing out the work.
B. Related requirements in other parts of the Project Manual including fiscal provisions, legal
submittals and additional administrative requirements: Conditions of the contract.
C. Related requirements specified in other sections:
1. Closeout submittals required of trades: The respective sections of specifications.
2. Project Record Documents: Contract.
3. Warranties and Bonds: Contract.
1.02 SUBSTANTIAL COMPLETION: The conditions and procedures for inspection and
Contractor's, Engineer's and Owner's responsibilities pertaining to substantial completion are as
specified in the General Provisions and in the Supplementary Conditions.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION
3.01 FINAL INSPECTION: Shall be in accordance with conditions and procedures outlined in the
Contract Documents. When Engineer finds that the work is acceptable under the Contract
Documents, he will request required Contractor's Closeout Submittals.
3.02 REINSPECTION FEES: Should Engineer perform reinspections due to failure of the work to
comply with the claims of status of completion made by the Contractor, the Owner will compensate
Engineer for such additional services. The Owner will deduct the amount of such compensation from
the final payment due the Contractor.
3.03 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
A. Evidence of compliance with requirements of governing authorities: Certificates of inspection.
B. Project Record Documents: Conform to requirements of Contract.
C. Warranties and Bonds: Conform to requirements of Contract.
D. Evidence of payment and release of liens: To requirements of General Provisions and
Access Roads I Water and Sewer
Sebastian Municipal Airport
01700-1
Contract Closeout
Contract.
E. Certificates of Insurance for products and completed operations_
F. Once the Engineer has determined the work is acceptable under the Contract Documents, he
will furnish the Contractor appropriate number of copies of the following forms, copies of
which are attached:
1. Contractor Warranty Form
2. Affidavit of Payment
3. Affidavit of Release of Liens
4. Final Waiver of Lien
5. Consent of Surety for Final Payment
6. Final DBE Participation Report
3.04 PAYMENT: No separate payment will be made under this section for work described or
specified herein.
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF SECTION 01700
01700-2
Contract Closeout
AFFIDAVIT OF PAYMENT
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
to
furnish labor and materials for Ar_cess Rflad C Water and !;Pwer work, under a contract for the
improvement of property described as Sehactian Muni
AFFIDAVIT OF RELEASE OF LIEN
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
to furnish labor and
materials for ,AOcec , Rnad 1 Water and sewer work, under a contract for the improvement of property
described as . sehastian Municipal Mrnnrt in the -City- of Sehasfian County of Indian River, State of
Florida of which The rNty of Sphaatian is the Owner,
NOW, THEREFORE, this day of 12003,
The undersigned, as the Contractor for the above -named Contract pursuant to the Conditions of the
Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below,
the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers
of materials and equipment, and all performers of Work, labor or services, who have or may have liens
against any property of the Owner arising in any manner out of the performance of the Contract
referenced above.
EXCEPTIONS: (If none, write "None ". If required by the Owner, the Contractor shall furnish bond satisfactory to
the Owner for each exception.)
ATTACHMENTS:
1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment.
2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers.
(SEAL)
SUBCONTRACTOR (Name of sole ownership, corporation or
partnership)
(Affix corporate (SEAL)
seal here) (Signature of Authorized Representative)
Access Roads / Water and Sewer
Sebastian Municipal Airport
TITLE:
01700-4
Contract Closeout
FINAL WAILER OF LIEN
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by (A)
to furnish labor and materials for (B) A . _ cs Road i water and R _wer work, under a contract
(C) for the improvement of property described as (D) ,Sebastian M ,ni _i aril Airnnrt in the city (City -
Village) of _Sehastian _ County of Indian River , State of Florida , of which Thp raly of Sphastian
is the Owner,
NOW, THEREFORE, this day of 2003. _
for and in consideration of the sum of (E)
Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned,
the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on
said above - described premises, and the improvements thereon, and on the monies or other
considerations due to become due from the owner, on account of labor, services, material, fixtures,
apparatus of machinery heretofore or which may hereafter be furnished by the undersigned to or for the
above- described premises by virtue of said contract.
(F) (SEAL)
(Name of sole ownership, corporation or partnership)
(Affix corporate
seal here) (SEAL)
(Signature of Authorized Representative)
TITLE:
I► I `,] J: i J l* 3 I i [0I r• 1~ I ;CO17 ti I L f _! % ri i f d 1 I "7
(A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both.
(B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract.
(C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work.
(D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any
other property.
(E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted.
(F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set
forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner.
Construction Industry Affairs Committee of Chicago
Access Roads / Water and Server Contract Closeout
Sebastian Municipal Airport
01700-5
CONTRACTOR WARRANTY FORM
PROJECT: Access Road / Water and Sewer
LOCATION: Sebastian Municipal Airport
Sebastian, Florida
We, , Contractor for the above referenced
(Company Name)
project, do hereby warrant that all labor and materials furnished and work performed are in accordance
with the Contract Documents and authorized modifications thereto, and will be free from defect due to
defective materials or workmanship for a period of one year from Date of Substantial Completion. This
warranty commences on
(Date of Substantial Completion Affixed by Engineer)
and expires on :
(One Year From Commencement. Date)
This warranty covers that portion of the project described below:
Should any defect develop during the warranty period due to improper materials, workmanship or
arrangement, the defect shall, upon written notice by the Owner, be made good by the Undersigned at no
expense to the Owner.
Nothing in the above shall be deemed to apply to work which has been abused or neglected by the
Owner.
Date:
Access Roads / Water and Sewer
Sebastian Municipal Airport
For:
By:
Title:
01700-6
(Company Name)
Contract Closeout
CONSENT OF SURETY
For Final Payment
Project Name Access Road 1 Water and SeWe
Location Sphastian Muipici_nal Aiwoct
Owner The City of f9gGastian
Type of Contract Construction
Amount of Contract $
In accordance with the provisions of the above -named contact between the Owner and the
Contractor, the following named surety:
on the Payment Bond of the following named Contractor:
hereby approves of final payment to the Contractor, and further agrees that said final payment to the
Contractor shall not relieve the Surety Company named herein of any of its obligations to the
following named Owner: as set forth in said Surety company's bond:
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this - day of
2003
(Affix corporate
seal here)
TITLE
(Signature of Authorized Representative)
IF SIGNED BY ATTORNEY -IN -FACT POWER OF ATTORNEY MUST BE ATTACHED.
Access Roads / Water and Sewer Contract Closeout
Sebastian Municipal Airport
01700-7
DIVISION 2- SITEW©RK
ITEM P -100 FDOT STANDARD SPECIFICATIONS
Sebastian Municipal Airport Specification
The construction details which will govern the prosecution of the work as set out in the proposal and/or shown on the
plans shall conform in their entirety to Divisions H and III of the Florida Department of Transportation Standard
Specification for Road and Bridge Construction dated 2000 including all FDOT Supplements and as modified
hereinafter. The construction details contained in the Divisions which are not required to accomplish the work set out
in proposal and/or shown on the plans will have no application to these specifications.
In the event of any conflict(s) between the Contract Documents and the FDOT Standard Specifications, the
precedence in resolving such conflict(s) shall be as follows:
Bidding and Contract Requirements, and Technical Specifications for GA Terminal Building as located in
this project Manual shall govern over FDOT Bid and Contract Requirements.
2. Greater Quantities shall govern over lesser.
3. Higher quality and/or more stringent requirements as adjudged by the Engineer shall govern over ]cssor.
Where FDOT Specifications refer to the "Engineer ", "Engineer of Tests ", or "Division of Tests ", it shall be
understood to mean the Engineer of the {honer as Stated in the CONTRACT.
These standard specifications can be obtained from:
Florida Department of Transportation
Map and Publication Sales
Mail Station 12, Room Number 27
605 Suwannee Street
Tallahassee, Florida, 32399 -0450
(904) 488 -9220.
Specifications are available online at http: / /wwwl I. myflorida. com/ specificationsoffice /y2kBook /toc.litm
A copy is on file and may be inspected at the Office of the Engineer. The Contractor shall have at least one set of the
standard specifications available on the project.
Specifications pertinent to this project from the Standard Specifications for Road and Bridge Construction are as
follows:
FDOT Section
Description
102
Maintenance of Traffic
104
Prevention, Control, and Abatement of Erosion and Water
Pollution
120
Earthwork and Grading
160
Stabilizing
200
Limerock Base
300
Prime and Tack Coats for Base Courses
Access Roads / Water and Sewer
Sebastian Municipal Airport
P -100 -1
FDOT Specifications
FDOT Section
Description
331
Type S Asphaltic Concrete
425
Inlets, Manholes, and Junction Boxes
430
Pipe Culverts and Storm Sewers
520
Concrete Gutter, Curb Elements and Traffic Separator
530
Riprap
550
Fencing
575
Sodding
700
Highway Signing
710
Painting Traffic Stripes
Specification sections not specified above but cross - referenced in the above individual sections are also included
herewith and made a part of these Contract Documents.
Method of measurement and basis of payment for material and work performed in conformance with the above
specifications shall be as indicated on the BID SCHEDULE. The costs bid shall be full compensation for labor,
equipment, materials and incidentals necessary to complete the work in conformance with the Plans and Specification
to the satisfaction of the Owner. Incidentals include, but are not limited to, items which have specific DOT bid item
numbers in the referenced specifications but are not included in the Bid Schedule.
Access Roads / Water and Sewer
Sebastian Municipal Airport
END OF ITEM P -100
P -100 -2
FDOT Specifications
SECTION 1
GENERAL REQUIREMENTS
1. LOCATION
A. The project site to be serviced includes the area immediately adjacent to both sides
of the existing Airport Drive West and the proposed extension thereof. Airport Drive
West is located along the Sebastian Airport's west taxiway, just east of Roseland
Road. Currently, there is approximately 2750 liner feet of paved road with one
access off of Roseland Road. The entrance is nearly 2 -112 miles north of County
Road 512 and about the same distance southwest of U.S. Hwy.1 along Roseland
Road. The proposed extension of Airport Road West will consist of approximately
2600 linear feet of additional paved road plus two additional intersections with
Roseland Road.
F� 90]
A. The water and wastewater project will provide utility mainline infrastructure to the
site. The 8-inch and 6 -inch diameter water mainline will be accompanied by the
required number of fire hydrants to provide the necessary fire flow at build out of the
currently proposed service area. A 6 -inch diameter wastewater force main will be
extended from the entrance of River's Edge subdivision to the southeast corner of
Airport Drive West and Roseland Road.
B. The Contractor shall furnish all of the labor, materials, plant, equipment,
transportation, supervision, etc., necessary to complete all of the work in a first-
class workmanlike manner and in full accordance with the shown, described,
and reasonably intended requirements of the Plans and Specifications to the full and
complete satisfaction of the Owner.
3. QUALITY
A. All work shall be performed by craftsmen skilled in their trade and the quality of
work shall be equal to or better than similar type of work elsewhere.
Materials, equipment, and articles incorporated in the work covered by this
Contract are to be new and of the best grade of their respective kind for the
purpose. When required by these specifications, or when called for by the
Engineer, the Contractor shall furnish the Engineer certified copies of test results
and/or affidavits as to the actual materials supplied which he contemplates
incorporating in the work, for approval. Samples of proposed products shall be
submitted for approval when so directed by the Engineer. Machinery, equipment,
materials, and articles installed or used without such approval shall be at the risk of
subsequent rejection. Equipment shall be by a reputable manufacturer who has
replacement parts readily available.
Access Roads/Water and Sewer T.S.1 -1
Sebastian Municipal Airport
4. LINE AND GRADE
A. The OWNER shall provided vertical and horizontal control control for layout of the
work in the form of benchmarks located adjacent to the work. From these bench
marks, and from further horizontal controls provided by the Contractor, the
Contractor shall develop and make all detail surveys needed for construction
and shall establish all working points, lines and elevations.
B. A representative of the Contractor shall constantly monitor all working points
to see that true line and grade is maintained and shall, upon notification
by the Engineer, immediately check any working point suspected of being
erroneous. Should the Contractor fail or refuse to make a requested check, the
Engineer may do so and deduct the cost thereof from monies due the Contractor.
C. The Contractor shall construct the project to the lines and dimensions shown on the
plans. Where deviation from the plans is necessitated for any reason whatsoever,
the Engineer shall be notified of said deviation and shall approve same prior to the
work being done.
5. PROTECTION AND RESTORATION OF SURVEY MONUMENTS
A. The Contractor shall be responsible for protecting and restoring all existing land
and property comers, such as section comers, 1/4 section corners, property
corners or block control points, and for maintaining all horizontal and vertical
control points. All surveying work shall be the responsibility of the Contractor
and shall be performed under the supervision of a Florida Registered Land
Surveyor. Survey points that will be destroyed during construction shall be
properly referenced and replaced at the Contractor's expense with permanent
monuments approved by the Engineer.
6. UTILITY LOCATION
A. The Contractor shall notify each potentially affected utility company prior to the
start of construction to arrange for positive underground location, relocation
or support of its utility, where that utility may be in conflict with or endangered by
the proposed construction. All charges by utility companies for temporary support
of its utilities shall be paid for by the Contractor. All costs of permanent utility
relocations to avoid conflict shall be the responsibility of the Contractor as required
by the utility company involved.
B. The Contractor shall schedule his work in such a manner that he is not
delayed by the utility companies relocating or supporting their utilities. No
compensation shall be made for such loss of time.
C. All underground information is shown on the plans to the extent known and is as
complete and accurate as can be determined from existing records. It shall be the
Contractor's responsibility to verify the utility locations. He shall fully understand
Access Roads /water and Sewer T.S.1 -2
Sebastian Municipal Airport
that certain structures may not be located precisely as shown, or may be omitted
entirely.
D. The position of certain structures and utilities directly affects the proposed
construction. Therefore, in order to insure that the proposed work can
actually be positioned as planned, the Contractor shall make any excavation
necessary for location of structures and utilities prior to construction of that
particular portion of the project. All costs for locating such structures and
utilities are to be at the Contractor's expense.
E. All overhead, surface or underground structures and utilities encountered in
trenching, whether shown on the plans or not shown on the plans, are to be
carefully protected from injury or displacement. All damage to such
structures is to be completely repaired within a reasonable time; needless delay
will not be tolerated. The Owner reserves the right to remedy such damage by
ordering outside parties to make such repairs at the expense of the Contractor.
F. All such repairs made by the Contractor are to be made to the satisfaction of the
utility owner; all damaged water or gas pipes must be replaced or prevented
from leaking. All repairs are to be inspected by the utility owner prior to
backfilling.
7. SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges that he has satisfied himself as to the nature and
location of the work, the general and local conditions, particularly those bearing
upon availability of transportation, disposal, handling and storage of materials,
availability of labor, water, electric power, roads, and uncertainties of weather, or
similar physical conditions at the site, the contours and conditions at the
site, the contours and conditions of the ground, the character of equipment
and facilities needed preliminary to and during the prosecution of the work and all
other matters which can in any way effect the work or the cost thereof under this
Contract.
B. The Contractor further acknowledges that he has satisfied himself as to the
character, quality, and quantity of surface and subsurface materials to be
encountered from inspecting the site and from evaluating information derived from
exploratory work that may be conducted by the Contractor. Any failure by the
Contractor to acquaint himself with all the available information will not relieve
him from responsibility for properly estimating the difficulty or cost of
successfully performing the work.
8. CONSTRUCTION SCHEDULE
A. Within 15 calendar days after the date of notice to proceed and at least 10
calendar days before the first progress payment estimate is prepared, the
Contractor shall provide a construction schedule indicating the various
subdivisions of the work and the dates of commencing and finishing each. The
Access Roads/Water and Sewer T.S.I -3
Sebastian Municipal Airport
schedule shall show the time allowed for the installation, testing, and restoration
of the project.
9. SHOP DRAWING SUBMITTAL
A. Where required by the specifications, the Contractor shall submit five (5) sets of
descriptive information which will enable the Owner's Engineer to advise the
Owner whether the Contractor's proposed materials, equipment or methods of
work are in general conformance to the design concept and in compliance with
the drawings and specifications. The information to be submitted shall
consist of drawings, specifications, descriptive data, certificates, samples,
test results and such other certificates, samples, test results and such other
information, all as specifically required in the specifications. In some
instances, specified submittal information describes some, but not all, features of
the material, equipment, or method of work. Features not requiring submittals
shall be as specified.
B. Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the material,
equipment or method of work shall be as described in the submittal. The
Contractor shall verify that all features of all products conform to the
requirements of the specifications and drawings. Submittal documents shall be
clearly edited to indicate only those items, models, or series of equipment, which
are being submitted for review. All extraneous materials shall be crossed out
or otherwise obliterated. The Contractor shall insure that there is no conflict with
other submittals. The Contractor shall insure coordination of all submittals.
C. Review of drawings, methods of work, or information regarding materials or
equipment the Contractor proposes to provide, shall not relieve the
Contractor of his responsibility for errors therein and shall not be regarded as an
assumption of risks or liability by the Owner's Engineer or the Owner, or by any
officer or employee thereof, and the Contractor shall have no claim under the
contract on account of the failure, or partial failure, of the method of work,
material, or equipment so reviewed. A mark of "APPROVED" or "APPROVED
AS NOTED" shall mean that the Owner has no objection to the Contractor,
upon his own responsibility, using the plan or method of work proposed, or
providing the materials or equipment proposed.
10. LABORATORY TESTS
A. Where required by these technical specifications, all sampling and testing of
materials to be supplied for this Contract, and the laboratory methods and testing
equipment required under these specifications shall be in accordance with the
latest standards or tentatives of the American Society for Testing Materials
(ASTM), the latest standards or methods of the American Association of State
Highway and Transportation Officials (AASHTO), or other method where specified.
Access Roads /Water and Sewer T.S. 1-4
Sebastian Municipal Airport
B. The required testing of samples and materials to be supplied for this Contract, shall
be made at the expense of the Contractor, except where indicated otherwise.
The Contractor shall furnish the required samples without charge. The
Contractor shall give sufficient notification of the placing of orders for
materials to permit testing.
C. All tests on materials to be supplied for this Contract, will be made by an
independent testing laboratory selected by the Contractor, but approved by both the
Owner and Engineer. Where tests indicate that materials do not comply with these
specifications, the Contractor shall bear the testing cost.
D. All field tests to confirm installation in conformance with these Contract Documents
are the responsibility of the Contractor and are not to be confused with the test
requirements as noted in paragraphs A through C, above.
11. EQUIPMENT
A. All construction equipment necessary and required for the proper
construction of this project shall be on the construction site, in first -class
working condition, and shall have been approved by the Engineer before
construction is permitted to start. The Contractor shall provide such tamping tools
and equipment as are necessary for the proper compaction of the backfill.
12. STORAGE SITES
A. The Owner shall furnish the Contractor with sufficient area for the Contractor to
establish field offices, material storage and equipment service and storage. The
Contractor shall maintain these areas in a clean, orderly condition so as not to
cause a nuisance in the area.
13. CONTRACTOR'S UTILITIES
A. bower
The Contractor shall provide power as required for construction of the
project. He shall make arrangements with the electrical utility for power
takeoff points, voltage and phasing requirements, transformers and metering and
shall pay the costs and fees arising therefrom. The Contractor shall provide all
special connections required for his work.
B. Telephone
The Contractor shall provide telephone service at his construction site office. Local
cellular telephone service shall be considered as an acceptable substitute for
telephone service.
Access Roads/Water and Sewer T.S.1_5
Sebastian Municipal Airport
C. Water
All water used in conjunction with the construction, testing, and sterilization of
the project shall be furnished by the Contractor or purchased from the County
at the current unit charge for water. Should County water be required, the
Contractor shall have a hydrant meter installed for all construction water.
D. Sanitary Facilities
The Contractor shall provide toilet facilities for his work force at the site of work.
They shall comply with applicable laws, ordinances, and regulations pertaining
to the public health and sanitation of temporary facilities.
14. ENVIRONMENTAL CONTROLS
A. Maintenance of Site
The Contractor shall keep the work site clean and free from construction
debris. Materials and equipment shall be removed from the site when they are no
longer necessary. Upon completion of the work and before final acceptance,
the work site shall be cleared of equipment, unused materials, and rubbish to
present a clean and neat appearance.
B. Noise Control
Unless otherwise authorized by Engineer and coordinated with all required
County agencies, the approved hours of construction for this project is frozen. 7:00
A.M. and 5:00 P.M.. Noise from Contractor's operations shall not exceed limits
established by applicable laws or regulations.
C. Water Pollution Control
The Contractor shall provide for the disposal of water removed from
excavations in a manner that will not cause injury to public health, private or
public property. The Contractor shall be responsible for complying with all local
regulations and those of the Florida Department of Environmental Protection
and St. Johns River Water Management District.
D. Air Pollution Control
The Contractor shall not discharge smoke, dust, and other contaminants into the
atmosphere that violate the regulations of any legally constituted authority. He
shall also abate dust nuisance in accordance with Section 2 of these specifications.
Access Roads /Water and Sewer T.S. 1-6
Sebastian Municipal Airport
15. MAINTENANCE OF TRAFFIC
A. The installation of temporary maintenance of traffic signs and devices and the
maintenance of traffic shall be in accordance with the Drawings and Technical
Specifications as approved and permitted by the Indian River County
Engineering Department.
16. WORT{ IN PLANTED RIGHT -OF -WAYS AND /OR EASEMENTS
A. All work within County right -of -way shall be conducted in accordance with
County Ordinance 91 -44 and as stipulated on the County right -of -way permit.
B. Right -of -ways and/or easements in grass and shrubbery plots shall be restored to
their conditions which existed prior to making the excavation. All
shrubbery, ornamental trees and other plantings shall be fully protected. If it is
found necessary to remove any grass, shrubbery, or plants to accomplish the work,
they shall be satisfactorily replaced before the work will be accepted or paid for.
17. EXCESS EXCAVATED MATERIAL
A. When directed by the Engineer, all clean excess excavated material will be
disposed of at a local site within five miles of the project site. It is anticipated that
all clean excess material will be disposed at a site to be approved by the City's
Engineering Department.
B. All excess excavated material which is determined by the Engineer not to be clean
material shall be disposed of by the Contractor at his expense and at an approved
disposal site.
18. RECORD DRAWINGS
A. Record documents refer to documents maintained and annotated by the
Contractor during construction and are defined as a neat and legibly marked set of
contract drawings showing the final location of piping, equipment, etc.
B. Record drawings shall be full size prints and maintained in a clean, dry, and
legible condition. Record documents shall not be used for construction
purposes and shall be available for review by the Inspector during normal
working hours at the Contractor's field office. Marking of the drawings shall be
kept current and shall be done at the time the material and equipment are installed.
Annotations to the record documents shall be made with an erasable colored
pencil.
C. The Contractor shall be required to submit one set of Record Drawings to the
Engineer prior to final payment. These Record Drawings shall be annotated
as such by the Contractor and signed by an officer of the Contractor.
Access Roads/Water and Sewer T.S.1 -7
Sebastian Municipal Airport
19. MEASUREMENT AND PAYMENT
A. All work items associated with the above paragraphs 15, "Maintenance of
Traffic" and 16, "Work in Planted Rights -of -Way and or Easements ", shall be
measured and paid for as further described in these technical specifications.
B. All work items other than those associated with paragraphs 15 and 16 shall be
included in, measured and paid for under the linear footage of water or force
main pipe installed and completed.
Access Roads/Water and Sewer T.S.I -g
Sebastian. Municipal Airport
SECTION 2
MAINTENANCE OF TRAFFIC
1. GENERAL
A. 5-9 me
The work to be performed under this item shall include the furnishing of all
materials, equipment, and labor required for the maintenance of traffic within the
limits of the project for the duration of the construction period, including any
temporary suspensions of work.
The Contractor shall obtain an Indian River County right -of -way permit, construct
and maintain any necessary detour facilities; provide necessary facilities for access
to residences and businesses; furnish, install and maintain traffic control and safety
devices; furnish and apply water and calcium chloride for dust control, all as
necessary to meet the laws and ordinances of jurisdictional agencies and as further
required herein.
B. Permitting
In accordance with Indian River County Ordinance No. 91- 44, for all work on
Roseland Road, the Contractor shall apply and obtain an Indian River County right -
of -way permit with the Contractor named as applicant. Included in the right-of-way
permit as required by Section 310.08 of the Ordinance, the Contractor shall submit
site specific traffic control plans for review and approval by the Traffic Engineering
Department of Indian River County.
C. Submittals
As stated above in paragraph B., the Contractor shall submit, for review and
approval, site specific traffic control plans to the Indian River County Engineering
Department. The number of plan sets to be submitted shall be that as required by the
Contractor and Indian River County Engineering Department, plus two (2) sets for
remittance to the ENGINEER upon approval.
D. Emergencv Phone Numbers
The Contractor shall provide a minimum of two (2) emergency phone numbers
which will be answered 24 hours a day. These numbers shall provide direct access
to employees of the Contractor who may immediately respond to any emergency
associated with the Contractor's work.
Access Roads/Water and Sewer T.S.2 -1
Sebastian Municipal Airport
2. EXECUTION OF WORK
A. Detours
In no case shall the Contractor block the normal vehicular ingress and egress on
public trafficways unless detour routes have been established with County
Engineering Department's permission. Any and all such detours shall have prior
approval of fire and police departments and the Contractor shall notify these
departments, on a daily basis, of the status of all detours under his control. In the
event other Contractors are working in the same general area, all detours shall be
coordinated by the Contractor with the Engineer, police and fire departments a
minimum of a week in advance to avoid conflicting traffic patterns.
B. Access for Residences and Businesses
The Contractor shall not isolate residences and places of business. Access shall be
provided to all residences and places of business whenever construction interferes
with the existing means of access.
C. Traffic Control and Safety Devices
The Contractor shall erect traffic control devices (including signs), warning devices,
and barriers prior to the creation of any hazardous condition and in conjunction with
any necessary rerouting of traffic. The Contractor shall turn, or cover any devices or
barriers which do not apply to the existing conditions. The Contractor shall provide
competent flagmen to direct traffic where one -way operation in a single lane is in
effect or in other situations as may be required.
The Contractor shall make the County and Engineer aware of any scheduled
operation which will affect traffic patterns or safety sufficiently in advance of
commencing such operation to permit his review of the plan for the installation of
traffic control devices, warning devices, or barriers proposed by the Contractor.
D. Dust Control
Where directed by the Engineer, calcium chloride shall be applied on street or trench
areas and on traveled ways or detours in order to control dust during construction
operations. The locations and the time of using this method of dust control shall be
as directed by the Engineer.
The equipment used for applying the calcium chloride shall be any spreader capable
of such adjustment and control that the quantity of calcium chloride applied in any
25 foot length of road not vary more than 10 percent from the quantity intended for
that length.
Access Roads/Water and Sewer T.S.2 -2
Sebastian Municipal Airport
The trench areas shall be graded level to provide adequate drainage and the
pavement areas shall be swept free of all loose dirt and rocks prior to application of
calcium chloride. When so directed, the surface shall be moistened prior to
application of the material. The rate of application shall be specified by the Engineer
and the material shall be spread uniformly. Unless otherwise directed, the rate of
application for flakes shall be between 1.0 and 1.3 pounds per square yard of surface,
and for pellets, between 0.8 and 1.0 pounds per square yard. If subsequent
applications are required over an area which has previously been treated, the rate of
such applications shall be 0.7 and 0.6 pounds per square yard for flakes and pellets
respectively. Traffic shall not be allowed on the treated surface until two hours after
application where maintenance of traffic.
3. MEASUREMENT AND PAYMENT
Payment for obtaining the Indian River County right -of -way permit shall be made in the
lump sum amount for "Right -of -Way" permit as indicated in the Contract Prices. Payment
for the furnishing of all materials, equipment and labor required for the maintenance
of traffic and control of dust within the limits of the project for the duration of the
construction period as herein described shall be included in the lump sum pay
item for "Maintenance of Traffic ".
Access Roads/Water and Sewer T.S.2 -3
Sebastian Municipal Airport
SECTION 3
WATER MAINS
1. GENERAL
A. Scope
The work to be performed under this Item shall include the furnishing of all
materials, equipment and labor required for the installation of water mains as herein
described and as shown on the Plans. The Contractor shall perform all excavation,
backfilling, compacting, testing and related work required for the construction of
these water mains in accordance with the provisions set forth under the applicable
items of this Specification.
B. references
Standards applicable in this Specification shall be:
1) American Water Works Association (AWWA) and American National
Standards Institute (ANSI).
a. AWWA C104 (ANSI A21.4) Cement -Mortar Lining for
Ductile -Iron and Gray -Iron Pipe and Fittings for water.
b. AWWA (ANSI) 0110 Gray -Iron and Ductile -Iron Fittings, 3 -inch
through 48 -inch for water and other liquids.
C. AWWA CHI (ANSI A21.11) Rubber Gasket Joints for
Ductile -Iron and Gray -Iron Pressure Pipe and Fittings.
d. AWWA C150 (ANSI A21.50) Thickness Design of ductile -Iron
Pipe.
e. AWWA 0151 (ANSI A21.51) Ductile -Iron Pipe, Centrifugally cast
in Metal Molds or Sand Lined Molds for water or other liquids.
f. AWWA C153 (ANSI A21.53) Ductile -Iron Compact Fittings, 3-
inch through 112 -inch for water and other liquids.
g. AWWA (ANSI) C600 Installation of Gray and Ductile Cast Iron
Water Mains and Appurtenances.
h. AWWA (ANSI) 0900 Standard for Polyvinyl chloride (PVC)
Pressure Pipe, 4 -inch through 12 -inch.
Access Roads/Water and Sewer T.S.3 -1
Sebastian Municipal Airport
i. AWWA M23 Manual of Water Supply Practices, "PVC Pipe -
Design and Installation ".
2) American Society for Testing and Materials (ASTM)
a. ASTM D -1248 Polyethylene Plastics Moldings and Extrusion
Materials.
3) American Association of State Highway and Transportation Officials
a. AASHTO T -99 (2.5 kg.) Rammer and a 12- inch (305 mm)
Drop, as modified by T -99 -801 (Dated 1981).
b. AASHTO T -180 Density Relations of Soils using a 10 lb.
Rammer and an 18 -inch drop.
C. Submittals
1) Shop Drawings - Prior to any fabrication or installation work, the
Contractor shall furnish to the Engineer, for review and approval five (5)
sets of shop drawings for the following items.
a. Material specifications for all pipe types, fittings, joints, joint
restraint, specials, and miscellaneous appurtenances.
All drawings shall be reviewed, approved and stamped by the
Contractor prior to submission to the Engineer.
2. MATERIALS
A. Pipe
1) Ductile Iron Pipe - All ductile iron pipe shall conform to AWWA 0151 ANSI
A21.51 and have a rated working pressure of 350 psi (minimum).
All pipe shall be factory lined and coated. The pipe interior shall be
cement lined and seal coated in accordance with AWWA 0104. The
exterior of the pipe shall have a minimum I mil. thick bituminous coating
in accordance with AWWA C 151.
The pipe shall be marked the entire length with three blue color coded stripes.
These stripes shall be applied in the manner as the required ASTM coding
using paint and shall be at least 112 -inch high with the word "Water Main"
in 3l4 -inch high letters appearing one or more times every 21- inches.
As an alternative to lettering, pipe may be continuously spiral wrapped
with blue plastic identification tape marked "Water ".
Access Roads /Water and Sewer T.S.3 -2
Sebastian Municipal Airport
Ductile Iron Pipe shall conform to the following thickness classes:
a. Ductile Iron Pipe under roadway pavements shall be minimum
pressure class 350.
b. Ductile Iron Pipe in roadway shoulders or in unimproved areas shall
be minimum pressure class 350.
Unless otherwise indicated on the Drawings, ductile iron pipe shall be
furnished in standard 18 or 20 foot laying lengths.
2) P.V.C. Pipe - PoIyvinyl Chloride, ASTM D1784 pressure pipe shall be
made from Class 12454 -A or Class 12454 -B material and conform with the
outside diameter of cast iron pipe.
P.V.C. pipe (4" through 12 ") shall be rated for a minimum working
pressure of 150 psi. P.V.C. pipe shall be pigmented during extrusion to
provide a light blue color. The pipe shall be marked the entire length with
three color coded stripes. These stripes shall be applied in the manner as
the required ASTM coding using permanent ink and shall be at least 1/2-
inch high with the word "Water Main" in 314 -inch high letters appearing
one or more times every 21- inches. As an alternative to lettering, pipe may
be continuously spiral wrapped with plastic identification tape marked
"Water ".
P.V.C. pipe sizes shall conform to the following:
a. Pipe sizes 4" through 12" shall conform to AWWA C900 and
have a minimum wall thickness of DR -18.
b. Pipe sizes over 12 -inch shall be manufactured in accordance with
UNI- B- 11 -85, shall meet AWWA C 905 standards for potable water
application requirements, and shall be DR -18 wall thickness.
B. Fittings
All underground fittings shall be ductile iron with mechanically restrained
joints. Fittings shall conform to the following:
1) Fittings for pipe sizes 4" through 12" shall be compact ductile iron
conforming to AWWA C 153. Fittings shall have a minimum pressure
rating of 350 psi. Fittings shall have mechanically restrained joints.
2) Fittings for pipe sizes over 12" shall be ductile or cast iron conforming to
AWWA C 110. Fittings shall have a minimum pressure rating of 250 psi.
Fittings shall have mechanically restrained joints.
3) All fittings shall be lined and coated as specified for ductile iron pipe.
Access Roads /Water and Sewer T.S.3 -3
Sebastian Municipal Airport
4) Retainer glands for fitting restraint shall not be permitted.
C. Joints
1) Push on Joints - Joints for PVC pipe shall be bell and spigot, rubber
gasket compression, push -on type as specified in AWWA C 111 (ANSI
A21.11). Special fittings and joints shall be considered for specific
installation.
2) Mechanical Joints - Mechanical joints shall be used on fittings for
changes in horizontal alignment on all pipes, up to 12- inches in
diameter. Otherwise, all mechanical joints shall be restrained as
further outlined in these specifications. Mechanical joints shall be in
accordance with AWWA 0111.
3) Restrained Joints - Fittings used for changes in alignment of pipe
shall be mechanically restrained. As indicated on the drawings, pipe
lengths located upstream and downstream of restrained fittings shall also
be restrained, Method of joint restraint shall be as follows:
a. P.V.C. pipe in diameters 4" through 12" shall be restrained at
fittings with "UNI- FLANGE" series 1300 -C, "EBBA IRON" series 500, or
other approved restrainer_ Bell and spigot joints on P.V.C. pipe in diameters
4" through 12" shall be restrained with "UNI- FLANGE" series 1350 -C,
"EBBA IRON" series 1500, or other approved restrainer.
b. F.V.C. pipe in diameters over 12" shall be restrained at fittings with
"UNI- FLANGE" large diameter series 1300 -C, or other approved
restrainer. Bell and spigot joints on P.V.C. pipe in diameters over 12" shall
be restrained with "UNI- FLANGE" large diameter series 1350 -C, or
other approved restrainer.
C. Mechanical joint ductile iron pipe and fittings shall be restrained
with "EBBA IRON", Megalug Series 1100 restrainers, or approved equal.
Push -on ductile iron pipe and fittings shall be restrained with pipe
manufacturer's restrained joints, such as U.S, Pipe " "TR -FLEX GRIPPER
RING ", American Pipe "LOK -RING" or "LOK- FAST" joints, or approved
equal.
d. Retainer glands shall not be permitted.
4) Flexible Joints - Where indicated, river or canal crossing pipe shall have
flexible ball and socket restrained joints. Joints shall provide a minimum
joint deflection of 15 degrees. Flexible joints shall be American
Pipe "FLEX -LOK ", U.S. Pipe "USIFLEX ", or approved equal.
Access Roads/water and Sewer T.S.314
Sebastian Municipal Airport
5) Flanged Joints - Where indicated, fanged joints shall be Class 125
conforming to AWWA Standard C110. Flanged joints shall be used for
connection of all above grade installations.
6) Gaskets - All gaskets shall be manufactured of an elastomeric material. The
gasket shall provide a positive, tight seal under all combinations of joint and
gasket tolerances. Installation and lubrication of gaskets shall be as
directed by the manufacturer.
D. Foundation Rock
A sieve analysis of Foundation Rock shall conform to the following limits:
Passing 3/4"
- 100%
Passing 3/8"
- 20 - 55%
Passing #4
- 0 - 10%
Passing #8
- 0 - 5%
E. Buried Identification TVe
Detectable buried identification tape shall be installed for all pipe.
Tape shall be 2 inches minimum width, consisting of a minimum 5 mil overall
thickness with a solid aluminum foil core. Construction shall be 2 mil clear film,
reverse print laminated to aluminum foil to 2 mil clear film, making the film
permanently printed.
Tape shall be furnished in manufacturers' standard roll length, meeting the
"American Public Works Association" (APWA) color code, and shall be imprinted
continuously with the following words, unless otherwise approved:
"CAUTION BURIED WATER MAIN BELOW"
Detectable buried warning tape shall be equal to or better than "PRO- LINE"
underground utility marking tape as manufactured by Pro -Line Safety Products
Co., 1099 Atlantic Drive, Unit #1, West Chicago, IL.
F. Detectable Buried Trace Wire
Trace wire shall be continuous 410 THHN, stranded copper wire. PVC color
sheathing shall meet the color code of the "American Public Works Association"
(APWA).
3. EXECUTION OF WORK
The installation and testing of the water main shall be done in accordance with
AWWA (ANSI) C600 for ductile iron pipe or AWWA M23 for P.V.C. pipe, plus
Access Roads /Water and Sewer T.S.3 -5
Sebastian Municipal Airport
the additional requirements described herein or shown on the Plans.
A. Preparation
1. Clearing - The Contractor shall perform all clearing necessary, where
applicable, for the proper installation of all water mains, and
appurtenances in the locations shown on the drawings. Plantings,
shrubbery, trees, utility poles or structures subject to damage resulting from
the excavation shall be transplanted, relocated, braced, shored or otherwise
protected and preserved unless otherwise directed by the Engineer.
B. Trenching
1. Pavement Cutting - Asphaltic pavements shall be cut by pneumatic
hammers or mechanical pavement cutters; saws, or other method
approved by the Engineer. Concrete pavement or concrete base
pavement shall be sawed. Both types of pavement shall be cut and
removed prior to any excavation.
2. Excavation - The excavation in which the pipes and appurtenances are to be
constructed shall be excavated in open cut, except where otherwise
stated on the Plans, in such a manner to such depths and widths as will
give suitable room for bracing, supporting, pumping, draining and for
removing from the excavation any material which the Engineer may decide
is inadequate for foundation. The maximum trench width at the top of
the pipe shall be in accordance with the trenching details.
The Contractor may, where it will not interfere with the work or
adjacent structures or property, slope the sides of excavation. The sides
of the trench may only be sloped from a point in compliance with the
trenching details. No compensation will be allowed for such
excavation and the Contractor shall include its cost in the prices bid.
The materials of excavation shall include all materials encountered, such
as clay, sand, rock, marl, muck, gravel, boulders, heterogeneous fill
materials, old timbers, or any combination of these. Any
unforeseen obstacles such as buried trees or timbers, abandoned
utilities, metal objects, concrete masses or any debris encountered shall
be removed. All "materials of excavation" and "unforeseen obstacles"
will be considered as incidental to construction and no additional
compensation will be allowed.
All roots, stumps, logs, limbs, boulders or any material which is not
suitable for backfill material shall be removed from the site promptly as
excavated and disposed of by the Contractor at his expense.
3. Length of Trench to be Opened - The length of trench to be opened or the
area of surface to be disturbed and unrestored at any time will be limited by
Access Roads/Water and Sewer T.S.3 -6
Sebastian Municipal Airport
the Engineer with regard to expeditious construction and the convenience
of the Owner. Excavation shall not advance more than 100 feet ahead
of the pipe laying without the consent of the Engineer.
4. Sheeting and Bracing - The Contractor shall be responsible for
properly supporting the sides of all trenches and excavations with
timbers or other supports wherever necessary or required to properly
safeguard the trenches, adjacent properties and structures and at
restricted right -of -way. The cost of all necessary timber, sheeting and
bracing whatsoever (left in place or removed), shall be included in the unit
prices bid for furnishing and installing water main.
Portions of the timber sheeting driven below the elevation of the top of the
pipe shall not be disturbed or removed.
Timber sheeting and bracing shall be left in place if so ordered by the
Engineer and/or where shown on the Plans to avoid undermining or
otherwise endangering the work or adjacent structures.
All sheeting left in place shall be cut off or driven at least 18- inches
below finished grade, unless otherwise ordered.
Great care shall be exercised in the selection of sheeting and bracing of
adequate design, type, size and strength. The adequacy of the timber used
for all supporting and bracing purposes shall be the responsibility of the
Contractor, who shall use only men of seasoned experience for this type of
work. The sizes and lengths of the timber used shall conform closely
to the needs of the work and oversizing as well as undersizing should be
avoided.
In placing and driving the sheeting, proper workmanship and
equipment shall be used to achieve a true alignment and close contact of the
sheeting boards. Timber sheeting shall be straight and sound, free from
shakes, cracks, large or loose knobs and other defects impairing its
strength and durability. It shall be squared to the required dimension
throughout its entire length. If required for the proper execution of the
work where running sand, quicksand or other semi -fluid material difficult
to handle is encountered, the timber sheeting shall be tongue and groove.
The Contractor may, in lieu of sheeting, bracing and shoring to
maintain the allowable trench widths, use a "trench box" ("trench
shield" or "mule ") provided pipe sections are secured downstream by a
cable(s) stretched through and secured to the end section of pipe by means
of a timber and a cable clamp, all materials being of adequate size and
strength. The cable shall be held taut during the process of advancing the
"box ".
Access Roads/water and Server T.S.3 -7
Sebastian Municipal Airport
This procedure may be used so long as, in the opinion of the Engineer, the
work is proceeding satisfactorily. The Engineer may revoke
permission to use the "trench box" at any time he feels unsatisfactory or
inadequate work is being performed and the Contractor shall, without
appeal, immediately begin using sheeting„ bracing and shoring to maintain
the allowable trench widths.
At all times, when soil conditions permit, the bottom edge of the
"trench box" shall be no lower than the springline of the pipe, so as to
disturb the trench compaction when advancing the "trench box ".
5. Placing of Excavated Material - All excavated materials shall be placed
where indicated by the Engineer in such a manner as not to endanger the
work and so that free access will be maintained at all times to all parts of
he trench and to all fire hydrants and their gate valves in the vicinity. Such
material shall be neatly piled so as to interfere as little as possible with traffic.
6. Drainage - The Contractor shall furnish sufficient pumping or other
dewatering equipment and shall provide at his own expense
satisfactory drainage whenever needed in trenches and other
excavations during the progress of the work and its completion for
inspection. Water shall not be allowed to flow over or raise upon any
concrete, masonry or pipe until work has been inspected and the
mortar or concrete has properly set.
Unless otherwise permitted by the Engineer, the water table shall be
lowered by the use of a well point system. Open trench pumping may be
permitted only upon approval by the Engineer of the method of pumping
and drainage to be used. If open trench pumping is approved, the
water must be conveyed entirely through approved coarse material
placed below the bottom of the "Foundation" hereinafter described.
The depth of this coarse material shall be determined by the Contractor
and approved by the Engineer.
Materials and workmanship used for the well point system shall be in
keeping with the approved standard practice. The well point system shall
function so as to enable pipe, concrete cradle and appurtenances to be
installed without interference from running or standing water at the bottom
of the trench. The Engineer shall make the final decision as to the
acceptability of the well point system or any part thereof.
Where necessary, pea gravel or graded sand shall be used in
conjunction with the well points as they are installed in insure
continuous pumping in the dewatering of fine material.
Access Roads/Water and Sewer T.S.3 -8
Sebastian Municipal Airport
The cost of dewatering shall be included in the various unit prices bid under
water main installation.
7. Disposal of Water from Excavations - All water pumped or bailed from
trenches or other excavations shall be conveyed in a proper manner to
a suitable point of discharge by the Contractor at his own expense.
The Contractor shall provide for the disposal of water removed from
excavations in a manner that will not cause injury to public health,
private or public property, any portion of the work completed or in
progress, the surface of the streets, or cause any impediments to the
reasonable use of the site by other Contractors. The Contractor shall be
responsible for complying with all the local regulations and those of the
Department of Environmental Regulation regarding pollution of waterways.
Should the size of Contractor's dewatering equipment, or the quantity of
disposed water, or the method of disposal require a St. Johns' River Water
Mgmt. District permit, the Contractor shall obtain such permit at no
additional expense to the Owner and with no additional time added to the
Contract. The Contractor shall take special precautions to eliminate any
odor problems resulting from the discharge of sulfide water, such as the use
of submerged discharge outlets and overflow basins.
8. Preparation of Trench - Trenching as shown on the Plan details shall be
standard for this project. The trenches shall be constructed by
excavating to the depth indicated on the Plans. The trenches shall then be
manually shaped to fit the bell and lower quadrant of the pipe barrel.
Mechanical excavation shall be limited to provide an undisturbed
trench bottom for the lower quadrant and bell of the pipe. Final
excavation shall require hand shaping for placement of the pipe. If
mechanical overcutting occurs, the pipe bedding shall consist of four (4)
inches of washed and graded sand or crushed rock on undisturbed soil.
C. Laying of Pipe
All pipe, fittings and valves shall be installed according to AWWA
Specification C600 for ductile iron pipe or AWWA M23 for P.V.C. pipe.
Prior to installation, all pipe and appurtenances shall be examined for damage and
defects. Under no circumstances shall defective pipe be installed. All lumps,
blisters and excess coating materials shall be removed from the socket and plain
ends of each pipe. While being placed in the trench, care shall be taken to prevent
foreign material from entering the pipe.
As each length of pipe is placed in the trench, the joint shall be assembled and the
pipe brought to correct line and grade. At times when pipe laying is not in progress,
the open end of the pipe shall be closed by a watertight plug. When practical, the
plug shall remain in place until the trench is pumped completely dry.
Access Roads/Water and Sewer T.S.3 -9
Sebastian Municipal Airport
When it is necessary to deflect the pipe from a straight line in either the vertical or
horizontal plane, or where long radius curves are permitted, the amount of
deflection shall not exceed that of Table 5 and 6 in AWWA Specification C600
for ductile iron pipe or AWWA M23 for P.V.C. pipe.
1) Thrust Restraint - All valves, dead ends, tees, and bends for changes in
alignment shall be appropriately restrained against pipeline thrust. All items
installed in the mainline which may cause vertical or horizontal thrust
forces shall require the item and appropriate length of upstream
and downstream pipe to be mechanically restrained with approved
devices.
2) Backfill
a. General - Where the trench has been dewatered, backfilling must
progress sufficiently before pumps are shut off to prevent flotation of
pipe. Any pipe that has been displaced perceptibly from its correct
position shall be removed and re -laid properly at the Contractor's
expense. Backfilling shall follow pipe laying within 100 feet, unless
otherwise directed by the Engineer, but shall not be performed in any
case until the Engineer has approved the line for backfilling. Water shall
not be added except as required to obtain Optimum Moisture Content
and "'flooding'" or "puddling'" for compaction will not be allowed.
Backfill material shall be free of roots, logs, limbs, clays, large rocks or any
material or debris determined to be unsuitable by the Engineer. The
Engineer may reject any material which he considers unsuitable for
backfill.
The compaction procedures specified herein shall be considered "minimum
procedures" to prevent after - settlement and the Contractor shall reopen,
refill and recompact any trenches indicating improper backfill procedures
or after - settlement.
All road crossings shall be backfilled immediately, made passable and
maintained passable until the permanent repair is made.
b. State -Owned Rights -Of -Way Under Pavements - The initial lift (stage 1)
shall consist of clean, fine, select materials, not exceeding 314" in diameter
under the haunches of the pipe. The material shall be placed in layers
not to exceed 6 ". The initial lift shall be manually compacted to 100%
of the maximum density as determined by AASHTO T -99. Subsequent
lifts (stage 2) to 12" above the pipe shall be constructed as specified for
stage 1, except that had operated mechanical tampers may be used.
Additional lifts in stage 2, from 12" above the pipe to the top of subgrade
shall be carefully backfilled with material free from organic material and
stones or clumps exceeding 3- inches (2- inches in the final 6 -inch
Access Roads/Water and Sewer T.S.3 -10
Sebastian Municipal Airport
Iayer) in diameter, and mechanically compacted in 6 -inch layers to
an average maximum density of 100% as determined by AASHTOT -99.
C. All Other Areas Under Pavements - The initial lift shall consist of
clean, fine, select materials, not exceeding 314" in diameter under the
haunches of the pipe. The material shall be placed in layers not to exceed
4 ". The initial lift shall be manually compacted to 95% of the maximum
density as determined by AASHTO T -180. Subsequent lifts to 12" above
the pipe shall be constructed as specified for the initial lift, except that
had operated mechanical tampers may be used. Additional lifts from
12" above the pipe to the top of subgrade shall be carefully backfilled with
material free from organic material and stones or clumps exceeding 3-
inches (2- inches in the final 6 -final layer) in diameter, and compacted in
6 -inch layers to an average maximum density of 95% as determined by
AASHTO T -180.
d. Areas Outside of Pavements - Backfill of all areas outside of
pavements shall be constructed as specified above for "all other areas under
pavements" except that the additional lifts shall be constructed as specified
to the finished grade.
e. Density Testing - The Contractor shall arrange to have
sufficient soil tests made by an independent testing laboratory
approved by the Engineer to demonstrate conformance of his work with
the stability and compaction levels required by these
specifications. Compaction tests shall be taken at intervals listed
herein or as deemed necessary by the Engineer. All test results shall be
signed and sealed by a Florida Registered Engineer, and a copy provided to
the Owner and Engineer.
In no case shall the Contractor proceed with construction over
compacted material until the tests prove satisfactory and approval is given
by the Engineer.
In general, at least one test for maximum dry density /optimum
moisture content shall be performed on a representative sample of each
inherently different material to be used for compacted backfill or
embankment fill.
As a minimum, in -place density tests shall be performed at the rate of one
test location per 300 lineal feet (or fraction thereof) of trench on the
compacted backfill, under each drive lane at all roadway crossings and at all
significant changes in bedding and backfill material . Tests shall be taken in
one foot lifts beginning at one foot above the pipe and ending at the final
grade. Test locations shall be as directed by the Engineer or his
authorized representative. If any test results are unsatisfactory, the
Contractor shall re- excavate and recompact the backfill, at his expense, to the
Access Roads/Water and Sewer T.S.3 -11
Sebastian Municipal Airport
extent directed by the Engineer until the required compaction is obtained.
The cost of all proctor and density tests shall be the responsibility of the
Contractor and shall be included in the cost of installed and completed water
main.
3) Installation of Detectable Buried Warning Tape
Tape shall be tied to each valve or fitting and shall run continuously with no
splices between valves or fittings. Tape shall be placed at a maximum
depth of 12 inches below finished grade directly above the pipe
centerline. Following placement of tape, the trench shall be backfilled
with due caution to prevent displacement or damage to the tape.
4) Installation of Detectable Buried Trace Wire
Trace wire shall be installed on all pipe, valve and fittings, with splices,
branches, connections and terminations as shown on the plans.
5) Separation Requirements
Water mains shall be laid at least ten (10) feet horizontally from any
existing or proposed sanitary or storm sewer, or any other sanitary
hazard. Water mains crossing sanitary hazards shall be laid to provide a
minimum vertical clearance of 18 inches between the outside of the water
main and the outside of the sanitary hazard. Where the water main passes
under the sanitary hazard or the 18 inch clearance cannot be met, the water
main shall have a full pipe length centered on the sanitary hazard. The
water main pipe section shall be ductile iron pipe or it shall be encased
in a minimum of 6 inches of concrete all around.
D. Field Quality Control
1) Hydrostatic Tests - The Contractor shall provide all necessary material and
shall perform all work required in connection with the test, including
temporary plugs where required. All pipe shall be tested to a hydrostatic
pressure of 150 p.s.i. The required pressure as measured at the point of
highest elevation shall be applied for not less than two hours, and all pipe,
fittings, valves and joints shall be made water -tight if leakage is evident.
No ductile iron pipe installation will be accepted unless and until the
leakage is less than that as specified under Section 4.2 of the AW WA
(ANSI) 0600, P.V.C. pipe installations shall meet the leakage
requirements of AWWA M23 as applicable.
E. Adjusting and Cleaning
1. Restoring Surfaces - The top surfaces of the backfill shall be restored to
Access Roads/Water and Sewer T.S.3 -12
Sebastian Municipal Airport
the original or planned conditions. Trenches shall be carefully
examined upon the completion of backfilling and surface irregularities, that
are dangerous or obstructive to traffic, are to be removed.
Paved sections shall conform in grade with adjacent areas and shall be of at
least equal quality. Design mixes for flexible pavement shall be subject to
approval by the Engineer. All damaged or undermined areas of existing
pavement, not previously removed, shall be removed and restored to original
conditions or in the specified manner.
Equipment shall not travel over loose rock fragments, or other hard
material, lying on sections or pavement which are not to be removed.
Removal, replacement and restoration of areas of pavement shall be as
indicated on drawings.
F. Connection to Existing Mains
The Contractor shall make no connection to another Contractor's work unless
the work has been substantially completed, accepted, and paid for by the Owner, or
expressed written permission to connect to the work has been given by the
other Contractor and said written permission has been forwarded to the
Engineer.
4. MEASUREMENT AND PAYMENT
Measurement for water main shall be determined by the number of linear feet of each size of
pipe installed, in place, completed and approved. The footage shall be the horizontal
distance measured along the surface of the trench from the beginning to the end of the
project. The payment for all fittings in the mainline, excluding fittings required for lump
sum hydrant installations, shall be based upon the number and type of fittings installed in the
mainline.
The unit price bid per foot under this Section shall be full compensation for
providing all clearing, excavation, special foundation, backfilling, density testing,
concrete encasement, thrust - blocking, and appurtenances required for the proper
completion of the work herein described and as shown on the Plans. Mechanical joint
restraint shall be paid on a unit price basis for each size mechanically restrained joint
furnished installed and approved. Payment for fittings shall be based upon the total tonnage
installed in accordance with the Drawings and Specifications. Fitting weight shall be based
upon the per unit weight as identified in the approved shop drawings. No additional
payment will be considered for cost incurred in the stabilization of trench bottoms which
are inadequate due to the materials encountered or due to construction methods.
Access Roads/Water and Sewer TS.3 -13
Sebastian Municipal Airport
SECTION 4
FORCE MAINS
1. GENERAL
A. Scone
The work to be performed cinder this Item shall include the furnishing of all
materials, equipment and labor required for the installation of force mains as herein
described and as shown on the Plans. The Contractor shall perform all excavation,
backfilling, compacting, testing and related work required for the construction of
these water mains in accordance with the provisions set forth under the applicable
items of this Specification.
B. References
Standards applicable in this Specification shall be:
1) American Water Works Association (AWWA) and American National
Standards Institute (ANSI).
a. AWWA C104 (ANSI A21.4) Cement -Mortar Lining for
Ductile -Iron and Gray -Iron Pipe and Fittings for water.
b. AWWA (ANSI) C110 Gray -iron and Ductile -Iron Fittings, 3 -inch
through 48 -inch for water and other liquids.
C. AWWA 0111 (ANSI A21.11) Rubber Gasket Joints for
Ductile -Iron and Gray -Iron Pressure Pipe and Fittings.
d. AWWA C150 (ANSI A21.50) Thickness Design of ductile -Iron
Pipe.
e. AWWA C151 (ANSI A21.51) Ductile -Iron Pipe, Centrifugally cast
in Metal Molds or Sand Lined Molds for water or other liquids.
f AWWA C153 (ANSI A21.53) Ductile -Iron Compact Fittings, 3-
inch through 112 -inch for water and other liquids.
g. AWWA (ANSI) 0600 Installation of Gray and Ductile Cast Iron
Water Mains and Appurtenances.
h. AWWA (ANSI) 0900 Standard for Polyvinyl chloride (PVC)
Pressure Pipe, 4 -inch through 12 -inch.
i. AWWA M23 Manual of Water Supply Practices, "PVC Pipe -
Design and Installation ".
Access Roads /Water and Sewer T.S.4 -1
Sebastian Municipal Airport
2) American Society for Testing and Materials (ASTM)
a. ASTM D -1248 Polyethylene Plastics Moldings and Extrusion
Materials.
3) American Association of State Highway and Transportation Officials
a. AASHTO T -99 (2.5 kg.) Rammer and a 12- inch (305 mm)
Drop, as modified by T -99 -801 (Dated 1981).
b. AASHTO T -180 Density Relations of Soils using a 10 lb.
Rammer and an 18 -inch drop.
C. Submittals
1) Shop Drawings - Prior to any fabrication or installation work, the
Contractor shall furnish to the Engineer, for review and approval five (S)
sets of shop drawings for the following items..
a. Material specifications for all pipe types, fittings, joints, joint
restraint, specials, and miscellaneous appurtenances.
All drawings shall be reviewed, approved and stamped by the
Contractor prior to submission to the Engineer.
2. MATERIALS
A. Pine
1) Ductile Iron Pipe - All ductile iron pipe shall conform to AWWA C151 ANSI
A21.51 and have a rated working pressure of 350 psi (minimum).
All pipe shall be factory lined and coated. The pipe interior shall
receive a minimum 40 mil (D.F.T.) lining of fusion- bonded, ceramic - epoxy.
The lining shall be applied in one coat and shall be "Protecto" 401,
"Lineguard" 100 or approved equal. The exterior of the pipe shall have a
minimum 1 mil. thick bituminous coating in accordance with AWWA 0151.
The pipe shall be marked the entire length with three brown color coded
stripes. These stripes shall be applied in the manner as the required
ASTM coding using paint and shall be at least 112 -inch high with the word
"Sewer Main" in 314 -inch high letters appearing one or more times every
21- inches. As an alternative to lettering, pipe may be continuously
spiral wrapped with blue plastic identification tape marked "Force
Main".
Ductile Iron Pipe shall conform to the following thickness classes:
Access Roads /Water and Sewer T.S.4 -2
Sebastian Municipal Airport
a. Ductile Iron Pipe under roadway pavements shall be minimum
pressure class 350.
b. Ductile Iron Pipe in roadway shoulders or in unimproved areas shall
be minimum pressure class 350.
Unless otherwise indicated on the Drawings, ductile iron pipe shall be
furnished in standard 18 or 20 foot laying lengths.
2) P.V.C. Pipe - PoIyvinyl Chloride, ASTM D1784 pressure pipe shall be
made from Class 12454 -A or Class 12454 -B material and conform with the
outside diameter of cast iron pipe.
P.V.C. pipe (4" through 12 ") shall be rated for a minimum working
pressure of 150 psi. P.V.C. pipe shall be pigmented during extrusion to
provide a brown color. The pipe shall be marked the entire length with
three color coded stripes. These stripes shall be applied in the manner as
the required ASTM coding using permanent ink and shall be at least 1/2-
inch high with the word "Force Main" in 3/4 -inch high letters appearing
one or more times every 21- inches. As an alternative to lettering, pipe may
be continuously spiral wrapped with plastic identification tape marked
"Force Main ".
P.V.C. pipe sizes shall conform to the following:
a. Pipe sizes 4" through 12" shall conform to AWWA C900 and
have a minimum wall thickness of DR -18.
b. Pipe sizes over 12 -inch shall be manufactured in accordance with
UNI- B- 11 -85, shall meet AWWA C 905 standards for potable water
application requirements, and shall be DR -18 wall thickness.
B. Fittings
ittings
All underground fittings shall be ductile iron with mechanically restrained
joints. Fittings shall conform to the following:
1) Fittings for pipe sizes 4" through 12" shall be compact ductile iron
conforming to AWWA C 153. Fittings shall have a minimum pressure
rating of 350 psi. Fittings shall have mechanically restrained joints.
2) Fittings for pipe sizes over 12" shall be ductile or cast iron conforming to
AWWA C110. Fittings shall have a minimum pressure rating of 250 psi.
Fittings shall have mechanically restrained joints..
3) All fittings shall be lined and coated as specified for ductile iron pipe.
4) Retainer glands for fitting restraint shall not be permitted.
Access Roads/Waterand Sewer T.S.4 -3
Sebastian Municipal Airport
C. Joints
1) Push on Joints - Joints for PVC pipe shall be bell and spigot, rubber
gasket compression, push -on type as specified in AWWA C111 (ANSI
A21.11). Special fittings and joints shall be considered for specific
installation.
2) Mechanical Joints - Mechanical joints shall be used on fittings for
changes in horizontal alignment on all pipes, up to 12- inches in
diameter. Otherwise, all mechanical joints shall be restrained as
further outlined in these specifications. Mechanical joints shall be in
accordance with AWWA C 111.
3) Restrained Joints - Fittings used for changes in alignment of pipe
shall be mechanically restrained. As indicated on the drawings, pipe
lengths located upstream and downstream of restrained fittings shall also
be restrained. Method of joint restraint shall be as follows:
a. P.V.C. pipe in diameters 4" through 12" shall be restrained at
fittings with "UNI- FLANGE" series 1300 -C, "EBBA IRON" series 500, or
other approved restrainer. Bell and spigot joints on P.V,C. pipe in diameters
4" through 12" shall be restrained with "UNI- FLANGE" series 1350 -C,
"EBBA IRON" series 1500, or other approved restrainer..
b. P.V.C. pipe in diameters over 12" shall be restrained at fittings with
"UNI- FLANGE" large diameter series 1300 -C, or other approved
restrainer. Bell and spigot joints on P.V.C. pipe in diameters over 12" shall
be restrained with "UNI- FLANGE" large diameter series 1350 -C, or
other approved restrainer.
C. Mechanical joint ductile iron pipe and fittings shall be restrained
with "EBBA IRON", Megalug Series 1100 restrainers, or approved equal.
Push -on ductile iron pipe and fittings shall be restrained with pipe
manufacturer's restrained joints, such as U.S. Pipe "TR -FLEX GRIPPER
RING ", American Pipe "LOK -RING" or "LOK- FAST " joints, or approved
equal.
d. Retainer glands shall not be permitted.
4) Flexible Joints - Where indicated, river or canal crossing pipe shall have
flexible ball and socket restrained joints. Joints shall provide a minimum
joint deflection of 15 degrees. Flexible joints shall be American
Pipe "FLEX -LOK ", U.S. Pipe "USIFLEX", or approved equal.
5) Flanged Joints - Where indicated, flanged joints shall be Class 125
conforming to AWWA Standard C110. Flanged joints shall be used for
connection of all above grade installations.
Access Roads/Water and Sewer T.S.4 4
Sebastian Municipal Airport
6) Gaskets - All gaskets shall be manufactured of an elastomeric material. The
gasket shall provide a positive, tight seal under all combinations of joint and
gasket tolerances. Installation and lubrication of gaskets shall be as
directed by the manufacturer.
D. Foundation Rock
A sieve analysis of Foundation Rock shall conform to the following limits:
Passing 3/4" - 100%
Passing 3/8" - 20 - 55%
Passing #4 - 0 10%
Passing #S - 0 - 5%
E. Buried Identification Ta e
Detectable buried identification tape shall be installed for all pipe.
Tape shall be 2 inches minimum width, consisting of a minimum 5 mil overall
thickness with a solid aluminum foil core. Construction shall be 2 mil clear film,
reverse print laminated to aluminum foil to 2 mil clear film, making the film
permanently printed.
Tape shall be furnished in manufacturers' standard roll length, meeting the
"American Public Works Association" (APWA) color code, and shall be imprinted
continuously with the following words, unless otherwise approved:
"CAUTION BURIED FORCE MAIN BELOW"
Detectable buried warning tape shall be equal to or better than "PRO- LINE"
underground utility marking tape as manufactured by Pro -Line Safety Products
Co., 1099 Atlantic Drive, Unit #1, West Chicago, IL.
F. Detectable Buried Trace Wire
Trace wire shall be continuous #14 THHN, single conductor copper wire. PVC color
sheathing shall meet the color code of the "American Public Works Association"
(APWA).
3. EXECUTION OF WORK
The installation and testing of the force main shall be done in accordance with
AWWA (ANSI) C600 for ductile iron pipe or AWWA M23 for P.V.C. pipe, plus
the additional requirements described herein or shown on the Plans.
A. Preparation
1. Clearing - The Contractor shall perform all clearing necessary, where
Access Roads/Water and Sewer T.SA -5
Sebastian Municipal Airport
applicable, for the proper installation of all force mains, and
appurtenances in the locations shown on the drawings. Plantings,
shrubbery, trees, utility poles or structures subject to damage resulting from
the excavation shall be transplanted, relocated, braced, shored or otherwise
protected and preserved unless otherwise directed by the Engineer.
B. Trenching
1. Pavement Cutting - Asphaltic pavements shall be cut by pneumatic
hammers or mechanical pavement cutters; saws, or other method
approved by the Engineer. Concrete pavement or concrete base
pavement shall be sawed. Both types of pavement shall be cut and
removed rp for to any excavation.
2. Excavation - The excavation in which the pipes and appurtenances are to be
constructed shall be excavated in open cut, except where otherwise
stated on the Plans, in such a manner to such depths and widths as will
give suitable room for bracing, supporting, pumping, draining and for
removing from the excavation any material which the Engineer may decide
is inadequate for foundation_ The maximum trench width at the top of
the pine shall be in accordance with the trenching details.
The Contractor may, where it will not interfere with the work or
adjacent structures or property, slope the sides of excavation. The sides
of the trench may only be sloped from a point in compliance with the
trenching details. No compensation will be allowed for such
excavation and the Contractor shall include its cost in the prices bid.
The materials of excavation shall include all materials encountered, such
as clay, sand, rock, marl, muck, gravel, boulders, heterogeneous fill
materials, old timbers, or any combination of these. Any
unforeseen obstacles such as buried trees or timbers, abandoned
utilities, metal objects, concrete masses or any debris encountered shall
be removed. All "materials of excavation" and "unforeseen obstacles"
will be considered as incidental to construction and no additional
compensation will be allowed.
All roots, stumps, logs, limbs, boulders or any material which is not
suitable for backfill material shall be removed from the site promptly as
excavated and disposed of by the Contractor at his expense.
3. Length of Trench to be Opened - The length of trench to be opened or the
area of surface to be disturbed and unrestored at any time will be limited by
the Engineer with regard to expeditious construction and the convenience
of the Owner. Excavation shall not advance more than 100 feet ahead
of the pipe laying without the consent of the Engineer.
4. Sheeting and Bracing - The Contractor shall be responsible for
Access Roads/Water and Sewer T.S.4 -6
Sebastian Municipal Airport
properly supporting the sides of all trenches and excavations with
timbers or other supports wherever necessary or required to properly
safeguard the trenches, adjacent properties and structures and at
restricted right -of -way. The cost of all necessary timber, sheeting and
bracing whatsoever (left in place or removed), shall be included in the unit
prices bid for furnishing and installing water main.
Portions of the timber sheeting driven below the elevation of the top of the
pipe shall not be disturbed or removed.
Timber sheeting and bracing shall be left in place if so ordered by the
Engineer and/or where shown on the Plans to avoid undermining or
otherwise endangering the work or adjacent structures.
All sheeting left in place shall be cut off or driven at least 18- inches
below finished grade, unless otherwise ordered.
Great care shall be exercised in the selection of sheeting and bracing of
adequate design, type, size and strength. The adequacy of the timber used
for all supporting and bracing purposes shall be the responsibility of the
Contractor, who shall use only men of seasoned experience for this type of
work. The sizes and lengths of the timber used shall conform closely
to the needs of the work and oversizing as well as undersizing should be
avoided.
In placing and driving the sheeting, proper workmanship and
equipment shall be used to achieve a true alignment and close contact of the
sheeting boards. Timber sheeting shall be straight and sound, free from
shakes, cracks, large or loose knobs and other defects impairing its
strength and durability. It shall be squared to the required dimension
throughout its entire length. if required for the proper execution of the
work where running sand, quicksand or other semi -fluid material difficult
to handle is encountered, the timber sheeting shall be tongue and groove.
The Contractor may, in lieu of sheeting, bracing and shoring to
maintain the allowable trench widths, use a "trench box" ( "trench
shield" or "mule ") provided pipe sections are secured downstream by a
cable(s) stretched through and secured to the end section of pipe by means
of a timber and a cable clamp, all materials being of adequate size and
strength. The cable shall be held taut during the process of advancing the
"box ".
This procedure may be used so long as, in the opinion of the Engineer, the
work is proceeding satisfactorily. The Engineer may revoke
permission to use the "trench box" at any time he feels unsatisfactory or
inadequate work is being performed and the Contractor shall, without
appeal, immediately begin using sheeting„ bracing and shoring to maintain
the allowable trench widths.
Access Roads/Water and Sewer T.S.4 -7
Sebastian Municipal Airport
At all times, when soil conditions permit, the bottom edge of the
"trench box" shall be no lower than the springline of the pipe, so as to
disturb the trench compaction when advancing the "trench box ".
5. Placing of Excavated Material - All excavated materials shall be placed
where indicated by the Engineer in such a manner as not to endanger the
work and so that free access will be maintained at all times to all parts of
he trench and to all fire hydrants and their gate valves in the vicini1y. Such
material shall be neatly piled so as to interfere as little as possible with traffic.
6. Drainage - The Contractor shall furnish sufficient pumping or other
dewatering equipment and shall provide at his own expense
satisfactory drainage whenever needed in trenches and other
excavations during the progress of the work and its completion for
inspection. Water shall not be allowed to flow over or raise upon any
concrete, masonry or pipe until work has been inspected and the
mortar or concrete has properly set.
Unless otherwise permitted by the Engineer, the water table shall be
lowered by the use of a well point system. Open trench pumping may be
permitted only upon approval by the Engineer of the method of pumping
and drainage to be used. If open trench pumping is approved, the
water must be conveyed entirely through approved coarse material
placed below the bottom of the "Foundation" hereinafter described.
The depth of this coarse material shall be determined by the Contractor
and approved by the Engineer.
Materials and workmanship used for the well point system shall be in
keeping with the approved standard practice. The well point system shall
function so as to enable pipe, concrete cradle and appurtenances to be
installed without interference from running or standing water at the bottom
of the trench. The Engineer shall make the final decision as to the
acceptability of the well point system or any part thereof.
Where necessary, pea gravel or graded sand shall be used in
conjunction with the well points as they are installed in insure
continuous pumping in the dewatering of fine material.
The cost of dewatering shall be included in the various unit prices bid for
furnishing and installing force main.
7. Disposal of Water from Excavations - All water pumped or bailed from
trenches or other excavations shall be conveyed in a proper manner to
a suitable point of discharge by the Contractor at his own expense.
The Contractor shall provide for the disposal of water removed from
excavations in a manner that will not cause injury to public health,
Access Roads /Water and Sewer T.S.4 -8
Sebastian Municipal Airport
private or public property, any portion of the work completed or in
progress, the surface of the streets, or cause any impediments to the
reasonable use of the site by other Contractors. The Contractor shall be
responsible for complying with all the local regulations and those of the
Department of Environmental Regulation regarding pollution of waterways.
Should the size of Contractor's dewatering equipment, or the quantity of
disposed water, or the method of disposal require a St. Johns' River Water
Mgmt. District permit, the Contractor shall obtain such permit at no
additional expense to the Owner and with no additional time added to the
Contract. The Contractor shall take special precautions to eliminate any
odor problems resulting from the discharge of sulfide water, such as the use
of submerged discharge outlets and overflow basins.
8. Preparation of Trench - Trenching as shown on the Plan details shall be
standard for this project. The trenches shall be constructed by
excavating to the depth indicated on the Plans. The trenches shall then be
manually shaped to fit the bell and lower quadrant of the pipe barrel.
Mechanical excavation shall be limited to provide an undisturbed
trench bottom for the lower quadrant and bell of the pipe. Final
excavation shall require hand shaping for placement of the pipe. If
mechanical overcutting occurs, the pipe bedding shall consist of four (4)
inches of washed and graded sand or crushed rock on undisturbed soil.
C. Laving of Pipe
All pipe, fittings and valves shall be installed according to AWWA
Specification C600 for ductile iron pipe or AWWA M23 for P.V.C. pipe.
Prior to installation, all pipe and appurtenances shall be examined for damage and
defects. Under no circumstances shall defective pipe be installed. All lumps,
blisters and excess coating materials shall be removed from the socket and plain
ends of each pipe. While being placed in the trench, care shall be taken to prevent
foreign material from entering the pipe.
As each length of pipe is placed in the trench, the joint shall be assembled and the
pipe brought to correct line and grade. At times when pipe laying is not in progress,
the open end of the pipe shall be closed by a watertight plug. When practical, the
plug shall remain in place until the trench is pumped completely dry.
When it is necessary to deflect the pipe from a straight line in either the vertical or
horizontal plane, or where long radius curves are permitted, the amount of
deflection shall not exceed that of Table 5 and 6 in AWWA Specification C600
for ductile iron pipe or AWWA M23 for P.V.C. pipe.
1) Thrust Restraint - All valves, dead ends, tees, and bends for changes in
alignment shall be appropriately restrained against pipeline thrust. All items
installed in the mainline which may cause vertical or horizontal thrust
forces shall require the item and appropriate length of upstream
and downstream pipe to be mechanically restrained with approved
Access Roads/Water and Sewer T.S.4 -9
Sebastian Municipal Airport
devices.
2) Backfill
a. General - Where the trench has been dewatered, backfilling must
progress sufficiently before pumps are shut off to prevent flotation of
pipe. Any pipe that has been displaced perceptibly from its correct
position shall be removed and re -laid properly at the Contractor's
expense. Backfilling shall follow pipe laying within 100 feet, unless
otherwise directed by the Engineer, but shall not be performed in any
case until the Engineer has approved the line for backfilling. Water shall
not be added except as required to obtain Optimum Moisture Content
and "flooding " or "Puddling" for compaction will not be allowed.
Backfill material shall be free of roots, logs, limbs, clays, large rocks or any
material or debris determined to be unsuitable by the Engineer. The
Engineer may reject any material which he considers unsuitable for
backfill.
The compaction procedures specified herein shall be considered "minimum
procedures " to prevent after - settlement and the Contractor shall reopen,
refill and recompact any trenches indicating improper backfill procedures
or after - settlement.
All road crossings shall be backfilled immediately, made passable and
maintained passable until the permanent repair is made.
b. State -Owned Rights -Of -Way Under Pavements - The initial lift (stage 1)
shall consist of clean, fine, select materials, not exceeding 314" in diameter
under the haunches of the pipe. The material shall be placed in layers
not to exceed 6 ". The initial lift shall be manually compacted to 100%
of the maximum density as determined by AASHTO T -99. Subsequent
lifts (stage 2) to 12" above the pipe shall be constructed as specified for
stage 1, except that had operated mechanical tampers may be used.
Additional lifts in stage 2, from 12" above the pipe to the top of subgrade
shall be carefully backfilled with material free from organic material and
stones or clumps exceeding 3- inches (2- inches in the final 6 -inch
layer) in diameter, and mechanically compacted in 6 -inch layers to
an average maximum density of 100% as determined by AASHTOT -99.
C. All Other Areas Under Pavements - The initial lift shall consist of
clean, fine, select materials, not exceeding 3l4" in diameter under the
haunches of the pipe. The material shall be placed in layers not to exceed
4 ". The initial lift shall be manually compacted to 95% of the maximum
density as determined by AASHTO T -180. Subsequent lifts to 12 " above
the pipe shall be constructed as specified for the initial lift, except that
hand operated mechanical tampers may be used. Additional lifts from
12" above the pipe to the top of subgrade shall be carefully backfilled with
Access Roads/Water and Sewer T.S.4 -10
Sebastian Municipal Airport
material free from organic material and stones or clumps exceeding 3-
inches (2- inches in the final 6 -final layer) in diameter, and compacted in
6 -inch layers to an average maximum density of 95% as determined by
AASHTO T -180.
d. Areas Outside of Pavements - Backfill of all areas outside of
pavements shall be constructed as specified above for "all other areas under
pavements" except that the additional lifts shall be constructed as specified
to the finished grade.
e. Density Testing - The Contractor shall arrange to have
sufficient soil tests made by an independent testing laboratory
approved by the Engineer to demonstrate conformance of his work with
the stability and compaction levels required by these
specifications. Compaction tests shall be taken at intervals listed
herein or as deemed necessary by the Engineer. All test results shall be
signed and sealed by a Florida Registered Engineer, and a copy provided to
the Owner and Engineer.
In no case shall the Contractor proceed with construction over
compacted material until the tests prove satisfactory and approval is given
by the Engineer.
In general, at least one test for maximum dry density /optimum
moisture content shall be performed on a representative sample of each
inherently different material to be used for compacted backfill or
embankment fill.
As a minimum, in -place density tests shall be performed at the rate of one
test location per 300 lineal feet (or fraction thereof) of trench on the
compacted backfill, under each drive lane at all open cut roadway crossings
and at all significant changes in bedding and backfill material . Tests shall be
taken in one foot lifts beginning at one foot above the pipe and ending at
the final grade. Test locations shall be as directed by the Engineer or his
authorized representative. If any test results are unsatisfactory, the
Contractor shall re- excavate and recompact the backfill, at his expense, to the
extent directed by the Engineer until the required compaction is obtained.
The cost of all proctor and density tests shall be the responsibility of the
Contractor and shall be included in the cost of installed and completed water
main.
3) Installation of Detectable Buried Warning Tape
Tape shall be tied to each valve or fitting and shall run continuously with no
splices between valves or fittings. Tape shall be placed at a maximum
depth of 12 inches below finished grade directly above the pipe
centerline, Following placement of tape, the trench shall be backfilled
with due caution to prevent displacement or damage to the tape.
Access Roadsfwater and Sewer T.S.4 -11
Sebastian Municipal Airport
4) Installation of Detectable Buried Trace Wire
Trace wire shall be installed on all pipe, valve and fittings, with splices,
branches, connections and terminations as shown on the plans.
5) Separation Requirements
Force mains shall be laid at least ten (10) feet horizontally from any water
main. Force mains crossing water main shall be laid to provide a minimum
vertical clearance of 18 inches below the outside of the force main.
Where the water main passes under the force main or the 18 inch clearance
cannot be met, the force main shall have a full pipe length of ductile iron
centered on the water main. The water main pipe section shall be ductile
iron pipe or it shall be encased in a minimum of 6 inches of concrete all
around.
D. Field uality Control
1) Hydrostatic Tests - The Contractor shall provide all necessary material and
shall perform all work required in connection with the test, including
temporary plugs where required. All pipe shall be tested to a hydrostatic
pressure of 100 p.s.i. The required pressure as measured at the point of
highest elevation shall be applied for not less than two hours, and all pipe,
fittings, valves and joints shall be made water -tight if leakage is evident.
No ductile iron pipe installation will be accepted unless and until the
leakage is less than that as specified under Section 4.2 of the AWWA
(ANSI) C600, P.V.C. pipe installations shall meet the leakage
requirements of AWWA M23 as applicable.
E. Adjusting and Cleaning
Restoring Surfaces - The top surfaces of the backfill shall be restored to
the original or planned conditions. Trenches shall be carefully
examined upon the completion of backfilling and surface irregularities, that
are dangerous or obstructive to traffic, are to be removed.
Paved sections shall conform in grade with adjacent areas and shall be of at
least equal quality. Design mixes for flexible pavement shall be subject to
approval by the Engineer. All damaged or undermined areas of existing
pavement, not previously removed, shall be removed and restored to original
conditions or in the specified manner.
Equipment shall not travel over loose rock fragments, or other hard
material, lying on sections or pavement which are not to be removed.
Removal, replacement and restoration of areas of pavement shall be as
indicated on drawings.
Access Roads/Water and Sewer T.S.4 -12
Sebastian Municipal Airport
F. Connection to Existing Mains
The Contractor shall make no connection to another Contractor's work unless
the work has been substantially completed, accepted, and paid for by the Owner, or
expressed written permission to connect to the work has been given by the
other Contractor and said written permission has been forwarded to the
Engineer.
4. MEASUREMENT AND PAYMENT
Measurement for force main shall be determined by the number of linear feet of each size of
pipe installed, in place, completed and approved. The footage shall be the horizontal
distance measured along the surface of the trench from the beginning to the end of the
project. The payment for all fittings in the mainline, excluding fittings required for lump
sum hydrant installations, shall be based upon the number and type of fittings installed in the
mainline.
The unit price bid per foot under this Section shall be full compensation for
providing all clearing, excavation, special foundation, backfilling, density testing,
concrete encasement, thrust - blocking, and appurtenances required for the proper
completion of the work herein described and as shown on the Plans. Mechanical joint
restraint shall be paid on a unit price basis for each size mechanically restrained joint
furnished installed and approved. Payment for fittings shall be based upon the total tonnage
installed in accordance with the Drawings and Specifications. Fitting weight shall be based
upon the per unit weight as identified in the approved shop drawings. No additional
payment will be considered for cost incurred in the stabilization of trench bottoms which
are inadequate due to the materials encountered or due to construction methods.
Access Roads/Water and Sewer T.S.4 -13
Sebastian Municipal Airport
SECTION S
GATE VALVES
1. GENERAL
A. Scope
The work to be performed under this item shall include furnishing and installing
gate valves as specified by the Engineer and as shown on the Plans.
B. References
Standards applicable in this Specification shall be:
1) American 'Water Works Association (AWWA)
a. AWWA C111 -80 - Rubber - Gasket Joints for Ductile Iran and Gray -
Iron Pressure Pipe and Fittings.
b. AWWA C509 -87 - Resilient- Seated Gate Valves for Water and
Sewerage Systems.
2) American Society of Testing and Material (ASTM)
a. ASTM A126-84 - Gray -Iron Castings for Valves, Flanges and Pipe
Fittings.
C. Submittals
1) Shop Drawings - Prior to any fabrication or installation work, the
Contractor shall furnish to the Engineer, for review and approval five M sets
of shop drawings for the following items. All drawings shall be reviewed,
approved and stamped by the Contractor pursuant to the provisions of the
General Conditions.
a. Gate Valve
b. Valve Box
2. MATERIAL
A. Gate Valves (Sizes 4" to 12 ")
Gate valves shall be of the solid wedge type with resilient seats. Gate valves shall be
mechanical jointed and meet the requirements of AWWA C509 -87.
Valves shall be iron bodied, bronze mounted, utilizing "O- ring" seals.
Resilient seat shall be applied to the gate and shall seal against an epoxy coated
metallic surface.
Access RoadslWater and Server T.S.5 -1
Sebastian Municipal Airport
The stem shall be of the non -rising type, operated by a standard AWWA, 2 -inch
wrench nut. All valves shall open to the left, using a counterclockwise motion. The
stem shall be sealed with a dual "O- ring " system designed such that the seal above
the stem collar can be replaced with the valve under pressure in the fully open
position.
Valves shall be rated for a 150 psi working pressure and a minimum body test pressure
of 300 psi. When closed, the valve shall be drip -tight under rated pressure
differential applied alternately to each side of the gate.
The interior of the valve shall be epoxy lined in accordance with AWWA C550.
The exterior of the valve shall receive a minimum of two, 2 mill dry film thickness,
asphaltic coating. All exterior exposed bolts, studs, and nuts shall be corrosion
resistant, zinc - coated in conformance with ASTM A153.
B. Valve Boxes
All buried valves shall have cast two or three piece valve boxes with cast iron covers.
Valve boxes shall be provided with suitable heavy bonnets and extend to an
elevation at or slightly above the valve bonnet. The barrel shall be one or two- piece,
screw type, having 5 -114 inch shaft. Covers shall have "WATER" cast into the top
for all water main. All valves shall have actuating nuts extended to within six inches
of the top of valve box cover. All valve boxes shall be set in a square concrete
valve box bonnet in accordance with the Drawings.
3. EXECUTION OF WORK
A. Gate valves shall be installed as typical sections of the pipeline. The requirements for
pipeline foundation and backfill shall be followed in all regards when installing
buried service gate valves.
B. Care shall be taken so that the valve box does not transmit loads directly to the
valve body. Valve boxes shall be installed perpendicular and flush with the ground
surface as shown on the Plans.
C. All gate valves shall be mechanically restrained to the attached pipe sections. Pipe
sections both upstream and downstream of each valve shall be restrained the minimum
required length as that shown for a tee on the Drawings.
4. MEASUREMENT AND PAYMENT
A. Measurement for gate valves shall be based upon the actual number of each size valve
installed in the mainline in accordance with the Drawings and Specifications. Gate
valves installed with lump sum hydrant installations shall not be included in the
measurement for payment under this item.
Access Roads/Water and Sewer T.S,5 -2
Sebastian Municipal Airport
B. Payment shall be for the furnishings of all materials, equipment, and labor for the
installation of gate valves including valve box and incidentals required for the proper
completion of the work herein described and as shown on the plans. The unit price bid
per "Gate Valve" shall be full compensation for the proper completion of the work
herein described and as shown on the plans.
Access Roads /Water and Sewer T.S.5 -3
Sebastian Municipal Airport
SECTION b
WATER SERVICE TUBING
1. GENERAL
A. Scope
The work to be performed under this item shall include furnishing and
installing water service tubing as specified by the Engineer and as shown on the
Plans.
B. References
Standards applicable in this Specification shall be:
1) American Water Works Association (AW WA)
a. AWWA C901 -88 - Polyethylene (PE) Pressure Pipe and tubing,
112 in. through 3 in., for Water Service.
2) American Society of Testing and Material (ASTM)
a. ASTM D2239 - Standard Specification for Polyethylene (PE) Plastic
Pipe (SIDR -PR) based on Controlled Inside Diameter.
b. ASTM D2737 - Standard Specification for Polyethylene (PE)
Plastic Tubing.
C. ASTM D2774 - Standard Recommended Practice for
Underground Installation of Thermoplastic Pipe Materials.
d. ASTM D3350 - Standard Specification of Polyethylene Plastic
Pipe and bitting Material.
C. Submittals
1) Shop Drawings - Prior to any fabrication or installation work, the
Contractor shall furnish to the Engineer, for review and approval five (5)
sets of shop drawings for the following items. All drawings shall be
reviewed, approved and stamped by the Contractor prior to submission to the
Engineer.
a. Water Service Pipe
b. Tube Stiffeners
Access Roads/Water and Sewer T.S.6-1
Sebastian Municipal Airport
2. MATERIALS
A. Polyethylene Tubing 2 Inches in Diameter and Smaller
Polyethylene tubing shall be manufactured in accordance with AWWA C901-
88 of PE -3408 extrusion compound, cell classification PE334434C polyethylene
plastic material as specified in ASTM D3350. Polyethylene plastic pipe shall
conform to the following:
a. Tubing shall have a working pressure of 200 psi at 73.4° F.
b. Tubing interior surfaces shall be glass smooth, and shall be free from
bumps and irregularities. Materials must be completely homogeneous and
uniform in appearance.
C. Tubing dimensions and tolerances shall correspond with the values listed
in ASTM D2737, with a standard outside dimension ratio (DR) of 9.
d. Tubing shall be fully labeled with brand name and manufacturer,
NSF seal, size, type of plastic material, and ASTM designation with which the
tubing complies.
B. Joints
Joints for plastic tubing shall be of the compression type, utilizing a totally
confined grip seal and coupling nut, along with a split clamp locking device.
Stainless steel tube stiffener inserts shall be used at all plastic tubing joints.
C . Buried Identification Tgpe
Detectable buried identification tape shall be installed for all pipe.
Tape shall be 2 inches minimum width, consisting of a minimum 5 mil overall
thickness with a solid aluminum foil core. Construction shall be 2 mil clear film,
reverse print laminated to aluminum foil to 2 mil clear film, making the film
permanently printed.
Tape shall be furnished in manufacturers' standard roll length, meeting the "American
Public Works Association" (APWA) color code, and shall be imprinted continuously
with the following words, unless otherwise approved:
"CAUTION BURIED WATER MAIN BELOW"
Detectable buried warning tape shall be equal to or better than "PRO- LINE"
underground utility marking tape as manufactured by Pro -Line Safety Products Co.,
1099 Atlantic Drive, Unit #1, West Chicago, IL.
Access Roads/Watcr and Sewer T.S.6 -2
Sebastian Municipal Airport
D. Detectable Buried Trace Wire
Trace wire shall be continuous #10 THHN, stranded copper wire. PVC color sheathing
shall meet the color code of the "American Public Works Association" (APWA).
3. INSTALLATION
A. Installation of Plastic Water Service Tubing
Tubing shall be installed in accordance with ASTM D2774 standards as modified
by these specifications and the Contract Drawings.
Plastic tubing shall be installed with a minimum cover of 36 inches. Tubing shall be
placed in trench bottoms that provide continuous support and are uniform and free
from rocks, stones and other debris. The initial bedding and backfill from 3 inches
below the tubing to 4 inches above the tubing shall be sand or other granular backfill
not exceeding 112 inch in particle size. Care shall be exercised during backfilling
compaction to ensure that sharp or heavy rocks do not come into contact with the
tubing.
Where possible all service taps into the mainline shall be made 30° above
perpendicular to the pipe axis. Under no circumstances shall the tapping angle
exceed 45° above perpendicular. Successive taps into the mainline shall be
spaced a minimum 18 inches apart.
All water service tubing crossing under roadways shall be installed in schedule 40
PVC casing pipe in accordance with the Drawings. Casing pipe to be installed
under existing asphaltic surface courses shall be jack and bored as further specified in
these Documents, or by following a pneumatically burrowed hole such as made by a
"Pierce Arrow ".
B. Installation of Detectable Buried Warning Tape
Tape shall be tied to each valve or fitting and shall run continuously with no splices
between valves or fittings. Tape shall be placed at a maximum depth of 12 inches
below finished grade directly above the pipe centerline. Following placement
of tape, the trench shall be backfilled with due caution to prevent displacement or
damage to the tape.
C. Installation of Detectable Buried Trace Wire
Trace wire shall be installed on all pipe, valve and fittings, with splices, branches,
connections and terminations as shown on the plans.
Access Roads /Water and Sewer T.S.6 -3
Sebastian Municipal Airport
4. MEASUREMENT AND PAYMENT
Payment shall be for the furnishing of all materials, equipment and labor for the installation of
water service tubing and roadway crossing casing installed in trenches. Payment shall be
determined by the number of linear feet of each size of water service tubing and crossing casing
installed in place, completed and approved. The footage shall be the horizontal distance from
the mainline centerline to the right- of-way line for water service tubing, and the roadway width
plus four (4) feet for casing pipe.
The unit price bid per foot under this Section shall be full compensation for providing all
clearing, excavation, foundation, jacking and boring, burrowing, backfilling, and providing all
appurtenances required for the proper completion of the work herein described and as shown on
the plans.
Access Roads/Water and Sewer T.S.6 -4
Sebastian Municipal Airport
SECTION 7
MISCELLANEOUS APPURTENANCES
1. GENERAL
A. All of the types of valves and appurtenances shall be products of well
established reputable firms who are fully experienced and qualified in the
manufacture of the particular equipment to be furnished. The equipment shall be
designed, constructed and installed in accordance with the best practices and
methods and shall comply with these specifications as applicable.
B. All valves and appurtenances shall have the name of the maker and the working
pressure for which they are designed cast in raised letters upon some appropriate part
of the body.
2. MAINLINE AIR RELEASE VALVE TAPS
A. Service saddles with fusion bonded plastic coated, ductile iron bodies having
stainless steel double straps and elastomeric gasket shall be used for all taps.
Corporation stops shall be brass with IPS inlet thread and compression outlet
for polyethylene tubing, and shall conform to AWWA 0800.
3. CORPORATION COCKS
A. Corporation cocks for connections to ductile iron or PVC piping shall be all brass or
bronze suitable for 150 psi operating pressure, shall be iron pipe thread design,
and similar to Mueller Co. H- 10046, or equal, and shall be of the same size water
service tubing as shown and/or noted on the Drawings.
4. FLEXIBLE COUPLINGS
A. Flexible couplings shall be either the split type or the sleeve type as shown on the
Drawings or as further specified hereafter.
1. Split type coupling shall be used with all interior piping and with exterior
piping as noted on the Drawings. The couplings shall be mechanical
type for radius groove piping. The couplings shall mechanically
engage and lock grooved pipe ends in a positive couple and allow for angular
deflection and contraction and expansion.
2. Couplings shall consist of malleable iron, ASTM Specification A47, Grade
32510 housing clamps in two or more parts, a single chlorinated butyl
composition sealing gasket with a "C" shaped cross- section and internal
sealing lips projecting diagonally inward, and two or more oval track head type
bolts with hexagonal heavy nuts conforming to ASTM Specification A183 and
A194 to assemble the housing clamps. Bolts and nuts shall be hot dipped
galvanized after fabrication.
Access Roads/Water and Sewer T.S.7 -1
Sebastian Municipal Airport
3. Victaulic type couplings and fittings may be used in lieu of flanged joints.
Pipes shall be radius grooved as specified for use with the Victaulic
couplings. Flanged adapter connections at fittings, valves, and equipment
shall be Victaulic Vic Flange Style 741, equal by GustinBacon Group,
Division of Certain -Teed Products, Kansas City, Kansas, or equal.
4. Sleeve type couplings shall be used with all buried piping. The
couplings shall be of steel and shall be Dresser Style 38, Smith Blair
Style413, Baker Allsteel, or equal. The coupling shall be provided with
hot dipped galvanized steel bolts and nuts unless indicated otherwise.
5. All couplings shall be furnished with the pipe stop removed.
6. Couplings shall be provided with gaskets of a composition suitable for
exposure to the liquid within a pipe.
7. If the Contractor decides to use victaulic couplings in lieu of flanged joints,
he shall be responsible for supplying supports for the joints.
5. TAPPING SLEEVES AND VALVES
A. Tapping sleeves shall be long body, mechanical joint type with flanged outlet, ductile
iron construction, split in two sections and designed for assembly around the
main without halting service. The sleeve shall be suitable for use with the type and
O.D. of pipe being tapped.
B. Tapping valve ends shall be a standard flange (for bolting to the sleeve) by
mechanical joint. Valves shall have oversized seat rings to permit entry of the tapping
machine cutters and, except as otherwise specified, shall be similar in construction and
operation to AWWA C509 resilient seated gate valves. Tapping valves and sleeves
shall be cold water pressure rated at 200 psi minimum for valve sizes up to 12 inches
or less and 150 psi minimum for valve size over 12 inches. Tapping sleeves and
valves shall be "Mueller" or approved equal.
6. FIRE HYDRANTS
A. Hydrants shall be traffic model, compression type, 5 -1 /4 inch valve, opening left,
with one 4 -1/2 inch pumper nozzle and two 2 -112 inch hose nozzles (National
Standards Threads). Hydrants shall have mechanical joint 6" inlet connection and
National Standard pentagon operating nut. Hydrants shall be American Darling,
model B -84 -B, Mueller, model A423 or Clow Medallion. Hydrants shall meet
or exceed the requirements of AWWA C502. All hydrants shall be painted M -F
red.
Hydrants and associated gate valves shall be connected to the main using
anchoring fittings, stainless steel tie rods, or other approved restraining devices.
Access Roads/Water and Sewer ES.7 -2
Sebastian Municipal Airport
7. WATER METER AND BLOW -OFF BOXES
Water meter and air relief boxes shall be constructed of polymer concrete and fiberglass and
shall have a compressive strength of 11,000 psi. The boxes shall meet the traffic loading
requirements of ASSHTO H -10. The boxes shall be to the minimum dimensions as called for
on the plans. The meter boxes shall be as manufactured by CDR Systems Corporation,
Ormond Beach, Florida.
8. MEASUREMENT AND PAYMENT
The measurement of miscellaneous appurtenances shall be the total number of appurtenances
used in the installation of other lump sum items, i.e.. water services, blow -offs, complete
hydrant installations, etc.
Payment for all miscellaneous appurtenances included in this Section shall be full
compensation for providing, installing, and testing of the appurtenant items. Payment for all
appurtenant items shall be included in the cost of lump sum unit prices for which the
appurtenant item is included.
Access Roads/Water and Sewer T.S.7 -3
Sebastian Municipal Airport
SECTION 8
DIRECTIONAL BORE CROSSINGS
"_ &1lt 4" 0
A. Seo�e
The work to be performed under this item shall include the furnishing of all H.D.P.E.
pipe and fittings for the job, equipment and labor required for the joining and
installation of the pipe as herein described and as shown on the Plans. The
Contractor shall perform all pipe work, directional drilling, backpulling and related
work required for the construction of the directional bore in accordance with the
provisions set forth under the applicable items of this Section.
B. References
Standards applicable in this Specification shall be:
American Society of Testing and Materials (ASTM)
a) ASTM D 2657 — Practice for Heat - Joining of Polyolefin Pipe and Fittings
b) ASTM D 3261 — Standard Specification for Butt Fusion Polyethylene
(PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing
c) ASTM D 3350 — Standard Specification for Polyethylene Plastics Pipe
and Fittings Material
d) ASTM F 714 — Standard Specification for Polyethylene (PE) Plastic Pipe
(SDR -PR) Based on Outside Diameter
e) ASTM F 1962 — Use of Maxi - Horizontal Directional Drilling for
Placement of Polyethylene Pipe or Conduit Under Obstacles, Including
River Crossings
2. Plastics Pipe Institute
a) Plastic Pipe Institute Technical Report TR — 3, Policies and Procedures
for Developing Recommended Hydrostatic Design Stresses for Thermo-
plastic Pipe Materials
b) Plastic Pipe Institute, TR -31, "Underground Installation of Polyolefin
Pipe
c) Plastics Pipe Institute, Handbook of Polyethylene Pipe, Chapter on
Polyethylene Joining Procedures, Washington, DC.
3. American Association of State Highway and Transportation Officials
a) AASHTO T -180 Density Relations of Soils using a 10 lb. Rammer and
an 18 -inch drop
Access Roads /Water and Sewer T.S. S -1
Sebastian Municipal Airport
4 American Water Works Association (AWWA)
a) AWWA C906 — Polyethylene (PE) Pressure Pipe and Fittings, 4 in.
through 63 in., for water distribution
C. Submittals
Shop Drawings — Prior to any fabrication or installation work, the Contractor shall
furnish to the Engineer, for review and approval five (5) sets of shop drawings for
the following items.
a) Material specifications for all pipe, fittings, joints method and miscellaneous
appurtenances.
D. Certification
The pipe manufacturer shall provide a certification, signed and sealed by a
professional engineer registered in the state of pipe manufacturing, that the material
used to manufacture the pipe provided to the job site meets the material requirements
of this Specification.
2. MATERIALS
A. High Density olyethylene Pipe
Pipe shall be new, unused, sections of polyethylene pipe having a nominal density of
0.955. The polyethylene resin used to manufacture the pipe shall have a "Plastic
Pipe Institute" material designation of PE 3408, with an ASTM D3350 cell
classification of 345440. The pipe shall be black in color, containing approximately
2 percent U.V. stabilizer. Pipe shall be extruded to the wall thickness described in
AWWA C906 for DR11. Pipe outside dimensions shall meet that of ductile iron
pipe size (D.I.P.S.). Pipe shall be provided in nominal 40 foot long sections.
During the extrusion process, the HDPE pipe shall be continuously marked with
durable printing including the following information:
1. Nominal Size (O.D. Base)
2. Dimension Ratio (for wail thickness)
3. Manufacturer Name and Product Series
4. Cell Class
5. ASTM Basis
6. Pipe Test Category
7. Plant Identification
8. Production Date
9. Operator Number (Shift Letter optional)
10. Resin Supplier Code
Access Roads/Water and Sewer T.S. S - 2
Sebastian Municipal Airport
Additionally, the pipe shall be extruded with colored stripes located at minimum
120° quadrants, running the length of each pipe section, blue for water and green for
wastewater.
B. Fittings
HDPE fittings shall be in accordance with ASTM D 3261 and shall be manufactured
by injection molding, a combination of extrusion and machining, or fabricated from
HDPE pipe conforming to this specification. The fittings shall be designed for a
working pressure of 160 psi. The fittings shall be manufactured from the same resin
type and cell classification as the pipe itself. The fittings shall be homogeneous
throughout and free from cracks, holes, foreign inclusions, voids, or other injurious
defects. All fittings shall be constructed to have a D.R. 11 sidewall thickness.
C. Joints
Sections of polyethylene pipe shall be joined in the field by the butt fusion process
into one continuous lengths at the job site. The joining method shall be the heat
fusion method and shall be performed in strict accordance with the pipe
manufacturer's recommendations. The heat fusion equipment used in the joining
procedures should be capable of meeting all conditions recommended by the pipe
manufacturer.
3. EXECUTION OF WORK
Installation of the directional bored pipeline shall be conducted using "medi" — HDD or
` °mini" — HDD equipment of intermediate size and capabilities. The installation guidelines
and practices governing this installation shall follow applicable sections of the "maxi" —
HDD directional drilling practices, as outlined in ASTM F1962.
A. Preparation
1. Clearing — The Contractor shall perform all clearing necessary, where
applicable for the proper installation of the pipe at the locations shown on the
drawings. Plantings, shrubbery, trees, utility poles or structures subject to
damage resulting from the excavation shall be transplanted, relocated, braced,
shored or otherwise protected and preserved unless otherwise directed by the
Engineer.
2. Delivery and Receiving Pipe — The pipe shall be delivered no more than 5
working days prior to joining and installation. Pipe and fittings may be
stored in the right -of -way, adjacent to the boring path.
Appropriate unloading and handling equipment of adequate capacity must be
used to unload the truck. Safe handling and operating procedures must be
observed.
Pipe and fittings must not be rolled or pushed off the truck.
Access Roads/Water and Sewer T.S. 8 - 3
Sebastian Municipal Airport
When using a forklift, or forklift attachments on equipment such as
articulated loaders or bucket loaders, lining capacity must be adequate at the
load center on the forks. Forklift equipment must be rated for the maximum
lifting capacity at a distance from the back of the forks.
Lifting equipment such as cranes, extension boom cranes, and side boom
tractors, should be hooked to wide web choker slings that are secured around
the load. Only wide web slings should be used. Wire rope slings and chains
can damage components and shall not be used. Spreader bars shall be used
when lifting pipe longer than 20'.
Individual pipes may be stacked in rows. Pipes shall be laid straight, not
crossing over or entangled with each other. The base row must be blocked to
prevent sideways movement or shifting. The pipe sections shall be stacked
no higher than 2 rows.
B. Joining Pipe and Stub -End
1. Joining shall be accomplished using a hydraulically operated, microprocessor
controlled heat fusing machine, specifically designed to handle the specified
pipe O.D. The operator shall have had a minimum 3 years experience in the
process of operating H.D.P.E. butt - fusion machines capable of joining at least
18 -inch diameter pipe.
2. Joining shall generally follow these procedures:
a) Securing
Each component that is to be fused must be held in position so that it will
not move unless it is moved by a clamping device.
b) Face
The component ends musts be faced to establish clean, parallel mating
surfaces. The equipment shall incorporate a rotating planer block in its
facer to accomplish this goal. Facing shall be continued until a minimal
distance exists between the fixed and movable jaws of the machine and
the facer is locked firmly and squarely between the jaws. This operation
shall provide for a perfectly square face, perpendicular to the pipe
centerline on each component end and with no detectable gap.
c) Alignmen t
The pipe profiles must be rounded and aligned with each other to
minimize mismatch (high -low) of the pipe walls. This shall be
accomplished by adjusting the clamping jaws until the outside diameters
of the pipe ends match. The jaws must not be loosened or the pipe may
slip during fusion.
Access Roads/Water and Sewer T.S. 8 - 4
Sebastian Municipal Airport
d) Melting
Ends of the components shall be heated to the pipe manufacturer's
recommended temperature, interface pressure, and time duration. By
doing so, the heat will penetrate into the pipe ends and a molten "bead" of
material will form at the pipe ends. Heating tools which simultaneously
heat both pipe ends shall be used to accomplish this operation. These
heating tools shall be furnished with thermocouples to measure internal
heater temperature so that the operator can monitor the temperature
before each joint is made. The heater faces which come into contact with
the pipe shall be coated by the manufacturer to prevent molten plastic
from sticking to the heater faces.
e) Joining
After the pipe ends have been heated for the proper time and to the proper
temperature, the heater tool shall be removed and the molten pipe ends
shall be brought together with sufficient pressure to properly mix the pipe
materials and form a homogeneous joint. The pipe manufacturer's
instructions may specify either interface pressure or bead size of molten
material as a guide for a proper joint.
f) Holding
The molten joint must be held immobile under pressure until cooled
adequately to develop strength. The proper cooling times for the joint are
material, pipe - diameter, and wall - thickness dependent and shall be as
recommended by the pipe manufacturer.
C. Stringing of Pipe
The Contractor shall have appropriate rollers and a winch/cable system adequately
sized to pull the joined pipe sections from the right -of -way to the point of pull -back.
D. Directional Boring
Boring of the pipeline hole shall follow applicable sections of the recommended
standards of ASTM F 1962 "Use of Maxi - Horizontal Directional Drilling for
Placement of P.E. Pipe or Conduit Under Obstacles, Including River Crossings ".
The Contractor shall have adequately size boring/pullback equipment and a properly
trained crew with classroom and field experienced personnel manning the primary
job positions.
1. Machine Size & Capability — The size and capacity of the drilling equipment
must be compatible with the thrust and torque required to perform the
drilling, reaming, and pipe pullback operations. The estimated forces applied
to the pipe may be considered a minimum equipment requirement. The
equipment should be capable of applying a minimum 21,000 lb. pullback
force.
Access Roads /Water and Sewer T.S. 8 - 5
Sebastian Municipal Airport
2. Drill Unit Positioning — The drill rig unit shall be positioned within the right -
of -way to provide the desired bore route and pipe depth. Proper equipment
anchoring is especially important for the existing sandy soils.
3. Boring and Drill Rods — The drill rods should be as least as strong as the
equipment capability. The drill rod capabilities shall also be compatible with
the planned bore route with respect to cumulative fatigue stresses. Proper
care and handling of the drill rods is important to avoid breakage during
boring or back reaming. Proper torque should initially be applied to the drill
rods as they are added at the bore entry to avoid potential loosening of the
rods and loss of connection in the ground.
4. Drilling Fluid Usage — Drilling fluid shall be used to provide lubrication
during the pilot boring, reaming and pullback operations to reduce the
required torque and thrust of pullback loads. In addition, the drilling fluid
shall stabilize the bore hole, cool the drill head (and internal circuitry), and
remove cuttings and spoils. The crew must be trained in the proper use of
drilling fluids and the appropriate types for various ground conditions. The
Engineer shall be notified if excessive drilling fluid pressures or volumes are
noticed.
5. Location and Tracking — In order to maintain the actual bore along the
planned path, the pilot bore must be carefully tracked, and path confirmation
established at least once each 20 ft interval. For paths with horizontal or
vertical turns, or in critical areas including the vicinity of other obstacles,
shorter intervals of 10 ft shall be used. Any misdirection of the drill head
shall be corrected immediately.
6. Back Reaming — Back reaming shall be performed to produce a hole size
sufficiently large to readily install the pipe. Appropriate cutters and
compactors compatible with the soil conditions shall be employed including
proper usage of drilling fluid. Pre - reaming of the pilot hole should be planned
for this project. The pre - reaming shall allow the bore hole to be created in
stages, reducing the required torque and thrust loads at the machine. The
pre - reaming operation shall help ensure that the capability of the machine is
not exceeded due to the combined forces due to increasing the hole diameter
and pulling the pipe. In addition, pre - reaming shall reduce the possibility of
voids or surface heaving or settlement, including unanticipated drilling fluid
appearances. Hole diameter increments should be restricted to approximately
10- inches or less during a single pass. The final hole diameter shall be 20%
but in no case larger than 50% greater than the outer diameter of the pipe to
provide clearance for pipe grips, allow spoils flow, and reduce the required
loads during the pipe pullback operation. During pre- reaming, additional
drill roads must be available at the pilot bore exit which are connected to a
swivel at the rear of the reamer and pulled into the hole to maintain the path.
Access Roads/Water and Sewer T.S. 8 - 6
Sebastian Municipal Airport
E. Pipe Pullback
1. Gripping of Pipe — Basket -type or internal only grips will not be
allowed. The gripping method selected must allow the full tensile
rating of the pipe to be developed. Appropriate types may include an
internal /external clamping or bolting device, or a fused PE pipe
adapter with a built -in pulling eye. In the latter case, a smaller
diameter section of the adapter may serve as a breakaway link
protecting the main section of pipe.
2. Swivel — A swivel is required between the reamer or compactor
preceding the pipe to prevent the transmission of torsional loads to the
pipe. The rating of the swivel should be larger than the lower of the
pull force capability of the drill rig or the total strengths of the pipe to
be installed, but not excessively greater. Inefficiencies in overly large
swivels may result in relatively significant twist transmitted to small
pipes.
3. Breakaway Link — In general, the recorded pulling forces as indicated
at the drill rig will exceed the tensions experienced by the pipe or
conduit throughout most of the pullback process. It is recommended
that individual breakaway links be provided between the main swivel
and the grip at the pipe, to ensure that the pipelines are installed
within allowable load levels. Broken links will require removal of the
pipe from the entry end. The allowable tensile load on a homogenous
section of the proposed pipe is in excess of 190,000 lb. However,
allowing a 2:1 safety factor, the Contractor shall immediately notify
the Engineer should the pullback force exceed 95,000 lb. If a
breakaway swivel is used as the breakaway link, and not specifically
designed for direct exposure with soil, this item should be cleaned
well after each application. The use of such a breakaway swivel does
not eliminate the need for the main swivel described earlier.
4. Handling the Pipe — Extreme care must be exercised when handling
the pipe to ensure that it is not subject to excessively sharp bends
which may cause a kink or other damage to the pipe. Particular areas
of concern typically include the pipe entry and exit points. It is
important to minimize bending of the pipe as it enters the bore hole,
and to ensure low friction on the portion of the pipe outside the hole..
This may be accomplished by the use of appropriate lifting equipment
and roller stands to reduce friction. Due to the potentially high tensile
load at the pipe exit, it is especially important to avoid sharp bends at
this point.
F. As -Built Drawings and Information
A record of the actual as -built bore path, including plan and profile views and
vertical and horizontal deviations, indicating the relation to the planned path, must be
submitted to the Engineer. Any information obtained during the initial bore
Access Roads/Water and Sewer T.S. 8 - 7
Sebastian Municipal Airport
regarding soil characteristics, etc. should be added. The experiences gained during
the initial bore may be used to provide guidance for the backreaming operating, as
well as for subsequent operations in the project area. Additional information should
also be included, such as steering or correction commands, drilling fluid usage, and
the type of drill head being used. Regarding the reaming and pullback operations,
the pipe insertion velocity, duration, type and size of reamers (cutters or
compactors), final bore hole size, drilling fluid usage, and required pullback forces
should be recorded.
G. Comoletion and Cleanup
1. Pipe Cut -Off and Cleanup — The pipe shall be allowed to achieve mechanical
and thermal equilibrium with its surroundings prior to cutting at either end.
Premature cutting of the pipe may allow the ends to shrink back into the hole.
The pipe may be cut after it has been verified that there has been insignificant
movement at the pipe entry end and negligible residual tensile load at the drill
rig end. If the bore ends are to remain in place for more than 48 hours prior to
final connection and burial, the pipe ends shall be cut off 2 feet below grade,
and an appropriate plug shall be installed after thorough cleaning of the
pipeline. Once installed, the plug shall be backfilled and compacted to the
original pre - existing grade. A stake shall be placed in the ground adjacent to
the pipe ends to indicate their location.
2. Pipe Cleaning — The Contractor shall utilize a hydraulic cleaning and vactor
truck to remove all cuttings and drilling fluid from the pipe.
3. Site Cleanup — After inspection and approval by the Owner or his
representative, the surface area disturbed by construction of this project must
be restored to its original condition. The site must be cleaned of equipment,
tools, and spoils. All drilling fluid must be cleaned from the site or its
vicinity and properly disposed of.
4. Disposal — Pipe cuttings shall be disposed of by the Contractor at a solid
waste disposal site or other approved disposal area.
Soil cuttings and drillings fluids shall be disposed of by the Contractor at the
Owner's off -site property, located approximately 8 miles (round trip) from
the pipe exit location.
4. MEASUREMENT AND PAYMENT
Measurement for providing all materials and for performing all work shall be within the
lump sum stationing limits as shown on the Drawings, and for all surface areas surrounding_
the lump sum limits which are disturbed by construction of the directional bore.
Payment shall be for the furnishing of all materials, equipment and labor for installation of
the directional bored water mains as shown within the lump sum limits on the Drawings,
including all site preparation, positive location of existing utilities and structures,
Access Roads/Water and Sewer T.S. 8 - 8
Sebastian Municipal Airport
environmental controls, pipe joining and stringing, boring, back pulling, disposal of cuttings,
restoration, testing and all appurtenant construction for the proper completion of the work
herein described and as shown on the Drawings. The prices shall be as bid under the
heading of "Directional Bore Crossings ".
Access Roads/Water and Sewer T.S. 8 - 9
Sebastian Municipal Airport
4011 to) M-1.1
TESTING AND DISINFECTING WATER MAINS
1. PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PRESSURE PIPING
A. The new water system shall remain disconnected from existing water lines except for
the temporary jumper connection. All water used to fill and test the new water system
shall be obtained through the temporary jumper connection. Flushing shall be
accomplished through the new connection only under direction by the Utility Authority
and only after installation of upstream and downstream pressure gauges.
B. The pressure required for the field hydrostatic pressure test shall be 50 percent above
the normal working pressure but not less than 150 psi. The Contractor shall provide
temporary plugs and blocking necessary to maintain the required test pressure.
Corporation cocks at least 314- inches in diameter, pipe riser and angle globe valves shall
be provided at each pipe dead -end in order to bleed air from the line. Duration of
pressure test shall be at least 2 hours. The cost of these items shall be included as a part
of testing.
C. The leakage test shall be conducted concurrently with the hydrostatic pressure
test and shall be of not less than 2 hours duration. All leaks evident at the surface shall
be repaired and leakage eliminated regardless of total leakage as shown by test. Lines,
which fail to meet tests, shall be repaired and retested as necessary until test
requirements are complied with. Defective materials, pipes, valves and accessories
shall be removed and replaced. The pipe section to be tested shall be between valves or
in such sections as may be directed by the Engineer by shutting valves or installing
temporary plugs as required. In no case shall the section of line to be hydrostatically
tested exceed 2000 feet in length. The line shall be filled with water and all air
removed and the test pressure shall be maintained in the pipe for the entire test period
by means of a force pump to be furnished by the Contractor. Accurate means shall be
provided for measuring the water required to maintain this pressure. The amount of
water required is a measure of the leakage.
D. Hydrostatic pressure and leakage tests for ductile iron pipe shall conform with Section
4 of AWWA C -600 Specification with the exception that the Contractor
shall furnish all gauges, meters, pressure pumps and other equipment needed to
test the line. Engineer shall be present during all testing, and final inspections.
P.V.C. pipe shall be tested in accordance with the applicable sections of AWWA
M23. No hydrostatic testing against existing system valves shall be allowed until the
section to be tested has been bacteriologically cleared.
E. The Contractor must submit his plan for testing to the Engineer for review at least five
(5) working days before starting the test. The Contractor shall remove and adequately
dispose of all blocking material and equipment after completion and acceptance of the
field hydrostatic test, unless otherwise directed by the Engineer. The Contractor shall
repair any damage to the pipe coating. Lines shall be totally free and clean prior to final
acceptance.
Access Roads/Water and Sewer T.S.9 -1
Sebastian Municipal airport
F. The new water system shall remain disconnected (connecting valve to be locked in the
closed position) from existing water lines except for the temporary jumper connection.
All water used to fill and test the new water system shall be obtained through the
temporary jumper connection. Flushing shall only be conducted in accordance with the
plans.
G. The Engineer or the Engineer's representative must be present during testing.
2. DISINFECTING POTABLE WATER PIPELINES
A. UNDER NO CIRCUMSTANCES SHALL THE MAINLINE BE
BACTERIOLOGICALLY TESTED PRIOR TO THE ENGINEER HAVING
RECEIVED AND APPROVED THE PROJECT "AS- BUILTS" FROM THE
CONTRACTOR.
B. Before pressure testing against existing water system valves, or before being placed
into service, all potable water pipelines shall be chlorinated in accordance with the
latest edition of AWWA C -651, "Standard Procedure for Disinfecting Water Mains."
The Engineer shall approve the procedure. The location of the chlorination and
sampling points will be as shown on the Drawings. Taps for chlorination and
sampling shall be uncovered and backfilled by the Contractor as required.
C. The general procedure for chlorination shall be first to flush all dirty or discolored water
from the lines, and then introduce chlorine in approved dosages in accordance with
Table 9 -1 through a tap at one end, while water is being withdrawn at the other end of
the line. The chlorine solution shall remain in the pipeline for no less than 24 hours.
D. Following the chlorination period, all treated water shall be flushed from the lines at
their extremities and replaced with water from the distribution system. Bacteriological
sampling and analysis of the replacement water shall then be made in the presence
of the Engineer in full accordance with the AWWA Standard C -651. The
Contractor will be required to re- chlorinate, if necessary. The line shall not be placed in
service until the requirements of the State and County Public Health Department are
met.
E. The Contractor shall make all arrangements necessary with an independent commercial
laboratory approved by the Department of Health and Rehabilitative Service
(HRS) for the collection and examination of samples of water from disinfected water
mains. These samples shall be examined for compliance with HRS requirements.
Sampling shall be made daily and continuously until two successive examinations are
found satisfactory. Should three examinations be found unsatisfactory, the line shall be
flushed and disinfected again. Certified copies of all laboratory analyses shall be
provided to the Owner and Engineer. The cost of all sampling, flushing, and
disinfecting shall be included in the contract price and no additional charge shall be
made to the Owner for this work. County personnel shall operate all valves and be
present to determine volume of water used for flushing.
Access Roads/Water and Sewer T.S.9 -2
Sebastian Municipal airport
Table 9 -1
Chlorine Required to Produce 25 -m 1 Concentration in I OOft. of Pipe by Diameter
Pipe Diameter
In.
100 - Percent Chlorine
Lb.
I - Percent Chlorine Solution
Gal.
4
0.013
0.16
6
0.030
0.36
8
0.054
0.65
10
0.085
1.02
12
0.120
1.44
16
0217
2.60
Access Roads/Water and Sewer T.S.9 -3
Sebastian Municipal airport
SECTION 10
TESTING FORCE MAINS
1. SCOPE
A. This Section describes the procedural, material, and acceptance requirements for
cleaning and testing of the mainlines with regard to quality, alignment, tightness, and
overall integrity of the installed system.
2. GENERAL
A. The Contractor shall furnish all labor, materials, transportation, pumps, gauges, and
equipment necessary to flush and test the installed pipe system as required by these
Specifications.
B. The Contractor shall provide and install all temporary connections, corporation stops,
blowoffs, and the like required for flushing and testing, and upon completion of
satisfactory tests, shall remove same and install appropriate plugging/capping devices
or permanent connections as required.
C. The Contractor shall notify the Owner and Engineer at least 48 hours in advance of
all acceptance testing to be performed. No testing for acceptance of the work shall
begin until the Owner and Engineer or his authorized representative are present.
D. No interconnection shall be made between the new work and an existing active pipe
system, except that necessary and approved by the Owner for testing, until the work
is approved for use by the Engineer and until all approvals and clearances required by
applicable construction permits for use of the work are issued by the permitting
agency.
E. At least 3 business days prior to conducting each item of work under this Section, the
Contractor shall submit to the Engineer for approval a description of the specific
equipment, materials, and procedures to be used, plus identification of proposed
water source(s), to be used for this particular work item.
3. FLUSHING
A. Upon completion of each run of pipe between main valves or between a main valve
and a terminal point, the pipe run shall be flushed with clean water at a minimum full
diameter velocity of 2.5 ft. /sec. in order to remove sand, debris, and other foreign
materials prior to pressure testing.
B. The pipe run to be flushed shall be slowly filled with clean water with all valves open
to allow escape of air pockets. High points in the pipe shall be vented with air release
valves. When the system is full and prior to flushing, all valves shall be fully closed.
Access Roads/Water and Sewer T.S. ] 0 -I
Sebastian Municipal Airport
C. Flushing shall continue until a minimum water volume of two times the aggregate
pipe volume has passed through the pipe section being cleaned. The aggregate pipe
volume shall include all pipe carrying flushing water from the point of introduction
to the work to the point(s) of discharge from the run being cleaned.
D. For nominal pipe sizes of 6 inches and smaller, the pipe shall be flushed through a
discharge extension of at least the full pipe diameter. For nominal pipe sizes greater
than 6 inches, a 6 inch diameter discharge extension pipe, connected to the work with
reducer(s), may be used in lieu of a full diameter blowoff.
E. Flushing water shall be carried beyond the trench and shall be discharged in a manner
that will not cause erosion nor structural damage on or off -site, and will not cause
contravention of State water quality standards in receiving surface waters. The
Contractor shall provide adequate extension pipe, sedimentation basin(s), and/or
diffusion devices as necessary to prevent such damage.
4. HYDROSTATIC LEAKAGE AND PRESSURE TESTING
A. Hydrostatic pressure and leakage tests for ductile iron pipe shall conform with
Section 4 of AWWA C -600 Specification with the exception that the Contractor
shall furnish all gauges, meters, pressure pumps and other equipment needed to test
the line. P.V.C. pipe shall be tested in accordance with the applicable sections of
AWWA M23. Upon completion of flushing, the installed pipe system shall be
tested for tightness under a continuous hydrostatic gauge pressure of 25 psi and then
100 or 150 psi as applicable, + 5 psi as applicable, determined at the lowest point in
the system, for a period of 2 hours. The allowable leakage rate shall not exceed that
defined in and specified by AWWA C600 -82 or AWWA M23.
B. If the work is subject to acceptance by a municipal or private utility with its own
adopted test requirements more stringent than those stated herein with regard to
pressure, duration, and/or allowable leakage rate, such requirements shall supersede
these specifications.
C. Testing shall be performed separately on each valved -off section of the installed
system. Testing shall be against closed in -line valves with each valve in the system
subject to the full test pressure differential for full test time at least once during the
course of testing.
D. Allowable leakage shall be calculated based on the pipe diameter(s) and total laid
length of the run being tested, with no additional allowance for fittings, or joints. No
visible leakage shall be allowed.
If visible leakage is noted during the course of testing, or if allowable leakage is
exceeded, such leakage shall be repaired to the satisfaction of the Engineer and the
test repeated or extended for an additional period up to the full test time with suitable
adjustment for previous make -up water used, at the Engineer's discretion.
Access Roads[Water and Sewer T.S. 10-2
Sebastian Municipal Airport
E. The pumping/pressurizing and make -up water measuring equipment shall be
provided by the Contractor and approved by the Engineer prior to testing. The
pressurizing equipment shall be designed and operated in a manner that will
minimize pressure surging and pulsing within the pipe.
F. The Contractor shall provide and install a temporary valved tap with a 1 /4" FPT
connection to receive the pressure gauge in each pipe run to be tested. Upon
satisfactory completion of testing, the Contractor shall remove and plug the pipe.
G. In preparation for testing, the pipe shall be slowly filled with clean water from an
approved source, taking care to purge all air pockets. Water remaining in the pipe
system after flushing may be used and supplemented as necessary with prior approval
by the Engineer, and clean test water may be reused for sequential testing of pipe
segments.
H. In conducting the test, water shall be pumped into the full pipe until test pressure is
attained, and make -up water shall be added as soon as the pressure drops to 5 psi
below test pressure. All make -up water shall be accurately measured, and the total
test leakage shall be defined as the volume of make -up water added.
I. Should the tested section fail to meet these requirements, the Contractor shall, at his
own expense, locate and repair the defects and retest the section until it is acceptable.
J. Immediately upon completion of a passing pressure test, all valves shall be operated
to insure their full opening and closing.
Access Roads/Water and Sewer T.S. 10 -3
Sebastian Municipal Airport
SECTION 11
SITE CLEANUP
1. SCOPE
A. The Contractor shall furnish all plant, labor, equipment, appliances and
materials required or necessary to clean up the site after the construction is
completed and to restore items disturbed or damaged due to his construction
operation.
2. GENERAL
A. During the progress of the project, the work and the adjacent areas affected
thereby shall be kept in a neat and orderly condition. All rubbish, surplus
materials, and unused construction equipment shall be removed. All damage shall
be repaired so that the public and private property owners will be
inconvenienced as little as possible.
B. Where material or debris has been deposited in watercourses, ditches, gutters, drains,
or catch - basins as a result of the Contractor's operations, such material or
debris shall be entirely removed and satisfactorily disposed of during the
progress of the work, and the ditches, channels, drains, etc., shall be kept clean.
C. Before the completion of the project, the Contractor shall, unless otherwise
especially directed or permitted in writing, tear down and remove all
temporary buildings and structures which he builds; remove all temporary
works, tools, and machinery or other construction equipment furnished by him;
remove, acceptably disinfect, and cover all organic matter and material containing
organic matter in, under, and around privies, houses, and other buildings used
by him; remove all rubbish from any grounds which he has occupied; and leave
the roads, all parts of the premises and adjacent property affected by his operations,
in a neat and satisfactory condition.
D. It shall be the responsibility of the Contractor to repair, rebuild, or restore to its
former conditions, any and all portions of existing utilities, structures,
equipment, appurtenances, trees and shrubs, or facilities, other than those to be
paid for under the specifications, which may be disturbed or damaged due to his
construction operations.
E. The Contractor shall thoroughly clean all materials and equipment installed by
him and his subcontractors and on completion of the work shall deliver the facilities
undamaged and in fresh and new - appearing condition.
3. PAYMENT
Payment for site cleanup shall be included in the unit prices paid for linear foot of water or
force mains. Failure to perform site cleanup shall be grounds for refusal to approve
payments in accordance with the Contract General Conditions.
Access Roads/Water and Sewer T.S.I1 -1
Sebastian Municipal Airport
SECTION 12
SURFACE RESTORATION
1, GENERAL
A. Scope
1) The work to be performed under this item shall include the selling and
delivering and the completing of surface restoration as specified
herein. This item does not include final asphaltic concrete surface
course, pavement marking, sodding or seeding and mulching, sidewalk, or
curb restoration. Final surface restoration shall follow completion of
acceptable testing results within 14 calendar days. However, in no case
shall the area of construction be allowed to remain unrestored more than
30 days after clearing for nipeline installation, or for more than 2000 linear
feet of area disturbed by construction, whichever is less.
B. References
1) Florida Department of Transportation Standard Specifications for Road
and Bridge Construction, 1991 Edition.
a. FDOT Section 320 - Hot Bituminous Mixtures - Plant, Methods and
Equipment.
b. FDOT Section 332 - Type R Asphaltic Concrete.
C. FDOT Section 912 - Sand -Clay Base Material
d. FDOT Section 913 - Shell Material
e. FDOT Section 915 - Cemented Coquina Shell Material
2) American Association of State Highway and Transportation Officials
(AASHTO)
a. AASHTO T -180 - Test for Moisture - Density Relations of Soils
using a 10 lb. Rammer and an 18 -inch Drop..
2. MATERIALS
A. Base Course for Paved Surfaces
1) The base course shall consist of locally occurring, naturally deposited,
dredged coquina shell conforming to Section 915.3 of F.D.O.T.
"Standard Specifications for Road and Bridge Construction", 1982 Edition.
Access Roads/Water and Sewer T.S. 12 -1
Sebastian Municipal Airport
B. Primer
1) Primer shall be hot bituminous RC -70 material. Alternate primers shall be
acceptable only with prior approval of the Engineer.
C. Temporary Surface Course
1) The temporary surface course shall be Type II asphaltic concrete in
accordance with all applicable requirements of Sections 320 and 332 of
FDOT "Standard Specifications for Road and Bridge Construction ",
1982 Edition.
D. Base Course for Unpaved Roadways
1) Replacement base course for unpaved roadways shall consist of
sand - clay -shell material meeting the approval of Indian River County
Public Works Department. The material shall be a mixture of
sand -clay material meeting the requirements of F.D.O.T. Section 912 and
shell material meeting the requirements of F.D.O.T. Section 913. The
mixture shall be approximately 50 percent of each material.
E. Grass, Shrubbery, Trees, Etc.
1) All planted vegetation which is removed, damaged or destroyed by
project construction shall be replaced by like kind and in the same
manner. Sodding, seeding and mulching shall be conducted in
accordance with Section 11.
3. EXECUTION OF WORK
A. Non State -Owned Public Pavement and Unpaved Base Courses
1) Base Course - The base course shall be constructed to the details
shown on the Plans at the Engineer's direction. Any variance from the Plan
details shall not be allowed without the prior written consent of the
Engineer.
The base material shall be transported to the point where it is to be used,
over rock previously placed, if practicable, and dumped on the end of the
preceding spread. In no case shall rock be dumped directly on the
subgrade. The lime rock shall be spread uniformly with equipment
approved by the Engineer. All segregated areas of fine or coarse rock shall
be removed and replaced with well graded rock.
The equipment to be used shall include a self propelled blade grader
weighing not less than 3 tons, with wheel base not less than 15 feet and blade
length not less than 10 feet; scarifiers shall have teeth spaced not to exceed
4 -112- inches apart; at least one three -wheel roller weighing not less than 10
tons; provision for furnishing water at the site of work by tank truck or
hose at a rate not less than 50 gallons per minute. Alternate equipment
Access Roads/Water and Sewer TS, 12 -2
Sebastian Municipal Airport
approved by the Engineer may be used where narrow widths preclude use
of larger equipment.
After spreading is completed, the entire surface shall be scarified and
shaped so as to produce the exact grade and cross section after
compaction. The full depth of base shall be compacted to a density of 98%
(minimum each test) of maximum density as determined by AASHT©
T -180 (Modified Proctor).
The finished surface of rock base shall be true to the required cross
section throughout. Any irregularities in the surface greater than 1 /4-
inch, as determined by placing a 10 foot straightedge parallel or
perpendicular with the centerline, shall be corrected by scarifying to a
depth of 3 1/2 inches, removing or adding rock as may be required and
again watering, rolling and compacting the scarified area.
a. Density Testing - The contractor shall arrange to have
sufficient thickness and compaction tests made by an
independent testing laboratory approved by the Engineer to
demonstrate conformance of his work with the stability and
compaction levels required by these specifications. Thickness and
compaction tests shall be taken at intervals listed herein or as deemed
necessary by the Engineer.
In no case shall the Contractor proceed with construction over
compacted material until the tests prove satisfactory and
approval is given by the Engineer.
In general, at least one test for maximum dry density /optimum
moisture content shall be performed on a representative
sample of each inherently different material to be used for
compacted base material.
As a minimum, in -place density tests shall be performed at the rate
of one test location per 300 lineal feet (or fraction thereof) of trench
on the compacted base and under each drive lane at all roadway
crossings. Test shall be taken in 6 inch lifts beginning at the
bottom of the base and ending at the final grade. Test locations
shall be as directed by the Engineer or his authorized
representative. If any test results are unsatisfactory, the
Contractor shall re- excavate and re- compact the base, at his expense,
to the extent directed by the Engineer until the required
compaction is obtained. The cost of all proctor and density
tests shall be the responsibility of the Contractor and shall be
included in the cost of installed and completed water main.
2) Primin - Before any bituminous material is applied, all loose material, dust,
dirt and other foreign material which might prevent proper bond shall be
removed from the base for the full width of application. The surface to be
primed shall have the glazed finish removed by "hard- planing" prior
to the application.
Access Roads /Water and sewer T.S. 12 -3
Sebastian Municipal Airport
The bituminous material to be used shall be RC -70 or other material
approved by the Engineer. The temperature of the material shall be
between 100 degrees F and 150 degrees F, the exact temperature being
such as will insure uniform distribution.
The surface to be primed shall be clean and dry. No bituminous
material shall be applied when the temperature of the air is less than 60
degrees F in the shade, or when, in the opinion of the Engineer, the weather
conditions or the condition of the existing surface is unsuitable.
The rate of application shall not be less than 0.10 gal. per square yard, and
shall be sufficient to coat the surface thoroughly and uniformly without
having any excess to puddle or flow off the base.
Application shall be by self - propelled pressure distributor, operating under
a pressure not less than 20 lbs. per square inch.
The prime shall be allowed to stand, without sanding, for a period of at least
4 hours. A uniform application of clean sand shall be applied prior to
opening the primed base to traffic, in which case the sand shall be rolled
with a traffic roller in conjunction with traffic to cure the
prime coat. The sand to be used shall be free of silt, rock, particles,
sticks, trash, vegetation, or other deleterious material.
3) Temporary Asphaltic Surface Course - If Contractor is not prepared to
place a final asphaltic surface restoration course within 24 hours after
backfilling, a temporary asphaltic surface course shall be applied.
After the prime coat has had adequate time to cure, and prior to the
installation of a temporary surface course, the Contractor shall clean the
prepared base of all loose sand and other deleterious materials. If, in
the opinion of the Engineer, the prepared surface is unsuitable to receive
the temporary surface course without tacking, a tack coat shall be
applied in accordance with Paragraph 22 =A of Specification No. 12.
Once the surface has been properly prepared, the Contractor shall install a
2 -inch layer of Type II Asphaltic Concrete in accordance with the details
shown on the Plans as a temporary surface course. Said Type II Asphaltic
Concrete shall conform to all of the applicable requirements of Sections
320 and 332 of the Florida Department of Transportation "Standard
Specifications for Road and Bridge Construction." 1982 except that "Job
Mix Formula" will not be required.
The temporary surface course may be spread with a spreader box in lieu of
a self - propelled mechanical spreader.
The cost of temporary surface course and subsequent patching and /or
leveling courses necessitated or required prior to final asphaltic
concrete surface course application to bring the trench areas to proper grade
and cross section, shall be included in the prices bid for final asphaltic
concrete surface course. No additional compensation will be made for any
such material so used.
Access Roads/Water and Sewer T.S. 124
Sebastian Municipal Airport
B. State -Owned Public Pavement
1) Restoration within all State -owned and maintained rights -of -way shall be
made in strict compliance with the details shown on the Plans. All
construction materials and procedures shall conform to the Florida
Department of Transportation "Standard Specifications for Road and Bridge
Construction," 1982 Edition.
2) All work shall be subject to final inspection and approval of the Florida
Department of Transportation and shall be completed as expeditiously as
possible.
C. Driveways, Parking Lots and Miscellaneous Thorou hfares
1) All driveways, parking lots, unpaved streets, and other miscellaneous
thoroughfares disturbed by trenching operations shall receive a
minimum 6 -inch thickness of base course as previously specified in
paragraph 3.A.1) above. Those areas with surface finishes (asphalt, rock,
concrete, etc.) disturbed by trenching operations shall have the final surface
courses replaced in kind with a minimum 1 -inch thickness surface course,
except for concrete which shall be a minimum thickness of 4- inches.
The Contractor's attention is called to the fact that all surface
improvements constructed since the date of base mapping may not be
shown and that the Contractor is required to repair all surfaces
disturbed by construction, whether shown on the plans or not.
D. Rights -of -Way and /or Easements in Grass and Shrubbery Plots
1) Rights -of -way and /or easements in grass and shrubbery plots shall be
restored to the condition existing prior to making the excavation. All
shrubbery, ornamental trees and other plantings shall be fully
protected. If it is found necessary to remove any grass, shrubbery or
plants to accomplish the work, they shall be satisfactorily replaced
before the work will be accepted or paid for. At a minimum, all
backfill shall be seeded and mulched.
2) Contractor shall pay particular attention to the probable installation of private
irrigation systems within sodded portions of the road right -of -way.
The Contractor shall take all required precautions to protect and restore
such irrigation systems to their original condition. If such systems are
damaged or destroyed due to the water main installation, the
Contractor shall immediately repair or replace the system. No additional
compensation for the repair or replacement of irrigation systems shall be
paid to the Contractor other than that included in the unit price bid for
"Water Main ".
Access Roads/Water and Sewer T.S. 12 -5
Sebastian Municipal Airport
E. Cleanup
1) Cleanup is an essential part of the project and this portion of the work will
not be considered complete and no payment made until the cleanup is
complete to the satisfaction of the Engineer.
4. MEASUREMENT AND PAYMENT
Measurement for surface restoration items, all as identified in these specifications other
than temporary asphaltic surface course, shall be based upon the actual square yardage of
surface restoration in place and approved within the limits of pay items. Pay limits for
restored items shall include up to 5 feet either side of the water main centerline or service
installation. Any restoration required, due to Contractor's means or methods of water main
installation, outside the pay limits shall be installed by the Contractor at his own expense.
No measurement or extra payment shall be made for restoration items not included in the
Contract Bid Form, such as the protection and/or replacement of ornamentals, shrubs, trees,
irrigation, signage, etc. The cost for these items shall be included in the unit price bid for
"Water Mains ".
Payment for the furnishing of all materials, proctor and density testing, equipment and
labor for the proper completion of the surface restoration herein described and as shown on
the Plans shall be included in the unit price bid for the appropriate pay item as indicated in
the schedule of contract prices.
Access Roads/Water and Sewer T.S, 12 -6
Sebastian Municipal Airport
SECTION 13
SODDING, SEEDING AND MULCHING
1. GENERAL
A. Description
1) This section specifies requirements for sodding, seeding and mulching of
road shoulder, ditches, embankments, and other areas left barren by
construction or as indicated on the drawings, to establish a dense stand of
grass. Restoration of sod, or seed and mulch shall follow completion of
acceptable testing results within 14 calendar days. However, in no case shall
the area of construction be allowed to remain unrestored more than 30 days
after pipeline installation, or for more than 2000 linear feet of area disturbed
by construction, whichever is less.
B. Quality Assurance
1) The Contractor shall be required to install and maintain the sodded or seeded
area until a dense stand of grass has been obtained.
2. MATERIALS
A. Seed
1) Grass seed shall be a mixture of Bermuda seed and Pensacola bahia seed.
In addition, brown top millet will be included during summer months and
annual rye in the winter months.
1) Where sodding will adjoin, or be in close proximity to private lawns, sod
shall be of the type currently in place, otherwise sod shall be of centipede
or bahia grass. Where St. Augustine sod is in place, restoration of sod shall
be with the "Floritan" variety only.
C. Mulch
1) Dry mulch shall be straw or hay, consisting of oat, rye, or wheat straw, or of
pangola, peanut, coastal Bermuda or bahia grass hay.
D. Fertilizers
1) Commercial fertilizers shall comply with the State of Florida fertilizer laws.
The chemical designation of the fertilizer shall be 8 -8 -8, indicating
Access Roads /Water and Sewer T.S.13 -1
Sebastian Municipal Airport
the minimum percentages (respectively) of (1) total nitrogen, (2) available
phosporic acid, and (3) water - soluble potash, contained in the fertilizer.
3. EXECUTION
A. Tilling
1) After the grades have been restored to the original elevations or
established as shown on the drawings, the soil shall be tilled to a depth of at
least 4 inches until the condition of the soil is acceptable to the Resident
Project Inspector. When drought, excessive moisture, or other unsatisfactory
conditions prevail, the work shall be stopped when directed. On areas where
the ground is sufficiently loose, particularly on road shoulders, the
Resident Project Inspector, at his discretion, may authorize the elimination
of tilling.
B. Fertilizing
1} An initial application of fertilizer shall be applied at a rate of 1,000
pounds per acre. Fertilizer shall be spread using a mechanical device
capable of uniformly distributing the material at the specified rate.
2) A second application of fertilizer shall be applied at a rate of 400 -500
pounds per acre within 90 calendar days after the initial application on
projects which have not been accepted prior to this time.
C. Sodding
1) Sodding shall be installed along all pavement edges for a minimum 4foot
width where the shoulder has been disturbed by construction, and at the
locations indicated on the drawings or where required to restore existing
stands of sod damaged or destroyed during construction of this project. Sod
shall also be placed over all embankments and ditch banks disturbed by
construction where the slope exceeds a one (1) foot rise over a six (b) foot
run.
2) Sodding shall be incorporated into the project at the earliest practical time
in the life of the contract. No sod which has been cut for more than 72
hours shall be used unless specifically authorized by the Engineer after
his careful inspection thereof. Any sod which is not planted within 24
hours after cutting shall be stacked in an approved manner and maintained
properly moistened.
3) The sod shall be placed on the prepared surface, with edges in close
contact, and shall be firmly and smoothly embedded by light tamping with
appropriate tools.
Access Roads /Water and Sewer T.S.13 -2
Sebastian Municipal Airport
4) Where sodding is used in drainage ditches, the setting of the pieces shall
be staggered, such as to avoid a continuous seam along the line of flow.
Along the edges of such staggered areas the offsets of individual strips shall
not exceed six inches. In order to prevent erosion caused by vertical edges
at the outer limits, the outer pieces of sod shall be tamped so as to produce
a featheredge effect.
5) On areas where the sod may slide, due to height and slope, the
Engineer may direct that the sod be pegged, with pegs driven through the
sod blocks into firm earth, at suitable intervals.
6) Any pieces of sod which, after placing, show an appearance of
extreme dryness shall be removed from the work and replaced by the
Contractor at no additional expense to the Owner.
D. Seeding
1) Except as specified above for sodding locations, all disturbed, non -
surface course areas shall be seeded immediately after completion of the
regrading work.
2) The Contractor shall use the grass seed mixture shown below and sow
evenly with an approved mechanical seeder. The grass seed mixture shall
be sown at the rates indicated below. Extreme care shall be taken during
seeding and raking to insure that no change shall occur in the finished
grades, and that the seed is not raked from one spot to another.
3) Seed will be applied at not less than the following rate:
Bermuda
Bahia
Annual Rye
Brown -Top Millet
E. Mulching
30 lb. per acre
120 lb. per acre
40 lb. per acre (Oct- March)
40 lb. per acre (Apr -Sept )
1) After seeding, approximately one (1) inch of the mulch material shall be
uniformly applied over the seeded area. The mulch shall then be cut into
the soil so as to produce a loose mulched thickness of three to four inches.
Immediately after mulching, the entire area shall be rolled with a
cultipacker, or approved similar equipment, to firm the seed bed. In areas
inaccessible to the cultipacker, the ground shall be lightly raked and rolled in
two directions with a water ballest roller.
F. Watering
1) The restored areas shall be watered so as to provide optimum growth
conditions for the establishment of the grass. In no case however, shall the
period of maintaining such moisture be less than two weeks after planting.
Access Roads /Water and Sewer T.S.13 -3
Sebastian Municipal Airport
2) Water shall be delivered and evenly dispersed at a specified rate and in a
manner to prevent waste and erosion. Watering equipment shall be of a type
that prevents damage to the finished surface.
G. Maintenance
1) The Contractor shall maintain the sodded or seeded areas until final
acceptance by the Owner. Maintenance shall include, but not be
limited to, reseeding or sodding of any bare areas, proper watering, and
refilling of rutted areas. The Contractor shall maintain the desired level of
moisture necessary to maintain vigorous, healthy growth. The surface layer
of soil must be kept damp by frequent light watering with a fine spray
during the germination period after seeding. After the grass is
established, and during periods of drought„ water shall be applied once a
week and shall be in sufficient quantity to penetrate the soil to a depth of 6
inches.
2) Maintenance of grass areas shall consist of watering, repair of all
erosion, reseeding, and reseeding, as necessary, to establish a uniform stand
of grass, and shall continue until acceptance. After the grass has started, all
of the areas greater than 8 inch square which fail to show a uniform stand of
grass for any reason whatsoever shall be resodded or reseeded repeatedly
until all areas are covered with a satisfactory growth of grass.
3) Grassed areas shall be accepted only after the restored area has
achieved an 80 percent minimum coverage of a healthy, green stand of grass.
4. MEASUREMENT AND PAYMENT
Measurement of sodding or seeding and mulching shall be for the actual quantities
installed within the limits of the pay item or as included in a lump sum item. Pay
limits for restored sodding or seeding and mulching shall be within 5 feet either side of
the pipe centerline. Any restoration required, due to the Contractor's means or methods
of water main installation, outside the pay limits shall be installed by the Contractor at
his own expense.
Payment for the furnishing of all materials, equipment, and labor for the proper
completion of sodding or seeding and mulching herein described and as shown on the Plans
shall be included in the unit price bid for "Sodding" or "Seeding and Mulching ".
NOTE:
Final project payment (retainage) shall not be approved within thirty (30) days after the
last sodding has been placed or until all sodded and seeded areas are growing with a
dense stand of healthy, green grass (not weed), whichever occurs last.
Access Roads/Water and Sewer T.S. 13-4
Sebastian Municipal Airport
SECTION 14
FINAL ASPHALTIC CONCRETE SURFACE COURSE
i�l7�i►i�ii!?I:�.�
A. Scope
1) The work to be performed under this item shall include the selling,
delivering and installing of final asphaltic concrete surface courses as
herein specified. Final asphaltic concrete surface course shall be
completed within 30 days after temporary asphaltic surface course
placement.
B. References
1) Standards applicable in this Specification shall be:
Florida Department of Transportation- Standard Specifications for Road
and Bridges Construction (1977).
a. Section 300 - Prime and Tack Coats for Base Courses.
Subsections (1,2.3,3,4,5,7).
b. Section 320 - Hot Bituminous Mixtures - Plant, Methods and
Equipment. Subsections (1,2.1,2.5, to 2.13, 3.4.5).
C. Section 330 - Hot Bituminous Mixtures - General Construction
Requirements. Subsections (1,3 to 13).
d. Section 331 - Type S -1, Asphaltic Concrete. Subsections
(1 to 5).
C. Submittals
1) Manufacturer's Data - Prior to fabrication or installation of the final
asphaltic concrete surface course, the Contractor shall furnish to the
Engineer, for review and approval the following:
a. Certification from the manufacturer that their plant meets the
requirements of Section 320 above.
b. Formula for job mix.
Access Roads /Water and Sewer T.S. 14 -1
Sebastian Municipal Airport
2. MATERIALS
A. Tack Coat
1) Unless otherwise specified by the Engineer, the material used for the tack
coat shall be Emulsified Asphalt, Grades RS -2, SS -1 or SS-114,
B. Final Asphaltic Surface Courses
1) The material used shall be Type S -1 asphaltic concrete conforming to
Section 331 of the F.D.O.T. Standard Specifications for Road and
Bridge Construction.
3. EXECUTION OF WORK
A. Cleaning Surfaces
1) Prior to the laying of the surface courses, the surface of the pavement or
base to be covered shall be cleaned of all loose and deleterious material
by the use of power brooming or hand brooning where necessary. All
such material shall be collected and disposed of by the Contractor.
B. Patching and Leveling Courses
1) Where a surface course is to be constructed on an existing paved
surface which is irregular, said surface shall be brought to proper grade and
cross section by the application of patching or leveling courses.
C. Application of Tack Coat
1) The material shall be heated to a suitable temperature and applied in a thin,
uniform layer at a rate of between 0.02 and 0.08 gallons per square yard.
The tack coat shall be applied sufficiently in advance of the surface course
laying to permit drying but not so far in advance as to lose its adhesiveness
as a result of being covered with dust. The tack coat shall be kept free from
traffic until the surface course has been laid.
D. Transportation of the Asphalt
1 } The surface course shall be transported in tight vehicles previously
cleaned of all foreign material. The inside surface of the truck bodies shall
be only thinly coated with soapy water or an approved emulsion containing
not over 5% oil. Kerosene, gasoline or similar products shall not be
used. After coating and before loading, the truck bodies shall be raised and
drained of all excess liquids.
Access Roads/Water and Sewer T.S. 14 -2
Sebastian Municipal Airport
E. Installation of Final Asphaltic Concrete Surface Course
1) Prior to final acceptance, or as directed by the Engineer, the
Contractor shall install a 1112 -inch layer of Type S -1 Final Asphaltic
Concrete Surface Course over the entire width as directed by the
Engineer. All other placement of pavement shall be as shown on the
"Restoration Detail" for non state -owned public pavement.
2) Mechanical spreading and screeding equipment shall be of an
approved type that is self-propelled and can be steered. It shall be
equipped with a receiving and disbursing hopper and a mechanical
screed or strike -off member capable of adjustment to regulate the depth
of material being spread. Tandem Type 5 to 12 ton steel- wheeled
rollers shall be used for sealing.
3) Self-propelled, pneumatic -tired traffic rollers equipped with at least 7b
smooth tread, low pressure tires, having a total weight of 6 to 10 tons shall
be used for final rolling.
F. Field Quality Control
1) The final surface course of all pavements will be required to be
checked by a rolling straightedge. The finished surface shall not vary more
than 3116 inch from the straightedge applied parallel to the centerline
of the pavement. The straightedge shall have an effective length of 15 feet.
4, MEASUREMENT AND PAYMENT
Measurement for the furnishing and installation of final asphaltic surface course shall be
based upon the actual number of square yards of asphalt installed in accordance with these
specifications and approved for payment. Pay limits for restored paving shall be limited to
5 feet either side of the pipe centerline. Any additional pavement restoration required, due
to the Contractor's means or methods of force main installation, outside this pay limit, shall
be installed by the Contractor at his own expense.
Payment for the furnishings of all materials, equipment and labor for the proper
completion of the installation of the final asphaltic concrete surface course herein
described and as shown on the plans shall be included in the unit price bid for surface
restoration of "Final Asphaltic Surface Course ".
Access Roads/water and Sewer T.S. 14 -3
Sebastian Municipal Airport
1.
2.
SECTION 15
PAVEMENT MARKINGS
GENERAL
A. Description
1) This work shall consist of furnishing and placing reflectorized traffic
line paint for edge stripes and center stripes, lane stripes, and plastic
reflective pavement markers upon the roadway surface, in accordance
with the plans and specifications.
B. References
1) This section references the following documents. They are a part of this
section insofar as specified and modified herein. In case of conflict
between the requirements of this section and the listed documents, the
requirements of this section shall prevail.
Reference
Title
F.D.O.T. Florida Department of Transportation (F.D.O.T.)
Standard Specifications for Road and Bridge
Construction (latest edition).
MATERIALS
A. Plastic Reflective Pavement Markers
1) Plastic markers shall be methyl methacrylate or acrylonitrile butadine
styrene in accordance with Section 706 -2, F.D.O.T. Markers shall be in
the shape of a frustrum of a pyramid, filled with a thermosetting
compound. Markers used for restoration in areas damaged by
construction shall be of the same size, shape, color, and have the same
optical qualities of the original marker. Markers used for hydrant
location identification shall be blue, have bidirectional optical
properties, and have a minimum area for each reflective face of not
less than 3.25 square inches.
B. Pavement Striping Materials
1) Traffic Dine Paint
a. Traffic line paint shall be furnished in accordance with
F.D.O.T. Section 971 -12 and shall be formulas; Code T -1
(white),Code T -2 (yellow).
Access Roads/Water and Sewer T.SJ5 -1
Sebastian Municipal Airport
3.
4.
2) Thermoplastic Stripes and Markings
a. Traffic line or marking thermoplastic compound shall be
furnished in accordance with F.D.O.T. Section 711 and shall be white or
yellow as required.
3) Glass Beads for Traffic Line Stripes or Markings
a. Glass beads for reflective traffic paint or thermoplastic
compound shall be furnished in accordance with Section 971 -13, F.D.O.T.
EXECUTION
A. General
1) Where disturbed or destroyed by construction, pavement stripes and
markings shall be restored at the original locations and to the original
lines. Pavement marking in public right -of -ways shall be restored with
thermoplastic traffic markings, otherwise painted traffic markings may be
used.
2) Plastic reflectorized pavement markers for hydrant valve location shall
be installed on centerline stripes or at the pavement centerline for
unstriped roadways. Each hydrant valve installed under or adjacent to
paved areas shall receive a reflectorized marker.
B. Painted Traffic Stripes and Markings
I j Painted traffic stripes and markings shall be installed in accordance
with F.D.O.T., Section 710.
C. Thermoplastic Traffic Markings
1) Thermoplastic traffic markings shall be installed in accordance with
the F.D.O.T., Section 711. Thermoplastic traffic markings shall not be
applied to new asphalt pavements within 30 days of asphalt placement.
D. Plastic Reflective Pavement Markers
1) Plastic reflective pavement markers shall be installed in accordance
with F.D.O.T., Section 706 and at the centerline of pavement at each
hydrant valve location adjacent to paved surface courses.
PAYMENT
Payment for restoration of all traffic stripes and markings disturbed during
construction shall be included in the unit price bid for "Final Asphaltic Surface Course ".
Access Roads /Water and Sewer T.S.15 -2
Sebastian Municipal Airport
i�
SECTION 16
CASED CROSSING OF TAXIWAY
1. GENERAL
A. Description
1) Scope
This section specifies the placement of casing and carrier pipes
required for the installation of mainlines under the taxiway pavement from
the "Taxiway Object Free Area" to eight (8) feet beyond the edge of
pavement, whichever is greater.
2) Definitions
a. Casing Pipe - An external conduit placed underground standard
open cut trenching and backfilling methods, used to encapsulate and
protect the carrier pipe.
b. Carrier Pipe - A conduit installed interior to the casing pipe, used
to convey the process fluid.
B. ?tiality Assurance
1) References
a. This section contains references to the following documents.
They are part of this section as specified and modified. In case of a
conflict between the requirements of this section and those of the listed
documents, the requirements of the documents shall prevail.
Reference
Title
ASTM 53 - 81 Standard specification for pipe, steel,
black and hot - dipped, zinc- coated welded
and seamless.
FFC R.R. Co.
F.A.A. Regulations
Access Roads/Water and Sewer
Sebastian Municipal Airport
General Specifications for Subgrade and Above
Grade Utility Crossings of Railroad R -O -W
Part 77, Objects Affecting Navigable Airspace
T.S. 16 -1
2. PRODUCTS
A. Materials
1) Casing Pipe for Mainlines Crossing under Roadways - Casing pipe shall
be ASTM A 53, GradeB, Type S, Wrought Steel Seamless Pipe. Pipe
joints shall be field butt welded. Minimum pipe wall thicknesses shall
conform to those as indicated by the following table:
Installation Carrier Size Diameter Pipe Weight Class
Taxiway Crossing Thru 16" Standard Weight
18" thru 30" Extra Strength
2) Carrier Pipe for Mainlines Crossing under Taxiways - Carrier pipe
shall be lined and coated, restrained joint, class 350 ductile iron pipe,
otherwise conforming to specification Section No. 3. All joint connections
located within the casing pipe shall utilize approved restrainers.
3) Pipeline Casing Spacers for Mainlines Crossing under Roadways -
Spacers shall have two piece split shell, manufactured of minimum 14
gauge 304 stainless steel with runners. All mounting hardware shall be
stainless steel. The entire shell shall have a minimum of 4 runners
constructed of fiberglass reinforced polyester or high density polymer.
Where required to elevate the pipe bell off the casing, steel spacers shall be
provided. Spacers shall be as manufactured by Cascade Waterworks Mfg.
Co., or approved equal.
B. Product Data
1) Affidavits of Compliance with ASTM A53 for the Carrier pipe shall be
provided in advance of construction.
C. Submittals
1) Shop Drawings - Prior to any fabrication or installation work, the
Contractor shall furnish to the Engineer, for review and approval five
sets of shop drawings for the following items. All drawings shall be
reviewed, approved and stamped by the Contractor pursuant to the
provisions of the General Conditions.
a. Carrier Pipe and Restrainers
b. Casing Spacers
Access Roads/Waterand Sewer T.S. 16 -2
Sebastian Municipal Airport
3. EXECUTION OF WORK
A. General
The Contractor's attention is directed especially to the need for completing the
proper installation of the crossings as quickly as possible after work in the
taxiway has begun. The taxiway crossing operation shall be accomplished during
daylight hours and shall not begin after the time pre - established by the Airport
Director's office. The taxiway installation shall be constructed in one continuous
operation without stoppage except for nighttime operation. The backfilling and
surface restoration shall be considered a part of the continuous taxiway operation.
The Contractor shall provide all notices and signage to close the taxiway during
construction, all in accordance with FAA Regulations.
B. Mainline Installation Under Taxiway
As shown on the drawings, crossings under the taxiway shall be placed in casing
pipes, using the open cut trench method. The installation shall be constructed in
accordance with the following:
The casing pipes shall be installed with a minimum 48 inches of cover. Casing
pipe ends shall extend to the following minimum requirements.
Jurisdiction Casing Pipe Ends
Taxiway Ends shall extend a minimum 8 feet beyond
edges of pavement, or to the "TOFA" line,
whichever is greater.
Mainline pipe joints shall be assembled outside the casing pipe with the
appropriate joint restrainers in place. Casing spacers shall be attached to the
mainline pipe in the number as shown on the plans or as recommended by the casing
spacer manufacturer. The pipe section shall then be up lled through sections of the
casing pipe until assembly of the next casing pipe section is required. Restrained
joint pine sections shall not be pushed into the casing pipe.
The casing pipe with installed carrier pipe shall be installed in the trench in
accordance with specification Section No. 3 and the Plan details.
C. Testing For Installations Under Roadways
1) Casing Pipe
An air pressure test for leaks shall be conducted in the presence of the
Resident Project Inspector immediately upon completion of each
crossing at a minimum test pressure of 20 psi. The casing pipe shall
exhibit no leakage at this test pressure. Either of the following two test
methods may be used.
Access Roads/Water and Sewer T.S. 16 -3
Sebastian Municipal Airport
a. Standard twenty -four (24) hour pressure test with recording chart.
b. Pressure test utilizing a dragnet type leak detecting device, or other
equivalent testing equipment capable of detecting pressure drops of
one -half psi. Length of test to be as recommended by the testing
equipment manufacturer for the conditions of the particular job.
2) Carrier Pipe
The carrier pipe shall be hydrostatically pressure tested in accordance with
the appropriate Section of these specifications as typical mainline sections.
No leakage will be permitted, and if the test should indicate leakage, the
carrier pipe shall be removed from the casing pipe and reinstalled until this
requirement has been met.
4. MEASUREMENT AND PAYMENT
Measurement for the taxiway cased crossing shall be from one end of the D.I.P. to the
opposite end of D.I.P. installed. The measurement shall be a lump sum item for all items
required for the specified cased taxiway crossing, complete and in conformance with the
Contract Documents.
Payment shall be for the furnishing of all of the materials, equipment, and labor for the
complete installation of casing and carrier pipes under taxiways where specified or
shown on the drawings. Payments made shall be for all: excavations, sheeting and
bracing, dewatering, casing pipe, carrier pipe, casing spacers, restrained joints, backfilling,
compaction, testing, surface restoration, and all incidentals required to properly complete
the crossings.
Access Roads/Water and sewer T.S. 164
Sebastian Municipal Airport