Loading...
HomeMy WebLinkAboutItem 12 Approval of Repairs to City of Ocoee’s Wastewater Treatment Plant’s Oxidation Ditches Headworks A ocoee florlda AGENDA ITEM COVER SHEET Meeting Date: November 20, 2018 Item # /02 Reviewed By: Contact Name: Charles K. Smith,P.E. Department Director: Charle . S , Contact Number: 407-905-3159Mir4City Manager: Robert Fra 0 ,%r Subject: Approval of the repairs to City of Ocoee's Wastewater Treatmen Plant's Oxidation Ditches Headworks Background Summary: The City of Ocoee Wastewater Treatment Plant, as currently configured, is in service since 1993. The oxidation ditch headworks concrete coating has reached the end of its lifecycle and in the planning stage to be recoated in Fiscal Year 2018/19 at an estimated cost of $250,000. The coating is beginning to fail, with respect to protecting the headworks concrete, and causing surface damage. If not repair could lead to significant damage. A City consultant (Reiss Engineering) conducted a structural inspection of the oxidation ditch on June 2018. The inspection revealed the headworks are in dire need of repair and recoating. City staff initiated a discussion with coating suppliers and contractors to derive an estimated cost for the project. Engineered Spray Solutions met with staff on-site to review the consultant's report and provide a proposal for the repairs and coating. The estimated cost of the repairs and coating is $92,389.00. Engineered Spray Solutions is currently under contract with Sarasota County (contract expires August 2019) for similar work and has offered the same contracted conditions to the City of Ocoee. Issue: Should City Commission approve the repairs to the Wastewater Treatment Plant's Oxidation Ditches Headworks. Recommendations: Motion to authorize City Manager to accept Engineered Spray Solutions proposal of$92,389.00 to repair Wastewater Treatment Plant's Oxidation Ditches Headworks, based on the Sarasota County offer of contracted conditions. Attachments: 1) Proposal From Engineered Spray Solutions 2) Price breakdown from Sarasota Contract 3) Consultant Report (Reiss Engineering) outlining needed repairs 4) Piggyback Contract from Sarasota Financial Impact: Funding for the repairs and recoating of the headworks was include in Fiscal Year 18/19 Budget, R & R (410-535-00-3400), in the amount of$250,000. This item's expenditure, $92,389.00, will leave $157,611.00 unspent. Type of Item: (please mark with an `x') Public Hearing For Clerk's Dept Use: Ordinance First Reading X Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by Q N/A 2 OhENGINEERED 1306 Banana Road, Lakeland, Florida 33810 ESS SPRAY SOLUTIONS Local Phone•863-859-3889 ����� Applying the Gold Standard. Toll Free•800-329-3889 November 7, 2018 Mr. Trent Hopper City of Ocoee, FL 1800 A.D. Mims Rd. Ocoee, FL 34761 Project: City of Ocoee, FL—Treatment Plant Head Works Channels to be repaired and coated with the SprayWall Protective Lining System. Scope of Work: Per City of Ocoee Specifications. • Mobilize competent crew of five (5) and capable equipment to the Ocoee, FL project site at 1800 A.D. Mims Rd. • Perform a 5,000-psi high pressure water cleaning of the existing coated concrete surface within the host channel walls. Remove existing coating from channel walls and floor areas by abrasive blasting method. • Remove blasting media from headworks channels. • Re-perform a 5,000-psi high pressure water cleaning of the exposed concrete surface. • Estimated square footage of concrete surface area to be repaired and coated is 1,613 sq. ft. • Inspect channel structure's interior concrete surface for surface defects. Approximately sixty (60) bag of Euclid V100 mortar mix is estimated for proper surface rebuilding. • Make suitable repairs to the concrete surface area as required to prepare surface for the SprayWall Protective Lining System. • Spray apply a maximum of 250 mils. SprayWall Polyurethane protective coating to all exposed concrete surfaces. • A visual inspect and electronic holiday detection will be performed on the SprayWall Polyurethane coating to insure a monolith pinhole free coating. • Ten(10)working days estimated to complete the project(1/2 the structure at a time). Inclusions: ESS professional safety protocol for OSHA confined space entry. Professionally trained crew. Exclusions: Project permitting, any dewatering, bonding and bypass pumping of any wastewater. Notes: At the assessment of the structures, a determination will be made regarding the need for additional high strength Euclid V100 cement beyond the sixty(60) bags proposed. Any additional cement and workmanship will be addressed via change order at $125.00 per bag needed. Project is bid based on standard daylight work hours. Balance is due upon completion. Proposal price is valid for 30 days. Page 2 of 2-City of Ocoee,FL—Treatment Plant Head Works Channels to be repaired and coated with the SprayWall Protective Lining System. City of Ocoee Treatment Plant Headworks Channels to be repaired and coated with the SprayWall Protective Lining System. *Pricing structure is based on the Sarasota County Contract #153107CS-Manholes, Wetwells and Stormwater Structure Rehabilitation.. Respectfully Submitted, r� Work Authorization d�G6 ��I' G/Vh Michael Desvernine Date Project Manager (407)701-9545 It is mutually understood that in undertaking to correct/repair conditions present, other conditions that were hidden may become known. Such consequences will be beyond ESS's control, and ESS assumes no responsibility for such consequences. ESS will however, use its best skills and experience to avoid or minimize them.The owner assumes responsibility for any hazardous waste uncovered at this site. 1. The buyer has furnished pre-bid information used in planning the work covered in this proposal to ESS,and ESS assumes no responsibility for its accuracy. If the conditions are not in accordance with the information furnished to ESS by the buyer or others,the recommended procedures and scope of work in this proposal may not apply. The buyer will reimburse any additional expenses incurred by ESS as a result of this difference to ESS. 2. Any items of work not specifically included in this proposal shall not be the responsibility of ESS. Any alteration or deviation from the attached or referenced specifications, involving extra costs will be executed only upon written orders, and will become an extra charge over and above this proposal.All agreements are contingent upon strikes,accidents,or delays beyond our control. 3. It is mutually agreed that ESS shall retain all rights conferred upon it by the lien statutes of any State, Federal,or Territorial Government and will exercise lien rights if necessary. If ESS is not paid when required by this contract, interest of 1.5%will be charged per month. If the delinquent amount is referred to an attorney for collection, the buyer will pay all costs of collection including reasonable attorney fees and court costs.Should any legal action be required as a result of this contract,venue for such action shall be Polk County,Florida. 4. Our proposal is based on carrying out the work in a continuous manner during regular working hours. Should our work be delayed or interrupted for any reason beyond our control we will be compensated for standby of the crew and equipment. 5. If conditions beyond ESS's control make it impossible for us to render performance as specified, and buyer elects to terminate the contract, ESS will be entitled to a cancellation charge for any job set-up, in addition to reimbursement in full for all of ESS's costs (including labor,materials,and overhead),plus reasonable profit for all work performed to date of written notification by the buyer. 6. By executing this contract,owner agrees that all vendor requirements,including but not limited to pre-qualification,insurance,W-9,etc., have been adequately met. Initials BID FORM-PRICE SCHEDULE MANHOLE, WETWELL AND STORMWATER STRUCTURE REHABILITATION CONTRACT Spray-Roq BID#153107CS-POLYURETHANE A2. MANHOLE, WETWELL AND STORMWATER STRUCTURE COATING-Polyurethane City of Ocoee-Treatment Plant Headworks Engineered Spray Solutions-M.Desvernine BID ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL AMOUNT Polyurathane Resin Based Coating 48" 1 Diameter 1/8"Minimum Thickness V.F. $ 213.00 $ Polyurathane Resin Based Coating 48" 2 Diameter 1/4"Minimum Thickness V.F. $ 238.00 Polyurathane Resin Based Coating 48" 3 Diameter 1/2"Minimum Thickness V.F. $ 301.00 $ - Polyurathane Resin Based Coating 48" 4 Diameter 1"Minimum Thickness V.F. $ 489.00 $ Polyurathane Resin Based Coating 60" 5 Diameter 1/8"Minimum Thickness V.F. $ 267.00 $ - Polyurathane Resin Based Coating 60" 6 Diameter 1/4"Minimum Thickness V. . $ 298.00 Polyurathane Resin Based Coating 60" 7 Diameter 1/2"Minimum Thickness V. . $ 376.00 $ Polyurathane Resin Based Coating 60" 8 Diameter 1"Minimum Thickness V.F. $ 612.00 $ 9 Structure/Box Culvert Polyurathane Resin S.F. 1,613 $ 30,647.00 Based Coating-1/4"Minimum Thickness $ 19.00 Structure/Box Culvert Polyurathane Resin 10 Based Coating- 1/2"Minimum Thickness S.F. $ 25.00 $ Structure/Box Culvert Polyurathane Resin 11 Based Coating- 1"Minimum Thickness S.F. $ 39.00 $ SUBTOTAL BID PRICE(A2)MANHOLE,WETWELL AND STORMWATER STRUCTURE COATING-EPDXY $ 30,647.00 B. MANHOLE, WETWELL AND STORMWATER STRUCTURE REPAIR BID ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL AMOUNT Removal of Existing Manhole,Wetwell or 12 Structure Lining System(Excluding T-Lock S.F. $ 9.00 $ - or Similar Liner) Removal of Existing Manhole,Wetwell or 13 Structure T-Lock or Heavy Coating/Lining S.F. 1,613 $ 22.00 $ 35,486.00 System Abrassive Blasting Method Patching and Profiling-Cementitious Grout 14 Onl y S.F. 1,613 $ 12.00 $ 19,356.00 15 Infiltration Control-Cementitious or GAL. $ 125.00 $ Chemical Grout 16 Bonding Compound GAL. $ 55.00 $ - 17 Bench and Invert Channel Repair L.F. $ 110.00 18 Chimney Repairs V.F. $ 150.00 $ - 19 Chimney Replacement V.F. $ 675.00 $ - BID FORM BF-3 BID FORM-PRICE SCHEDULE MANHOLE, WETWELL AND STORMWATER STRUCTURE REHABILITATION CONTRACT Spray-Roq BID#153107CS - POLYURETHANE 20 Manhole/Structure Rim and Cover EA $ 1,150.00 $ Replacement-Paved Areas 21 Manhole/Structure Rim and Cover EA $ 935.00 $ Replacement-Grassed Areas 22 Seam Extrusion Welding L.F. $ 300.00 $ - 23 Fusion Welding of Pipe Boot EA $ 900.00 $ - 24 Install Rain Water Protector EA $ 110.00 $ - SUBTOTAL BID PRICE(B)MANHOLE,WETWELL AND STORMWATER STRUCTURE REPAIR $ 54,842.00 C. CLEANING, TELEVISING,AND ASSESSMENT BID FORM BF-4 BID FORM-PRICE SCHEDULE MANHOLE, WETWELL AND STORMWATER STRUCTURE REHABILITATION CONTRACT Spray-Roq BID#153107CS -POLYURETHANE BID ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL AMOUNT 25 Cleaning Sewer Manholes EA $ 150.00 $ - 26 Cleaning Stormwater Structures EA $ 175.00 $ - 27 Cleaning Wetwells EA 1 $ 1,000.00 $ 1,000.00 28 Televising(DVD)/Photographs(CD)Sewer EA $ 75.00 $ - Manholes 29 Televising(DVD)/Photographs(CD) EA $ 75.00 $ - Stormwater Structures 30 Televising(DVD)/Photographs(CD) EA $ 300.00 $ Wetwells 31 GPS Mapping of County Requested EA $ 150.00 $ Manholes SUBTOTAL BID PRICE(C)CLEANING,TELEVISING,AND ASSESSMENT $ 1,000.00 D.ANCILLARY SERVICES BID ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL AMOUNT 32 Bypass Pumping-4"Pump DAY $ 2,500.00 $ - 33 Bypass Pumping-6"Pump DAY $ 3,900.00 $ - 34 Bypass Pumping-8"Pump DAY $ 2,900.00 $ - 35 Bypass Pumper Truck HOUR $ 290.00 $ - 36 Bypass Vac-Truck HOUR 10 $ 290.00 $ 2,900.00 37 Maintenance of Traffic-Arterial EA $ 1,200.00 $ - 38 Maintenance of Traffic-FDOT EA $ 1,900.00 $ - 39 Mobilization: EA 4 $ 750.00 $ 3,000.00 $ $ 5,900.00 BID FORM BF-5 BID FORM-PRICE SCHEDULE MANHOLE, WETWELL AND STORMWATER STRUCTURE REHABILITATION CONTRACT Spray-Rog BID#153107CS-POLYURETHANE SUMMARY OF BID ITEMS-COATING METHOD 2-EPDXY SUBTOTAL BID PRICE(A2)-STRUCTURE COATING-Polyurethane(Sum Items 10-19) $ 30,647.00 SUBTOTAL BID PRICE(B)-STRUCTURE REPAIR(Sum Items 20-32) $ 54,842.00 SUBTOTAL BID PRICE(C)-CLEANING,TELEVISING,AND ASSESSMENT(Sum Items 33-39) $ 1,000.00 SUBTOTAL BID PRICE(D)-ANCILLARY SERVICES(Sum Items 40-46) $ 5,900.00 TOTAL BID PRICE-COATING METHOD 2-Polyurethane(Sum A2+B through D) $ 92,389.00 BID FORM BF-6 REISS ENGINEERING, INC. (: Rq11_10 Memorandum ,o16 SPRING VILLAS PT. WINTER SPRINGS, FLORIDA 32708 PHONE:(407)679-5358 FAX:(407)679-5003 To: Trent Hopper, City of Ocoee CC: Charles Smith,PE, City of Ocoee From: Natalie Urick,PE, Weston Haggen,PE,and Emily Staubus,EI,Reiss Engineering,Inc. QAQC: Allen Dethloff,PE,Edward Talton,PE and James Hagerty, PE, Reiss Engineering, Inc. Date: June 21,2018 RE: TECHNICAL MEMORANDUM—FINAL WWTP Structural and Coating Inspections and Process Calculation Update REI Job#6796 ON This report is intended for review by the City of Ocoee jun• 4 •.L and other parties as considered necessary by the City of We tdn'Haggen, Ocoee and Reiss Engineering, Inc. This report has been - * ' prepared under the supervision of Weston Haggen, FL S•//� � ' 0 P.E. Lic. 77777. Date; '' < p R ►O P Ai A L .•/Qv EXECUTIVE SUMMARY ,','ss'�r ';�` The City of Ocoee (City) owns and operates the Ocoee Wastewater Treatment Facility (WWTF), which is located at 1800 A D Mims Road. The WWTF has a permitted capacity of 3.0 million gallons per day, and a permitted effluent disposal capacity of 1.8 million gallons per day. The WWTF unit consists of mechanical screening, grit removal, and the Bio-Denitro® treatment process. As part of the City's ongoing inspection and renewal efforts, the City noted that the existing oxidation ditches and ditch bridges, being approximately 20 years old, are showing signs of structural deterioration, as well as localized issues with the ditch coating system. The headworks structure was also observed to have significant coating system issues, which, in conjunction with the high levels of hydrogen sulfide, is leading to degradation of the concrete headworks structure. Additionally, as an oxidation ditch aeration rotor recently required replacement, the City is reviewing the need to add an additional aeration rotor to each ditch. Reiss Engineering,Inc.(REI)was contracted to inspect the aeration ditches and headworks coating systems and structural integrity and provide renewal recommendations. The purpose of this memorandum is to summarize the coating and structural inspections for the City's biological treatment ditch oxidation ditches and headworks structure as well as include an analysis of the existing process specific to air flow to determine when additional aeration may be necessary. 1 of 25 „ u REISS ENGINEERING Aeration Recommendations $,^� .n.; g b The Ocoee WWTF is nearing its aeration production based on the projected -- �- population growth and the proposed addition of septage receiving facilities. " Operation of the plant is also significantly limited during periods in which an oxidation ditch is out of service.Careful consideration for plant operation will be required in order to ensure that aeration requirements can be met while a ditch is out of service. Such considerations include planning for maintenance activities during low flow periods, and only accepting septage if both ditches are in service. A breakpoint analysis was performed to determine the flows that would require additional aeration capacity. Currently, there are four (4) aeration rotors installed; two (2) in each oxidation ditch. Analysis indicates that two(2)additional aeration rotors will be required(1 in each ditch)to meet demand around the year 2019-2020 when flow is projected to near 2.0 MGD. While aeration is acceptable for current average day conditions, increased flow will create operational difficulty in meeting aeration requirements. Best practice would be to consider additional aeration when flows are 75 percent of the maximum treatment capacity. Evaluation of the aeration process has determined that rotors will need to be added based on projected increased flow and added septage as summarized below. Table ES-1: Aeration Capacity Summary S�cnario Dit�h�s Online Dotal \lavin1un :a.-\DI 2 Rotors per Ditch with 1 Ditch Offline 1 2 -1.0 MGD 2 Rotors per Ditch 2 4 —2.0 MGD 3 Rotors per Ditch with 1 Ditch Offline 1 3 —1.5 MGD 3 Rotors per Ditch 2 6 —3.0 MGD 4 Rotors per Ditch 2 8 NA The scenarios above are general guidelines to consider based on desktop analysis. Discussions with Kruger indicated additional aerators may be considered at higher flows based on the treatment ditches being run in parallel or series with additional controls. Future studies can better assess the current process and provide insight for future optimization. Future studies will be required when additional aeration is required beyond six (6) rotors but is limited by the presence of the anoxic zones within the process. Headworks Structural Recommendations The base of one column where spalled concrete was observed .:1'.. should be repaired to prevent further corrosion/spalling. It is recommended to remove any loose concrete around the exposed reinforcement and clean all rust prior to patching the area with repair mortar. The observations made indicate that some additional repairs may be required prior to applying a new coating system. Based on the observations made it is anticipated that the additional repairs will entail the application of a high strength cementitious product to build out the surfaces to their original thickness. The interior surfaces appear to be 2 of 25 CD REISS ENGINEERING suitable to receive linings systems. Additionally, some of the aluminum plank grating support members and their associated bolts appear to have experienced some level of corrosion that require replacement or repairs. Oxidation Ditches Structural Recommendations It is recommended to have each of the ditches mapped of all • cracking and delamination's and have periodic visual observations performed to ensure the cracking does not worsen with time. It is recommended that the interior of the perimeter walls receive an elastomeric type coating system that will have an ability to bridge cracks. It is recommended to repair all exposed steel corrosion along the exterior surfaces of the wall to prevent any future spalling and corrosion. Possible remediation could consist of providing additional supports members and post- tensioning the exterior ditch walls. The walkways hollow core slabs are supported on concrete corbels — and that the portion of concrete where the cracking was observed does not provided support to the walkways as it was placed to provide a uniform walking surface over the wall. Liner Recommendations \' The existing interior oxidation ditch liners appears to be intact with periodic blister that have exerted the liner from the concrete substrate. Samples of the blister, to determine the resin component,were not removed to avoid damaging the liner. Samples at the top of structure was adhered too well to the concrete to be ,; removed for sampling. The blisters may be removed and repaired I► •= _ with a coating per manufacture recommendations. The complete ; 4 liner can also be removed and replaced with new material. Concrete repairs should be expected and performed prior to liner installation. The headworks structure liner has failed and should be replaced. The exterior of the tank requires repair to cracks and filling of drilled holes where present. An acrylic elastomeric coating system can be applied following concrete repair. Mechanical Piping The two Oxidation Ditches are connected via a 30-inch ductile iron gravity pipe at the southeast end of the ditches. It is recommended to add a second 30-inch knife gate prior to the 30-inch pipe entering Oxidation Ditch No. 2 for redundancy of the existing 30-inch knife gate valve. Opinion of Probable Cost A preliminary opinion of probable construction cost was developed for the proposed improvements to the headworks structure and oxidation ditches at Ocoee WWTF. The total construction cost is estimated to be $885,000 based on all recommendations made in this memorandum. The total construction cost would increase to $1,850,000 if full liner replacement is added. This preliminary cost has a+20%accuracy level. 3 of 25 4611. REISS ENGINEERING I. INTRODUCTION The City of Ocoee (the City) treats wastewater from its service area at the Ocoee Wastewater Treatment Facility (WWTF), which has a permitted treatment capacity of 3.0 million gallons per day and a permitted effluent disposal capacity of 1.8 million gallons per day. The WWTF unit consists of mechanical screening, grit removal and the Bio-Denitro®treatment process, as shown in Figure 1.The Bio-Denitro®process is an advanced biological nutrient removal process,which utilizes dual oxidation ditches to reduce nitrogen and biochemical oxygen demand (BOD). Secondary clarification, tertiary sand filtration, and chlorination follow the Bio-Denitro process. After chlorine disinfection, the effluent flows by gravity into either the Master Effluent Pump Station or the Effluent Transfer Pump station. The pump stations deliver the reclaimed water to various locations for reuse or disposal. The waste sludge from the treatment process is sent to a digester and then to a filter press,which dewaters the sludge prior to disposal. Many of the existing process systems are approximately 20 years old and, as such, are in need of rehabilitation or replacement. For instance, in the oxidations ditches, the existing coatings are blistering and detaching from the concrete surface,and the bridges are showing signs of structural deterioration. The headworks structure is also exhibiting significant failure of the coating system, which, in conjunction with the high levels of hydrogen sulfide, is leading to degradation of the concrete structure. The City contracted with Reiss Engineering,Inc.(Reiss)to visit the plant site to observe the subject processes and evaluate the condition of the coatings,determine the extent of structural degradation, and to set forth recommended corrective measures. Reiss was also tasked with conducting a desktop evaluation of the capacity of the existing aeration equipment, including the development of various viable future scenarios in order to evaluate the existing system's ability to meet the City's needs into the future. The purpose of this memorandum is to summarize findings of the aforementioned coating and structural inspections for the oxidation ditches and headworks structure, as well as to set forth the findings of the evaluation of the existing process specific to air flow, in order to determine when additional aeration may be necessary. Reiss conducted the structural and coating inspections with support from Wekiva Engineering and KTA-Tator, Inc., respectively. Figure 1: City of Ocoee WWTP r Oxidation Ditch \o. I ' ir = ... y ' Y _. ertiar��Sang— . '- -` Fliters f Head rks e w I ' . . '� 4 - =' Clarifiers •,. Oxidation Ditch No.2 * iiiChlorine Contact :444- p. _. , 4 of 25 CD REISS ENGINEERING II. WASTEWATER FLOWS In order to accurately project future wastewater flows,historical wastewater flow trends were first evaluated. Figure 2 shows the Annual Average Daily Flows(AADF)from 2003-2017. In general, wastewater flows peaked in 2005, then remained lower than the 2005 flows until 2017. This reduction in flows may be attributed to a combination of factors, including interconnections with other agencies, implementation of an I&I program, and the economic recession. Recently, the average flows began trending upward, starting in year 2016. Figure 2: Historical AADF (MGD) at Ocoee WWTF Historical AADF (MGD) at Ocoee WWTF 1.80 1.70 1.60 1.50 1.40 1.30 1.20 1.10 1.00 1995 2000 2005 2010 2015 2020 Peaking factors were evaluated based on recent historical data (2012-2017), the results of which are shown in Table 1. The 2012-2017 average maximum monthly factor of 1.08 and a maximum day factor of 1.56 are to be used in the aeration calculations. Table 1: Statistics of Wastewater Flow(2012-2017) AADF VI\IFVID3' eat Nkixiillum \i nth Maximum Dav �. MGD. MGD VIED 2012 1.62 1.75 2.38 1.08 1.47 2013 1.61 1.70 2.60 1.05 1.61 _ 2014 1.59 1.65 2.65 1.04 1.67 2015 1.55 1.66 1.88 1.07 1.21 2016 1.65 1.75 3.03 1.06 1.84 2017 1.70 1.96 2.63 1.16 1.55 Average Figure 3 shows the wastewater flow projections through year 2040. The 2040 flow is forecasted to be 3.1 MGD based on the City's response to the SJRWMD's request for input on the projected wastewater and water reuse flows in 2017. In the prior Septage Receiving Preliminary Design Report,Reiss performed flow projections in 2015 for four growth scenarios-High,Medium High, Medium Low and Low,between 2017 and 2030. The Medium High projection can be extended to meet the forecasted 2040 flow of 3.1 MGD. In addition, the City anticipates an increase in its population from around 50,000 to 75,000 over the next 10 years, which agrees with the Medium High flow projection. Therefore,the Medium High growth scenario was used in this analysis. The associated projected flows are summarized in Table 2. 5 of 25 REISS ENGINEERING Figure 3: AADF Wastewater Influent Projection Flow-Growth Projections(Daily Flows) 3.20 3.00 3.0 MGD DEISGIN/PERMITTED CAPACITY �• i• 2.80 1 , ••2.60 • 2.40 j / High 0 2.20 / —Medium High Medium Low 2.00 - Medium Low ----2040 Projection 1.80 Existing Data • 1.60 -- — Projected Values 1.40 1.20 2000 2005 2010 2015 2020 2025 2030 2035 2040 Year Table 2: Projected Flows Year Annual Average(MGD) Maximum Month(MGD) 2017 1.7 (Actual) 1.96 (Actual) 2020 1.9 2.19 2025 2.2 2.53 2030 2.5 2.88 2035 2.8 3.22 2040 3.1 3.55 III. RAW WASTEWATER QUALITY In order to calculate the aeration required in the Kruger Oxidation Ditches at the Ocoee WWTF, it is necessary to evaluate historical influent wastewater characteristics, including 5-day biochemical oxygen demand (CBOD5), total suspended solids (TSS), and Total Kjehldahl Nitrogen(TKN). Therefore,historical wastewater quality was analyzed utilizing such data,which was provided by the City. Figures 4 and 5 present the daily TSS and CBOD5 concentrations,respectively. The average TSS was calculated to be 202 mg/L, and the average CBOD5 was calculated to be 215 mg/L; these values were used in the aeration calculations. 6 of 25 R'113) REISS ENGINEERING Figure 4: 2017 Influent TSS Concentration Influent TSS (mg/L) 260 • 240 it • • •• •• • • • • • • • 220 • • •i • • • illp •• • • 200 • • i• •i • •• • • • • • 180 • • •• • • • • • • • • • •• 160 • • Influent -2017 Average:202 mg/L 140 N. N. N. N. N. N. N. N. N. N. N N N. N ,-1 N r, - r, ,--i ,--i ,--i ,--i r I ,-1 r I r I C C .6 i T C 006_ +' > U U 03 ro LLL N Q 2 i m V1 O O 2 2 < Z 0 CD Figure 5: 2017 Influent BODS Concentration Influent BODS (mg/L) 250 240 • •• • 230 • • • 401/ 220 • • • • • • • • •• • 210 • • • • • • • • •• •• •••N •• 200 • • •• • 190 • Influent • -2017 Average:215 mg/L 180 NNr` N N. N. N. N. N. N. N. N. N. N. -1 � � � , CC - >- C - OD a +. j u u 7 of 25 CD REISS ENGINEERING The past six (6) years of influent data was also evaluated with regards to CBOD5 and TSS concentrations. In general, the annual average concentration of TSS and CBOD5 over the 6-year period are approximately 209 mg/L and 206 mg/L, respectively. To be conservative, an annual average concentration of 220 mg/L and a CBOD5 maximum day peaking factor of 1.4 was used for TSS and CBOD5,based on the historical data presented in Table 3. Table 3: TSS and CBOD5 Historical Average and Maximum Concentrations TSS CBOD5 TSS Maximum CBOD5 Maximum TSS Average Maximum Day Peaking CBOD5 Maximum Day Peaking Year (mg/L) Day(mg/L) Factor Average Day(mg/L) Factor 2012 263 492 1.87 194 492 2.54 2013 171 270 1.58 191 242 1.26 2014 210 248 1.18 215 273 1.27 2015 214 254 1.18 210 254 1.21 2016 195 240 1.23 209 229 1.10 2017 199 246 1.24 215 238 1.10 208.5 291.7 1.38 205.8 288.0 1.41 The influent TKN samples were evaluated.TKN can be calculated by measuring the total nitrogen minus nitrates and nitrites. The City previously collected several total nitrogen samples of the influent wastewater in 2015, as well as influent nitrates. The influent nitrate concentration was negligible, and nitrites are also assumed to be negligible in raw wastewater. Table 4 shows the resulting TKN for the samples collected in 2015. The average TKN concentration from the samples collected is approximately 53 mg/L, and the single maximum sample is 70 mg/L. 53 mg/L of TKN was used for calculations. The original design of the Ocoee WWTF assumed a TKN concentration of 40 mg/L, as shown in the Wastewater Design Criteria Updated Table(provided in Appendix A for reference).The actual oxygen demands will be higher than originally designed due to the higher influent TKN loading. 8 of 25 U REISS ENGINEERING Table 4: Influent Total Nitrogen Composite Sample Date Sample Influent NO3 Influent Total-Nitrogen Calculated Influent Taken Composite,mg/L Composite,mg/L TKN,mg/L 3/4/2015 0.016 53.00 52.98 3/11/2015 0.016 51.00 50.98 3/18/2015 0.018 52.02 52.00 3/25/2015 0.016 55.00 54.98 4/1/2015 0.023 48.02 48.00 4/8/2015 0.016 54.00 53.98 4/15/2015 0.12 48.12 48.00 4/22/2015 0.024 70.02 70.00 4/29/2015 0.016 53.00 52.98 6/3/2015 0.016 57.00 56.98 6/10/2015 0.38 55.04 54.66 6/17/2015 0.037 54.04 54.00 7/1/2015 0.046 52.05 52.00 7/8/2015 0.025 64.03 64.00 7/15/2015 0.046 51.05 51.00 7/22/2015 0.025 40.00 39.98 7/29/2015 0.015 46.00 45.99 Average 53.09 IV. ESTIMATED SEPTAGE CHARACTERISTICS In the previous Septage Receiving Study completed by Reiss, it was estimated that an average annual septage quantity of 3,400 gallons per day(GPD)would be realized. The City currently has plans to construct a septage holding pond,which allows the septage to flow to the treatment process in a controlled manner. For this analysis, it is assumed that the septage will be treated at an even rate of 3,400 GPD, or 2.4 gallons per minute(GPM). In the previous study, the quality of the influent septage was estimated based on a number of literary and project resources. The TSS, BOD5 and TKN concentrations are shown in Table 5. Since septage is highly variable in nature and can vary for given geographical regions, sensitivity factors were applied. In addition to the "1X" septage characteristics recommended, "1/2X" and "2X"septage strength were calculated to be used for the WWTF septage receiving capacity process calculations. Table 5: Estimated Septage Characteristics Parameter Ocoee Design(mg/L) TSS 15,000 BOD5 5,000 TKN 500 9 of 25 > REISS ENGINEERING V. SCENARIOS Multiple scenarios were developed for the current and projected future conditions with respect to aeration capacity based on operating the aerations ditches in series.For each scenario,average day, maximum day,and maximum month flows were considered. Septage addition was also considered in the aeration calculations. Preliminary calculations, based on the assumed septage quality det forth in the previous Septage Receiving Study discussed in Section IV, indicated that the addition of one truck of septage (1X septage) is equal to approximately 0.1 MGD of additional flow. The additional volume of septage and the rate at which the septage is accepted need to be considered, as both will result in an increased aeration requirement. The influent BOD concentration was assumed to be 220 mg/L for all average day,maximum month, and maximum day calculations,as outlined in Section III,when examining wastewater quality. The assumed BOD concentration for maximum day scenarios was assumed to be equal to the average day scenario. This assumption considers that the influent BOD concentration will not vary if flow increases in a day. This assumption is based on the fact that increases in daily flow generally occur during rain events,are related to inflow and infiltration, and would typically not increase the BOD concentration. Influent TKN concentration assumptions are similar to the assumptions made for determining influent BOD concentration. Influent TKN concentrations are assumed to be 53 mg/L for average day,maximum month, and maximum day calculations,as outlined in Section III. Design flows for maximum month and maximum day are calculated using peaking factors calculated from collected data. Design effluent BOD and TKN concentrations used for aeration calculations are 20 mg/L and 12 mg/L respectively. The following existing and projected scenarios were considered. Flow points where additional rotors are required are also indicated. Detailed calculations for each scenario are included in Appendix A. Scenarios consider the requirements for Class 1 Reliability, as defined by the EPA. 2 Rotors per Ditch (4 Rotors Total) This scenario represents the maximum average flow through the current process with four(4)total aeration rotors in two ditches. With the flow rate up to 2.0 MGD AADF, the process meets Class 1 Reliability. Therefore, the facility can meet Class 1 Reliability requirements under current flow conditions of 1.70 MGD AADF. When flow exceeds 2.0 MGD, additional aeration will be required to meet Class 1 Reliability requirements. 2 Rotors per Ditch with 1 Ditch Offline (2 Rotors Total) This scenario represents the same conditions considered in the previous scenario, but with one ditch offline. Aeration requirements are only met until flow reaches 1.0 MGD AADF. After flow exceeds 1.00 MGD AADF, the current process will not meet Class 1 Reliability. Consideration should only be given to taking a ditch out of service during low flow periods,and the outage should be limited to short durations,based on effluent quality. 3 Rotors per Ditch(6 Rotors Total) This scenario considers the installation of one (1)additional aeration rotor per ditch, for a total of six(6)aeration rotors.Aeration requirements will be met under these conditions until flow reaches 3.0 MGD AADF. When flow exceeds 3.0 MGD AADF, Class 1 Reliability cannot be achieved with six(6)aeration rotors. 10 of 25 t REISS ENGINEERING 3 Rotors per Ditch with 1 Ditch Offline(3 Rotors Total) This scenario represents the same conditions considered in the previous scenario, but with one ditch offline. Aeration requirements are only met until flow reaches 1.5 MGD AADF. After flow exceeds 1.5 MGD AADF, the current process will not meet Class 1 Reliability. Consideration should only be given to taking a ditch out of service during low flow periods,and the outage should be limited to short durations,based on effluent quality. 4 Rotors per Ditch(8 Rotors Total) This scenario considers the installation of two(2)additional aeration rotors per ditch, for a total of eight(8)aeration rotors.Our analysis suggests that this scenario would introduce air into the anoxic portion of the process, effectively eliminating the denitrification process. Therefore, four (4) aeration rotors could not be used at the same time within an oxidation ditch. VI. AERATION PROCESS EVALUATION SUMMARY Overall, the Ocoee WWTF is nearing its aeration production capacity considering the projected population growth and the proposed addition of septage receiving facilities. Maximum day conditions were the limiting condition factor in all scenarios for determining the aeration requirements. Operation of the plant is also significantly limited during periods in which an oxidation ditch is out of service. In scenarios where a ditch out of service, aeration requirements can only be met during average day flow conditions; maximum day and maximum month conditions require additional aeration. Careful consideration of plant operation will be required in order to ensure that aeration requirements can be met during periods under which a ditch is out of service. Such considerations include only taking a ditch out of service during low flow periods and only accepting septage during low flow periods. A breakpoint analysis was performed to determine the flows that would require additional rotor implementation. Currently, as previously indicated, there are four (4) aeration rotors installed at the WWTF; two(2) in each oxidation ditch. The aeration rotors have a typical submergence level of approximately 9.5-inches, a minimum submergence level of 4-inches, and a maximum submergence level of 11-inches, which is controlled by adjustable effluent weirs. The aeration rotors are equipped with 60 horsepower motors. The motors are driven by variable frequency drives(VFDs),which are rated for use with motors up to 75 horsepower. Analysis indicates that two(2) additional aeration rotors (1 in each ditch)will be required to meet demand by 2020, when flow is projected to approach 2.0 MGD. While the current aeration capacity is acceptable for current average day conditions, increased flow will create operational difficulty in meeting aeration requirements. As such, it is recommended that the City consider additional aeration when flows reach 75 percent of the maximum process treatment capacity. Evaluation of the aeration process has determined that rotors will need to be added based on projected increased flow and added septage as summarized in Table 6. 11 of 25 O REISS ENGINEERING Table 6: Aeration Capacity Summary Scenario Ditches Total Aeration Maximum AADF Online Rotors 2 Rotors per Ditch with 1 Ditch Offline 1 2 -1.0 MGD 2 Rotors per Ditch 2 4 -2.0 MGD 3 Rotors per Ditch with 1 Ditch Offline 1 3 -1.5 MGD 3 Rotors per Ditch 2 6 -3.0 MGD 4 Rotors per Ditch 2 8 NA The flows outlined in these scenarios may vary based on actual conditions at Ocoee WWTF. The scenarios above are general guidelines, which are based on desktop analyses. It should also be noted that discussions with Kruger indicated that additional aerators may be considered at higher flows based on the treatment ditches being run in series with additional controls. Additional analyses would be needed to assess the current process and provide insight for future optimization. Additional analyses will also be required when aeration requirements exceed that provided by six (6) rotors, due to limitations associated with the presence of the anoxic zones within the process. These analyses were not included in this evaluation. VII. STRUCTURAL EVALUATION A site visit was completed to observe the current structural condition of the ditches and coatings. This section presents the findings,as well as recommendations for structural repairs and/or coating repairs. Field photos are provided in Appendix B for reference. Headworks Structure The headworks structure is an elevated cast-in-place concrete structure that is located between the oxidation ditches(Appendix B Photo No. 1). The structure has an approximate footprint of 28-ft by 36-ft with the top of the structure extending approximately 20-ft above grade. A channel runs across the south side of the structure, feeding into to each oxidation ditch. Stair access is provided on the north end of the channel. See Figure 6 below for a site plan and the location of the headworks. Figure 6: City of Ocoee WWTP Site Plan ''0 --.`. X00 s fib,. 09. . a `( .V s t / 1 ,O a- , 4 , w1 h _ is `la 12 of 25 CD REISS ENGINEERING During the site visit the headworks structure was in service. Observations were made from ground level from below the structure's exterior, as well as from the top slab of the structure. No testing or material sampling was performed.All conclusions and recommendations made are solely based on visual observations. Exterior Columns Exposed reinforcement and spalling was observed at one location at the base of the column that supports the channel feeding Oxidation Ditch 1 (Appendix B Photo No. 2). Exterior Walls No cracking or spalling of concern was observed on the exterior walls of the structure. The only moisture observed on surfaces appeared to be from a wash down hose(Appendix B Photo No. 1). The overall condition of the headworks structure is considered fair given its age and service conditions. The exterior of the structure is in good condition. Interior Surfaces Most of the structure's interior floor and wall surfaces were not visible, except in an area where a few of the plank grating panels were removed. The area most prone to degradation is the area above the water line,which was visible. Signs of concrete degradation,spalling and coating failure were observed (Appendix B Photo No. 3 & No. 6). The interior surfaces are exhibiting some degradation, as the existing coating appears to have exceeded its intended service life. Additionally, some of the aluminum plank grating support members and their associated bolts appear to have experienced some level of corrosion. Oxidation Ditches The Oxidation ditches are large above-grade cast-in-place concrete water retaining structures with circular end walls. Both ditches are of the same design and are symmetrically constructed about the headworks structure. The ditches are approximately 149-ft by 75-ft in plan dimension with 17- ft high perimeter walls. The top of the structures is accessible by concrete walkways running over the ditches. See Figure 6 for a site plan indicating the location of the oxidation ditches. During the site visit Oxidation Ditch No. 2 was drained for maintenance while Oxidation Ditch No. 1 remained in service. Observations were made from ground level along the exterior walls, as well as from the walkways at the top of the structures. No testing or material sampling was performed. All conclusions and recommendations made are solely based on visual observations. Exterior Wall Surfaces A substantial amount of cracking was observed along the exterior walls of both ditches. Generally, the crack patterns were vertical along the circular portions of the ditch and some inclined along the straight portions of the walls(Appendix B Photo No.7-No.10).At the time of the site visit no active weeping was observed;however,there were signs of moisture and effloresce at many of the crack locations. It appears some of the previous leaks have been sealed using injection methods, as several injection ports were observed (Appendix B Photo No.11). Several of the grout-filled form tie holes also exhibited signs of previous leakage (Appendix B Photo No.13). Spalling and exposed reinforcement was observed along the top of the wall near the stairs at Oxidation Ditch No. 2 (Appendix B Photo No. 29 & 30). At several locations along the southern circular portion of Oxidation Ditch No. 2,the tips of rebar chairs appear to be exposed and corroded(Appendix B Photo No. 12). 13 of 25 REISS ENGINEERING The overall condition of the exterior walls is poor. The cracking observed is more than what is expected for the type and age of the structure. An analysis was performed of the walls based on the reinforcement information provided in the structural record drawings in accordance with the current applicable code, ACI 350-05 "Code Requirements for Environmental Engineering Concrete Structures and Commentary." Based on this analysis, it was determined that the reinforcement provided meets the minimum requirements for strength; however, the ratio of horizontal reinforcement to concrete is marginally lower than what would be recommended for temperature and shrinkage given the ditch length and joint layout. This is believed to be the primary reason for the observed cracking. The cracking raises concerns of possible corrosion of wall reinforcement. Interior Wall Surfaces The interior surfaces of the perimeter walls are covered with a coating that appeared to be largely intact (Appendix B Photo No. 14 & No. 15). Some blistering of the coating was observed near the sludge line in the drained tank. The interior non-hydrostatic partition walls appear to be in fair condition. The ditch's previous coating system appears to be intact,but has exceeded its intended service life. Walkways The concrete walkways spanning across the short direction of the ditches are supported by wall corbels at each end of the precast concrete slabs, and are split up into two spans with a support provided along the middle partition wall(Appendix B Photo No. 16-18). It appears that the slabs were provided with a topping slab after they were placed, and sawcut joints were placed in the topping slab. Cracking was observed at various locations in the topping slab. The walkways are in fair to poor condition. The underside surfaces appear to be in fair condition without any spalling or cracking observed. The record drawings indicate that the underside surfaces received a protective coating system. The cracking observed at the top of the walkways and exterior of the walls suggest the walkways are providing some level of restraint to the top of the walls. The record drawings show smooth, greased dowels drilled and epoxied into the wall. It appears the dowels have unintentionally bonded with the concrete that mostly likely filled a portion of the open hollow core ends and have caused small portions of concrete over the top of the wall to crack. Additionally, the exposed reinforcement can be exacerbating the cracking due to its subsequent corrosion. The walkways' hollow core slabs are supported on concrete corbels, and that the portion of concrete where the cracking was observed does not provide support to the walkways, as it was placed to provide a uniform walking surface over the wall. VIII. Structural Recommendations Headworks Structure Exterior Walls The base of one column where spalled concrete was observed should be repaired to prevent further corrosion/spalling. It is recommended that loose concrete around the exposed reinforcement be removed,and that rust be removed prior to patching the area with repair mortar, such as Sika Top 123 plus. A bonding agent should be applied to the prepared surface prior to application. All products should be installed in accordance with the manufacturer's recommendations. 14 of 25 C ) REISS ENGINEERING The underside of the channel connection to Aeration Bain No. 1 (Appendix B Photo No 4) shows signs of previous weeping but is unaffected structurally. For maintenance, a flexible filler may be used to fill the expansion joint. Interior Surfaces The observations made indicate that some additional repairs may be required prior to applying a new coating system. Based on the observations, it is anticipated that the additional repairs will include the application of a high strength cementitious product to build up the surfaces to their original thickness. The actual extent and repair technique will be contingent upon the conditions encountered after the existing surfaces are prepared(hydroblasting/sandblasting)and the substrate exposed. It is recommended that these additional(but currently-undefmable)repairs be taken into consideration in development of the anticipated overall project costs and schedule by including a construction allowance. Additionally, some of the aluminum plank grating support members and their associated bolts appear to have experienced some level of corrosion. Only a portion of the aluminum planks and bolts were able to be seen during the inspection,it is recommended to visit the structure during the improvements to identify all locations that require replacement or repairs. After performing a cursory review of the record structural drawings, and based on field observations, there was no major evidence that suggests the structure has any major structural deficiencies that would impede the proposed improvements or affect it's intended service life. Oxidation Ditches Exterior Walls It is recommended to have each of the ditches mapped of all cracking and delaminations,and have periodic visual observations performed to ensure the cracking does not worsen with time. Additionally, observations should be performed on the interior wall surfaces after the existing coating is removed(and prior to recoating)to check for any sign of degradation or corrosion. It is recommended that the interior of the perimeter walls receive an elastomeric type coating system that will have the ability to bridge small cracks. It is recommended to repair all exposed steel corrosion that was observed along the exterior surfaces of the wall to prevent future spalling and corrosion. If additional signs of corrosion are discovered during the recoating of the ditches, remedial measures may be required. Possible remediation could consist of providing additional support members and post-tensioning the exterior ditch walls. Interior Partitions The ditch's previous coating system appears to have exceeded its intended service life and needs replacement. Walkways The hollow core slabs comprising the walkways are supported on concrete corbels,and the portion of concrete where the cracking was observed does not provide support to the walkways. The cracking should be repaired. 15 of 25 REISS ENGINEERING IX. Liner Evaluation A site visit was completed to make observations regarding the current condition of the interior coatings in the ditches, to identify deficiencies or concerns, and to provide recommendations for coating repairs. The evaluation involved a visual examination of Oxidation Ditch No. 2, close inspection of the interior liner from the interior floor of the ditch, and from grade immediately outside the ditch. Field photos are provided at the end of this memorandum and in Appendix C for reference. Tank Interior The lining had numerous intact blisters but was otherwise free of visible defects. Destructive testing was not performed since the liner integrity has not been compromised. Various views of the ditch and blisters observed are provided in Appendix C. Blisters ranged in size from 1.5-inches to over 2-feet. The largest of the blisters were close to the floor and, in general, blister size became smaller going up the wall. A hammer was used to sound the concrete beneath the intact(non-blistered)liner,around the perimeter of blisters, and to gently test the firmness of the blisters. The concrete was judged to be firm with no evidence of soft spots when sounded. The blisters, when lightly tapped, were firm and showed little distortion. The behavior of the blisters indicated they are liquid filled. Estimation of blister frequency, using the rating system of ASTM D714, "Standard Test Method for Evaluating Degree of Blistering of Paints"is"few". Some clustering of blisters was observed. (Appendix C Figure 13). An estimate of the surface area affected is well below one percent of the lined wall surface area. The ditch floor was not visible with some sludge and water remaining in the tank, so no assessment of the floor lining could be made,the area most prone to degradation is the area above the water line,which was visible. The tank liner in Oxidation Ditch No. 2 is in generally good condition, apart from the blisters against the concrete interior walls. There is fluid (water) behind the blisters that has exerted sufficient pressure to force the lining from the concrete substrate. The source of the water has not been determined but is likely migration through the concrete (likely from the exterior or top) and collecting behind the blistered liner. Without removing portions of the liner, it cannot be stated with any certainty the condition of the concrete finish behind the blisters.There may be bug holes, localized honeycomb cavities,reinforcing steel deterioration, etc. No history was available on the lining or lining system in the ditch, and it is quite possible the existing liner is the original. Tank Exterior The exterior of the ditch was not coated and did not appear to have any sealer applied. Vertical stripes of efflorescence are present and common around the perimeter. Evidence of minor leaking was noted but no active leaks identified. Narrow vertical cracks and short horizontal cracks are present. Some cracks have progressed to an inch or more at the surface with concrete pieces present. Some crack patching was performed around the exterior. Two pipes are located on the tank exterior, one on the west side near the north end and the other on the east side near the south end. The coating on the pipes was in good condition. Some maintenance of the pipes at the soil line is warranted since there is corrosion and rust just below the soil and gravel surface(Appendix C Figures 18 and 20). 16 of 25 (R'p REISS ENGINEERING X. Coating Recommendation Tank Interior There is fluid(water)behind the blisters that has exerted sufficient pressure to force the oxidation ditch lining from the concrete substrate. It is not possible to determine if the blistered surfaces can be removed and the liner patched without knowing the type of liner installed and evaluating the general adhesion of the existing intact system. Similarly, the condition of the concrete behind the blisters cannot be determined without destructive testing (compromising the integrity of the liner to access the concrete surface). This information, too, is essential to make complete remediation recommendations. The blisters within the ditches may be removed and repaired with a coating per manufacture recommendations based on lab samples of the existing liner. (The liner is assumed to be coal tar epoxy, based on visual observation and application.) Alternatively, a portion of the ditch liner near the top of the ditch may be removed to determine the content of the lining. The ditch liner can be completely removed and replaced with new material. Concrete repairs should be expected and performed prior to installation of a new liner system. Recommended interior lining materials are summarized in Table 7. The headwork structure liner has completely failed and requires full replacement. The concrete behind the liner is also failing and will require rehabilitation prior to installation of a new liner system. Recommended interior lining materials are summarized in Table 7. Tank Exterior The exterior of the tanks requires repair of cracks and filling of drilled holes where present. A complete coating system may be applied once the cracks are repaired, though is not required at this time. Recommended exterior lining materials are summarized in Table 7. Table 7: Interior and Exterior Coating Systems 11 Coatin .S ste Manufacture Preparation Pressure Wash& Sweep Abrasive Blast Contractor Oxidation Modified Pol amine Epoxy,Cementitious Repair Ditch Prime Coat Yemenous p Tnemec, Interior Mortar or Epoxy Modified Cementitious Mortar Carboline,or Top Coat Polyamide Epoxy-Coal Tar Sherwin Williams Preparation Pressure Wash&Abrasive Blast Contractor Concrete Modified Polyamine Epoxy,Cementitious Repair Repair Mortar or Epoxy Modified Cementitious Headworks Tnemec,Raven Interior Mid Coat Modified Aliphatic Amine Epoxy Mortar or Ultra Carboline,or High Build Epoxy Coating Sherwin Williams Top Coat Modified Polyamine Epoxy or Ultra High Build Epoxy.Coating Oxidation Preparation Pressure Wash Contractor Ditch and Prime Coat Waterborne Cementitious Acrylic or Cementitious Tnemec, Headworks Repair Mortar Carboline,or Exterior Top Coat Acrylic Elastomeric Coating Sherwin Williams 17 of 25 4111110 REISS ENGINEERING XI. Mechanical Piping The two Oxidation Ditches are connected via a 30-inch ductile iron pipe at the southeast end of the ditches, as shown in Figure 7. During the site visit, City staff expressed concerns with the existing 30-inch knife gate valve adjacent to Oxidation Ditch No. 1,and indicated that,if the valve were to fail,City staff would be unable to isolate one of the ditches for maintenance. Therefore, is recommended that a second 30-inch knife gate be added to the 30-inch pipe entering Oxidation Ditch No. 2, effectively creating a mirror image of the connection to Oxidation Ditch No. 1). Figure 7: City of Ocoee WWTP Oxidation Ditch Piping Osulation Ditch No. 1 30-inch Knife Osidatio I Gate N'als Ditch No.2 18 of 25 RD REISS ENGINEERING XII. Opinion of Probable Cost A preliminary opinion of probable construction cost was developed for the proposed improvements to the headworks structure and oxidation ditches at Ocoee WWTF. The total construction cost is estimated to be $885,000 based on all recommendations set forth in this memorandum. The total construction cost would increase to $1,850,000 if full liner replacement is added. This preliminary cost has a*20%accuracy level. The opinion of probable cost is shown in Table 8 and Table 9. Table 8: Option 1 -Interior Liner,Patch Repair I escription Qty Unit 1 Mobilization, Demobilization, Site Pre Iaration 1 LS $30,000 $30,000 Repair of Misc. Metal and Concrete at 2 Headworks 1 LS $50,000 $50,000 3 Ex s osed Rebar Re'airs at Oxidation Ditches 1 LS $10,000 $10,000 Concrete Protective Coatings Oxidation Ditch 4 Interior Wall Surfaces Re•air Blisters 4,900 SF $35 $171,500 5 Concrete Protective Coatin:s Headworks 2,500 SF $30 $75,000 6 Kru ler Aeration Rotors 2 LS $162,500 $325,000 7 30-inch Knife Gate Valve 1 LS $75,000 $75,000 Subtotal $736,500 Contin.enc -20% $148,500 Total Pro'ect Cost $885,000 Table 9: Opinion 2 -Interior Liner,Full Replacement Unit Description Description Qty nit Cost Price 1 Mobilization, Demobilization, Site Preparation 1 LS $30,000 $30,000 2 Repair of Misc. Metal at Headworks 1 LS $50,000 $50,000 3 Exposed Rebar Repairs at Oxidation Ditches 1 LS $10,000 $10,000 Replace Concrete Protective Coatings 4 Oxidation Ditches Interior Wall Surfaces 48,900 SF $20 $978,000 5 Concrete Protective Coatings Headworks 2,500 SF $30 $75,000 6 Kruger Aeration Rotors 2 LS $162,500 $325,000 7 30-inch Knife Gate Valve 1 LS $75,000 $75,000 Subtotal $1,543,000 Contingency (20%) $307,000 Total Project Cost $1,850,000 19 of 25 4101-DIO ENGINEERING FIELD PHOTOS r Photograph 1: North Side of Headworks Structure � ,,,141/T!1! • `p I rt` ° F ` t4�l"ii 1. l Y C „ + yr y3. ‘,..-„,,1,47,.. .1,. Y�+d.a*"`'+«.`F . f� . "t , ..yak 1tiS S } .. t '1r.4;• 7-0 tE l I yl h4 :' iit, Photograph 2: Exposed Reinforcement at Column Base 20 of 25 (7 2) REISS ENGINEERING r_ i 1 ' 6 t r j1t i E f 4__ � f i- imp ss. y f,, lib 11 b b. 4gilt.4 ►4►� ► ,, . Photograph 3: View of Southwest Channel at Grit Chamber vV\\ \\\\ \\\�\� \``° \y \F. v lit. itic ,,, ,,.,,. , „.. ,. , , . , . . . .„.. i , r r n . 1 ‘i. ,,'yet s € >x :" o u t "i Photograph 4: View of Underside of Channel Connection to Oxidation Ditch No. 1 21 of 25 REISS ENGINEERING fir '` Photograph 5: North Wall of Oxidation Ditch No. 1 P'Ai ill _16- con r� y Photograph 6: North wall of Oxidation Ditch No. 2 22 of 25 4114010 REISS ENGINEERING • kmit 41. 5y Photograph 7: Condition of Coating Along portion of wall at Oxidation Ditch No. 1 43.4 t a elVo , Photograph 8: Interior of Oxidation Ditch No. 2 23 of 25 REISS ENGINEERING {s T.,rte t. _, k, ... ','� iE ti 3 } Photograph 9: Cracking at Walkway End Cap Pour Oxidation Ditch No. 1 a _ ----- -1.1L 4_ .. 1 N. it E i7 Photograph 10: Cracking bIL etween Oxidation Ditch No. 2 and the Headworks 24 of 25 R© REISS ENGINEERING -* ilii, ,, _ , ., ,,, kk� TA I k4 4 y fr 1 _ f 4. 'S #} Elw x r\4 P ' t 4 Photograph 11: Interior Liner on Oxidation Ditch No. 2 25 of 25W REISS ENGINEERING APPENDIX A OCOEE WWTF DESIGN CRITERIA UPDATED TABLE A-1 CDREISS ENGINEERING 1.90 mgd (AADF), No Septage Received, 4 rotors PROJECT NAME: Ocoee WWTF-Current Conditions JOB NUMBER: 6796 DESIGN FLOWS DESIGN EFFLUENT CONCENTRATIONS Annual Average= 1.90 MGD-AADF EFFLUENT BOD= 20 mg/L Max Month= 2.05 MGD-MMADF EFFLUENT TN = 12 mg/L Max Daily Flow= 2.96 MGD-MDF INFLUENT BOD= 220 mg/L 220 mg/L 220 mg/L INFLUENT BOD= 3,486 lb/day 3,765 lb/day 5,438 Ib/day EFFLUENT BOD= 20 mg/L 20 mg/L 20 mg/L EFFLUENT BOD= 317 lb/day 342 lb/day 494 lb/day INFLUENT TKN = 53 mg/L 53 mg/L 53 mg/L INFLUENT TKN = 840 lb/day 907 lb/day 1,310 lb/day EFFLUENT TKN = 2 mg/L 2 mg/L 2 mg/L EFFLUENT TKN = 32 lb/day 34 lb/day 49 lb/day EFFLUENT NITRATE= 10 mg/L 10 mg/L 10 mg/L EFFLUENT NITRATE= 158 lb/day 171 lb/day 247 lb/day Nitrates Removed 48 mg/L 48 mg/L 48 mg/L Nitrates Lbs 761 lb/day 821 lb/day 1187 lb/day Nitrates Removed Assumulation 127 Ib/day 137 lb/day 198 lb/day Total Removed in Anoxic 634 lb/day 685 lb/day 989 Ib/day Oxygen Credit 1775 lb/day 1917 lb/day 2769 lb/day SF 1 0.7 0.5 Assumed Credit 1775 lb/day 1342 lb/day 1384 lb/day SLUDGE PRODUCTION: Sludge Production = [ BOD(in) - BOD(out)] 'Yield SRT= 13.1 days Yield= 0.8 lbs TSS/lb BOD removed 1.1 Sludge production 2,535 lb/day 2,738 lb/day 3,955 lb/day Nitrogen removed in the sludge 5.0%percent Nitrogen removed in the sludge 126.8 lb/day 136.9 lb/day 197.8 lb/day OXYGEN REQUIREMENTS: Mass of BOD = BOD(in) - BOD(out) Mass of BOD = 3,169 lb/day 3,423 lb/day 4,944 lb/day BOD Oxygen Requirements= 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD BOD Oxygen Requirements= 3,486 lb/day 3,765 lb/day 5,438 lb/day Mass of TKN = TKN(in) - TKN(out) - N in Sludge Mass of TKN = 681 lb/day 736 lb/day 1,063 lb/day TKN Oxygen Requirements= 4.57 lb 02 per lb of TKN TKN Oxygen Requirements= 3,114 lb/day 3,363 lb/day 4,858 lb/day Total Oxygen Requirements Average Day Max Month Max Day BOO 3,486 lb/day 3,765 lb/day 5,438 lb/day TKN 3,114 lb/day 3,363 lb/day 4,858 lb/day SubTotal AOR 6,600 lb/day 7,128 lb/day 10,296 lb/day DeNit Creidt 1,775 lb/day 1,342 lb/day 1,384 lb/day Total AOR 4,825 lb/day 5,786 lb/day 8,912 lb/day AOR/SOR = alpha=Kta for wastewater/Kla for clean water beta=C'(inf)for wastewater/C'(inf)for clean water 40 REISS ENGINEERING tau= [ C*(s)@ operating temperature ] / [ C*(s)@ 20C ] Note standard values from Sheet 2 tau(20)= 9.09 mg/L/ 9.09 mg/L tau(30)= 7.56 mg/L/ 9.09 mg/L tau(20)= 1.000 tau(30)= 0.832 omega=atmospheric pressure correction factor omega=(barometric pressure)/(standard pressure) barometric pressure barometric pressure elevation pressure elevation pressure (MSL) (psi) (MSL) (psi) 0 14.700 0 14.700 25 14.686 25 14.686 50 14.658 50 14.658 75 14.616 75 14.616 100 14.560 100 14.560 125 14.490 125 14.490 150 14.406 150 14.406 175 14.322 175 14.322 200 14.238 200 14.238 Site Elevation= 145 MSL Site Elevation= 160 MSL omega= 14.238 psi/14.7 psi omega= 14.238 psi/14.7 psi Omega= 0.969 Omega= 0.969 C = Operating D.O.Concentration Theta = temperature correction coefficient Theta = 1.024 T= liquid temperature T= 20 C 30 C C*(s20)= D.O.concentration at saturation @ 20C and 100%RH C*(inf20)= C*(s20) * [ P(b)-P(vt) + 0.433 d(e)] / [ P(s) - P(vt)] @150 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L @175 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L Summary for AOR/SOR calculation: Surface Aeration Average Day Max Month Max Day alpha' = 0.88 0.88 0.88 beta' = 0.96 0.96 0.96 tau= 1.000 0.832 0.832 omega= 0.969 0.969 0.969 C'(inf20)= 10.168 mg/L 8.46 mg/L 8.46 mg/I C= 2.0 mg/L 2.0 mg/L 1.0 mg/I Temp= 20 C 30 C 30 C theta= 1.024 1.024 1.024 Values for Surface Aeration Surface Aerator Requirements(with no supplemental aeration) AOR/SOR= 0.757 lbs/day 0.471 lbs/day 0.548 lbs/day Oxygen Supply Rate Based on SOR= 2.800 lbs/(hp*hr) 2.800 lbs/(hp*hr) 2.800 lbs/(hp*hr) AOR Supply Rate= 2.12 lbs/(hp*hr) 1.32 lbs/(hp*hr) 1.53 lbs/(hp'hr) AOR Supply Rate= 50.88 lbs/(hp*d) 31.64 lbs/(hp'd) 36.81 lbs/(hp*d) Power Required for total AOR= 94.83 hp 182.86 hp 242.07 hp Number of Aerators= 4.00 each 4.00 each 4.00 `'each Aerators= 23.71 hp,each 45.72 hp,each 60.52 hp,each Existing 60 hp,each 60 hp,each 60 hp,each 4 ROTORS DESIGN OKAY REISS ENGINEERING 0.95 MGD (ADF), No Septage Received, 1 Ditch Offline, 2 Rotors PROJECT NAME: Ocoee WWTF-Current Conditions JOB NUMBER: 6796 DESIGN FLOWS DESIGN EFFLUENT CONCENTRATIONS Annual Average= 0.95 MGD-MDF EFFLUENT BOD= 20 mg/L Max Month= 1.03 MGD-MMADF EFFLUENT TN = 12 mg/L Max Daily Flow= 1.48 MGD-MDF INFLUENT BOD= 220 mg/L 220 mg/L 220 mg/L INFLUENT BOD= 1,743 lb/day 1,883 lb/day 2,719 lb/day EFFLUENT BOD= 20 mg/L 20 mg/L 20 mg/L EFFLUENT BOD= 158 lb/day 171 lb/day 247 lb/day INFLUENT TKN = 53 mg/L 53 mg/L 53 mg/L INFLUENT TKN = 420 lb/day 454 lb/day 655 lb/day EFFLUENT TKN = 2 mg/L 2 mg/L 2 mg/L EFFLUENT TKN = 16 lb/day 17 lb/day 25 lb/day EFFLUENT NITRATE= 10 mg/L 10 mg/L 10 mg/L EFFLUENT NITRATE= 79 lb/day 86 lb/day 124 lb/day Nitrates Removed 48 mg/L 48 mg/L 48 mg/L Nitrates Lbs 380 lb/day 411 lb/day 593 lb/day Nitrates Removed Assumulation 63 lb/day 68 lb/day 99 lb/day Total Removed in Anoxic 317 lb/day 342 lb/day 494 lb/day Oxygen Credit 887 lb/day 958 lb/day 1384 lb/day SF 1 0.7 0.5 Assumed Credit 887 lb/day 671 lb/day 692 lb/day SLUDGE PRODUCTION: Sludge Production = [ BOD(in) - BOD(out)] *Yield SRT= 13.1 days Yield= 0.8 lbs TSS/lb BOD removed 1.1 Sludge production 1,268 lb/day 1,369 lb/day 1,978 lb/day Nitrogen removed in the sludge 5.0%percent Nitrogen removed in the sludge 63.4 lb/day 68.5 lb/day 98.9 lb/day OXYGEN REQUIREMENTS: Mass of BOD = BOD(in) - BOD(out) Mass of BOD = 1,585 lb/day 1,711 lb/day 2,472 lb/day BOD Oxygen Requirements= 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD BOD Oxygen Requirements= 1,743 lb/day 1,883 lb/day 2,719 lb/day Mass of TKN = TKN(in) - TKN(out) - N in Sludge Mass of TKN = 341 lb/day 368 lb/day 531 lb/day TKN Oxygen Requirements= 4.57 lb 02 per lb of TKN TKN Oxygen Requirements= 1,557 lb/day 1,682 lb/day 2,429 lb/day Total Oxygen Requirements Average Day Max Month Max Day BOD 1,743 lb/day 1,883 lb/day 2,719 lb/day TKN 1,557 lb/day 1,682 lb/day 2,429 lb/day SubTotal AOR 3,300 lb/day 3,564 lb/day 5,148 lb/day DeNit Creidt 887 lb/day 671 lb/day 692 lb/day Total AOR 2,413 lb/day 2,893 lb/day 4,456 lb/day AOR/SOR = alpha=Kla for wastewater/Kla for clean water beta=C(inf)for wastewater/Clint)for clean water ® REISS ENGINEERING tau= [ C'(s)©operating temperature ] / [ C*(s)@ 20C ] Note standard values from Sheet 2 tau(20)= 9.09 mg/L / 9.09 mg/L tau(30)= 7.56 mg/L / 9.09 mg/L tau(20)= 1.000 tau(30)= 0.832 omega=atmospheric pressure correction factor omega=(barometric pressure)/(standard pressure) barometric pressure barometric pressure elevation pressure elevation pressure (MSL) (psi) (MSL) (psi) 0 14.700 0 14.700 25 14.686 25 14.686 50 14.658 50 14.658 75 14.616 75 14.616 100 14.560 100 14.560 125 14.490 125 14.490 150 14.406 150 14.406 175 14.322 175 14.322 200 14.238 200 14.238 Site Elevation= 145 MSL Site Elevation= 160 MSL omega= 14.238 psi/14.7 psi omega= 14.238 psi/14.7 psi Omega= 0.969 Omega= 0.969 C = Operating D.O.Concentration Theta = temperature correction coefficient Theta = 1.024 T= liquid temperature T= 20C 30C C'(s20)= D.O.concentration at saturation @ 20C and 100%RH C*(inf20)= C*(s20) ' [ P(b)-P(vt) + 0.433 d(e)] / [ P(s) - P(vt)] @150 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L @175 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L Summary for AOR/SOR calculation: Surface Aeration Average Day Max Month Max Jlay alpha'= 0.88 0.88 0.88 beta'= 0.96 0.96 0.96 tau= 1.000 0.832 0.832 omega= 0.969 0.969 0.969 C'(inf20)= 10.168 mg/L 8.46 mg/L 8.46 mg/I C= 2.0 mg/L 2.0 mg/L 1.0 mg/I Temp= 20 C 30 C 30 C theta= 1.024 1.024 1.024 'Values for Surface Aeration Surface Aerator Requirements(with no supplemental aeration) AOR/SOR= 0.757 lbs/day 0.471 lbs/day 0.548 lbs/day Oxygen Supply Rate Based on SOR= 2.800 lbs/(hp'hr) 2.800 lbs/(hp'hr) 2.800 lbs/(hp'hr) AOR Supply Rate= 2.12 lbs/(hp'hr) 1.32 lbs/(hp'hr) 1.53 lbs/(hp'hr) AOR Supply Rate= 50.88 lbs/(hp'd) 31.64 lbs/(hp'd) 36.81 lbs/(hp*d) Power Required for total AOR= 47.41 hp 91.43 hp 121.04 hp Number of Aerators= 2.00 each 2.00 each 2.00 each Aerators= 23.71 hp,each 45.72 hp,each 60.52 hp,each Existing 60 hp,each 60 hp,each 60 hp,each 2 ROTORS DESIGN OKAY REISS ENGINEERING 2.90 mgd (AADF), No Septage Received, 6 rotors PROJECT NAME: Ocoee WWTF-Future Conditions JOB NUMBER: 6796 DESIGN FLOWS DESIGN EFFLUENT CONCENTRATIONS Annual Average= 2.90 MGD-AADF EFFLUENT BOD= 20 mg/L Max Month= 3.13 MGD-MMADF EFFLUENT TN = 12 mg/L Max Daily Flow= 4.52 MGD-MDF INFLUENT BOD= 220 mg/L 220 mg/L 220 mg/L INFLUENT BOD= 5,321 Ib/day 5,747 lb/day 8,301 lb/day EFFLUENT BOD= 20 mg/L 20 mg/L 20 mg/L EFFLUENT BOD= 484 lb/day 522 Ib/day 755 lb/day INFLUENT TKN = 53 mg/L 53 mg/L 53 mg/L INFLUENT TKN = 1,282 Ib/day 1,384 lb/day 2,000 lb/day EFFLUENT TKN = 2 mg/L 2 mg/L 2 mg/L EFFLUENT TKN = 48 lb/day 52 lb/day 75 lb/day EFFLUENT NITRATE= 10 mg/L 10 mg/L 10 mg/L EFFLUENT NITRATE= 242 lb/day 261 lb/day 377 lb/day Nitrates Removed 48 mg/L 48 mg/L 48 mg/L Nitrates Lbs 1161 lb/day 1254 lb/day 1811 lb/day Nitrates Removed Assumulation 193 Ib/day 209 lb/day 302 lb/day Total Removed in Anoxic 967 lb/day 1,045 lb/day 1,509 lb/day Oxygen Credit 2709 lb/day 2926 lb/day 4226 lb/day SF 1 0.7 0.5 Assumed Credit 2709 lb/day 2048 lb/day 2113 lb/day SLUDGE PRODUCTION: Sludge Production = [ BOD(in) - BOD(out)] *Yield SRT= 13.1 days Yield= 0.8 lbs TSS/lb BOD removed 1.1 Sludge production 3,870 lb/day 4,179 lb/day 6,037 lb/day Nitrogen removed in the sludge 5.0%percent Nitrogen removed in the sludge 193.5 lb/day 209.0 lb/day 301.8 lb/day OXYGEN REQUIREMENTS: Mass of BOD = BOD(in) - BOD(out) Mass of BOD = 4,837 lb/day 5,224 lb/day 7,546 lb/day BOD Oxygen Requirements= 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD 1.10 lb 02 per Ib of BOD BOD Oxygen Requirements= 5,321 lb/day 5,747 lb/day 8,301 lb/day Mass of TKN = TKN(in) - TKN(out) - N in Sludge Mass of TKN = 1,040 lb/day 1,123 lb/day 1,622 lb/day TKN Oxygen Requirements= 4.57 lb 02 per lb of TKN TKN Oxygen Requirements= 4,753 lb/day 5,133 lb/day 7,414 lb/day Total Oxygen Requirements Average Day Max Month Max Day BOD 5,321 lb/day 5,747 lb/day 8,301 lb/day TKN 4,753 lb/day 5,133 lb/day 7,414 lb/day SubTotal AOR 10,074 lb/day 10,880 lb/day 15,715 lb/day DeNit Creidt 2,709 lb/day 2,048 lb/day 2,113 lb/day Total AOR 7,365 lb/day 8,832 lb/day 13,602 lb/day AOR/SOR = alpha=Kla for wastewater/Kla for clean water beta=C*(inf)for wastewater/C'(inf)for clean water illUIVIO REISS ENGINEERING tau= [ C'(s)@ operating temperature ] / [ C*(s)@ 20C ] Note standard values from Sheet 2 tau(20)= 9.09 mg/L / 9.09 mg/L tau(30)= 7.56 mg/L/ 9.09 mg/L tau(20)= 1.000 tau(30)= 0.832 omega=atmospheric pressure correction factor omega=(barometric pressure)/(standard pressure) barometric pressure barometric pressure elevation pressure elevation pressure (MSL) si (MSL) si 0 14.700 0 14.700 25 14.686 25 14.686 50 14.658 50 14.658 75 14.616 75 14.616 100 14.560 100 14.560 125 14.490 125 14.490 150 14.406 150 14.406 175 14.322 175 14.322 200 14.238 200 14.238 Site Elevation= 145 MSL Site Elevation= 160 MSL omega= 14.238 psi/14.7 psi omega= 14.238 psi/14.7 psi Omega= 0.969 Omega= 0.969 C = Operating D.O.Concentration Theta = temperature correction coefficient Theta = 1.024 T= liquid temperature T= 20C 30C C*(s20)= D.O.concentration at saturation @ 20C and 100%RH C*(inf20)= C*(s20) * [ P(b)-P(vt) + 0.433 d(e)] / [ P(s) - P(vt)] @150 ft C*(inf20)= 10.17 mg/L C`(inf30)= 8.46 mg/L @175 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L Summary for AOR/SOR calculation: Surface Aeration Average Day Max Month Max Day alpha = 0.88 0.88 0.88 beta' = 0.96 0.96 0.96 tau= 1.000 0.832 0.832 omega= 0.969 0.969 0.969 C*(inf20)= 10.168 mg/L 8.46 mg/L 8.46 mg/I C= 2.0 mg/L 2.0 mg/L 1.0 mg/I Temp= 20 C 30 C 30 C theta= 1.024 1.024 1.024 Values for Surface Aeration Surface Aerator Requirements(with no supplemental aeration) AOR/SOR= 0.757 lbs/day 0.471 lbs/day 0.548 lbs/day Oxygen Supply Rate Based on SOR= 2.800 lbs/(hp`hr) 2.800 lbs/(hp'hr) 2.800 lbs/(hp*hr) AOR Supply Rate= 2.12 lbs/(hp'hr) 1.32 lbs/(hp'hr) 1.53 lbs/(hp'hr) AOR Supply Rate= 50.88 lbs/(hp'd) 31.64 lbs/(hp'd) 36.81 lbs/(hp'd) Power Required for total AOR= 144.74 hp 279.11 hp 369.48 hp Number of Aerators= 6.00 each 6.00 each 62200 each Aerators= 24.12 hp,each 46.52 hp,each 61.58 hp,each Existing 60 hp,each 60 hp,each 60 hp,each 6 ROTORS DESIGN OKAY WA REISS ENGINEERING 1.40 MGD (ADF), No Septage Received, 1 Ditch Offline, 3 Rotors PROJECT NAME: Ocoee WWTF-Future Conditions JOB NUMBER: 6796 DESIGN FLOWS DESIGN EFFLUENT CONCENTRATIONS Annual Average= 1.45 MGD-AADF EFFLUENT BOD= 20 mg/L Max Month= 1.57 MGD-MMADF EFFLUENT TN = 12 mg/L Max Daily Flow= 2.26 MGD-MDF INFLUENT BOD= 220 mg/L 220 mg/L 220 mg/L INFLUENT BOD= 2,660 lb/day 2,873 lb/day 4,150 lb/day EFFLUENT BOD= 20 mg/L 20 mg/L 20 mg/L EFFLUENT BOD= 242 lb/day 261 lb/day 377 lb/day INFLUENT TKN = 53 mg/L 53 mg/L 53 mg/L INFLUENT TKN = 641 lb/day 692 lb/day 1,000 lb/day EFFLUENT TKN = 2 mg/L 2 mg/L 2 mg/L EFFLUENT TKN = 24 lb/day 26 lb/day 38 lb/day EFFLUENT NITRATE= 10 mg/L 10 mg/L 10 mg/L EFFLUENT NITRATE= 121 lb/day 131 lb/day 189 lb/day Nitrates Removed 48 mg/L 48 mg/L 48 mg/L Nitrates Lbs 580 lb/day 627 lb/day 906 lb/day Nitrates Removed Assumulation 97 lb/day 104 Ib/day 151 lb/day Total Removed in Anoxic 484 lb/day 522 ib/day 755 lb/day Oxygen Credit 1354 Ib/day 1463 lb/day 2113 lb/day SF 1 0.7 0.5 Assumed Credit 1354 lb/day 1024 lb/day 1056 lb/day SLUDGE PRODUCTION: Sludge Production = [ BOD(in) - BOD(out)I 'Yield SRT= 13.1 days Yield= 0.8 lbs TSS/lb BOD removed 1.1 Sludge production 1,935 Ib/day 2,090 lb/day 3,018 lb/day Nitrogen removed in the sludge 5.0%percent Nitrogen removed in the sludge 96.7 lb/day 104.5 lb/day 150.9 lb/day OXYGEN REQUIREMENTS: Mass of BOD = BOD(in) - BOD(out) Mass of BOD = 2,419 lb/day 2,612 lb/day 3,773 lb/day BOD Oxygen Requirements= 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD 1.10 lb 02 per lb of BOD BOD Oxygen Requirements= 2,660 lb/day 2,873 lb/day 4,150 lb/day Mass of TKN = TKN(in) - TKN(out) - N in Sludge Mass of TKN = 520 lb/day 562 Ib/day 811 Ib/day TKN Oxygen Requirements= 4.57 lb 02 per lb of TKN TKN Oxygen Requirements= 2,376 lb/day 2,567 lb/day 3,707 lb/day Total Oxygen Requirements Average Day Max Month Max jay BOD 2,660 lb/day 2,873 lb/day 4,150 lb/day TKN 2,376 lb/day 2,567 lb/day 3,707 lb/day SubTotal AOR 5,037 lb/day 5,440 lb/day 7,857 lb/day DeNit Creidt 1,354 lb/day 1,024 lb/day 1,056 lb/day Total AOR 3,682 lb/day 4,416 lb/day 6,801 Ib/day AOR/SOR = alpha=Kla for wastewater/Kla for clean water beta=C*(inf)for wastewater/C'(inf)for clean water REISS ENGINEERING tau= [ C*(s)@ operating temperature ] / [ C*(s)@ 20C ] Note standard values from Sheet 2 tau(20)= 9.09 mg/L/ 9.09 mg/L tau(30)= 7.56 mg/L / 9.09 mg/L tau(20)= 1.000 tau(30)= 0.832 omega=atmospheric pressure correction factor omega=(barometric pressure)/(standard pressure) barometric pressure barometric pressure elevation pressure elevation pressure (MSL) (psi) (MSL) si 0 14.700 0 14.700 25 14.686 25 14.686 50 14.658 50 14.658 75 14.616 75 14.616 100 14.560 100 14.560 125 14.490 125 14.490 150 14.406 150 14.406 175 14.322 175 14.322 200 14.238 200 14.238 Site Elevation= 145 MSL Site Elevation= 160 MSL omega= 14.238 psi/14.7 psi omega= 14.238 psi/14.7 psi Omega= 0.969 Omega= 0.969 C = Operating D.O.Concentration Theta = temperature correction coefficient Theta = 1.024 T= liquid temperature T= 20C 30C C*(s20)= D.O.concentration at saturation @ 20C and 100%RH C*(inf20)= C*(s20) * [ P(b)-P(vt) + 0.433 d(e)] / [ P(s) - P(vt)] @150 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L @175 ft C*(inf20)= 10.17 mg/L C*(inf30)= 8.46 mg/L Summary for AOR/SOR calculation: Surface Aeration Average Day Max Month Max Day alpha'= 0.88 0.88 0.88 beta'= 0.96 0.96 0.96 tau= 1.000 0.832 0.832 omega= 0.969 0.969 0.969 C'(inf20)= 10.168 mg/L 8.46 mg/L 8.46 mg/I C= 2.0 mg/L 2.0 mg/L 1.0 mg/I Temp= 20 C 30 C 30 C theta= 1.024 1.024 1.024 'Values for Surface Aeration Surface Aerator Requirements(with no supplemental aeration) AOR/SOR= 0.757 lbs/day 0.471 lbs/day 0.548 lbs/day Oxygen Supply Rate Based on SOR= 2.800 lbs/(hp*hr) 2.800 lbs/(hp*hr) 2.800 lbs/(hp'hr) AOR Supply Rate= 2.12 lbs/(hp*hr) 1.32 lbs/(hp*hr) 1.53 lbs/(hp*hr) AOR Supply Rate= 50.88 lbs/(hp*d) 31.64 lbs/(hp*d) 36.81 lbs/(hp*d) Power Required for total AOR= 72.37 hp 139.55 hp 184.74 hp Number of Aerators= 3.00 each 3.00 each 3.00 each Aerators= 24.12 hp,each 46.52 hp,each 61.58 hp,each Existing 60 hp,each 60 hp,each 60 hp,each 3 ROTORS DESIGN OKAY 41. REISS ENGINEERING APPENDIX B STRUCTURAL EVALUATION B-1 CDREISS ENGINEERING 711 N Orange Ave, Suite A Winter Park, FL 32789 WEKIVA Phone: (321) 972-4989 Wekiva Project Number: 17-151 FL COA No: 31920 March 29, 2018 Mr. Weston Haggen, P.E. Project Manager Reiss Engineering, Inc. 1016 Spring Villas Pt. Winter Springs, FL 32708 Re: Structural Evaluation - Pretreatment Structure and Aeration Basins Ocoee WWTP City of Ocoee, Florida Dear Mr. Haggen: Per your request, on January 25, 2018, I visited the above referenced site to view the pretreatment and aeration basin structures. I was accompanied by you along with other Reiss Engineering and City personnel. The purpose of my visit was to make observations regarding the current structural condition of the basins and note any deficiencies or concerns as well as provide recommendations for repairs. It is my understanding that the City would like to provide new coating systems in the pretreatment and aeration basin structures. The record drawings for the plant's Phase 2 Expansion in 1992 have been made available to assist in our evaluation. BACKGROUND Pretreatment Structure: The pretreatment structure is an elevated cast-in-place concrete structure that is located in between the aeration basins (Photo No. 1). The structure has an approximate footprint of 28- ft by 36-ft with the top of the structure extending approximately 20-ft above grade. A channel runs across the south side of the structure that feeds into to each aeration basin. Stair access is provided on the north end of the channel. See Figure A below for a site plan and the location of the pretreatment structure. N Aeration 4 � Basin 1 'r Pretreatment Structure tit ff' Aeration Basin 2 aran 4` Figure A:Aerial Site Plan—Ocoee WWTP Page 1 of 4 711 N Orange Ave, Suite A Winter Park, FL 32789 WEKIVA Phone: (321) 972-4989 Aeration Basins: The aeration basins are large above grade cast-in-place concrete water retaining structures with circular end walls. Both basins are of the same design and are symmetrically constructed about the pretreatment structure. The basins are approximately 149-ft by 75-ft in plan dimension with 17-ft high perimeter walls. The top of the structures is accessible by concrete walkways running over the basins. See Figure A for a site plan indicating the location of the aeration basins. OBSERVATIONS Pretreatment Structure: During the site visit the pretreatment structure was in service. Observations were made from ground level from below the structure's exterior as well as from the top slab of the structure. No testing or material sampling was performed. All observations, conclusions and recommendations made are solely based on visual observations. The exterior surfaces and underside of the elevated channels were readily visible. Exterior Columns: Exposed reinforcement and spalling was observed at one location at the base of the column that supports the channel going to Aeration Basin 1 (Photo No. 2). Exterior Walls: No cracking or spalling of concern was observed. The only moisture observed on surfaces appeared to be from a wash down hose (Photo No. 1). Interior Surfaces: Most of the structure's interior floor and wall surfaces were not visible, except in an area where a few of the plank grating panels were removed. Signs of concrete degradation, spalling and coatings damage was observed (Photo No. 3 & No. 6). Aeration Basins: During the site visit Aeration Basin 2 was drained for maintenance while Aeration Basin 1 remained in service. Observations were made from ground level along the exterior walls as well as from the top walkways of the structures. No testing or material sampling was performed. All observations, conclusions and recommendations made are solely based on visual observations. Exterior Wall Surfaces: A substantial amount of cracking was observed along the exterior walls of both basins. Generally, the crack patterns were vertical along the circular (Photo No.7- No.10) portions of the basin and some inclined along the straight portions of the walls. At the time of the site visit no active weeping was observed; however, there were signs of moisture and effloresce at many of the crack locations. It appears some of the previous leaks have been sealed using injection methods as several injection ports were observed (Photo No.11). Several of the grout filled form tie holes also exhibited signs of previous leakage(Photo No.13). Spalling and exposed reinforcement was observed along the top of the wall near the stairs at Aeration Basin 2 (Photo No. 29 & 30). Several locations of what appeared to be the tips of rebar chairs were observed to be exposed and corroded along the southern circular portion of Aeration Basin 2 (Photo No. 12). Interior Wall Surfaces: The interior surfaces of the perimeter walls are covered with a coating that appeared to be largely intact (Photo No. 14 & No. 15). Some blistering of the coating was observed near the sludge line of the drained tank. Walkways: The concrete walkways spanning across the short direction of the basins are supported by wall corbels at each end of the precast concrete slabs and are split up into two spans with a supported provided along the middle partition wall (Photo No. 16-18). It appears the slabs were provided with a topping slab after they were placed and sawcuts joints were placed in the topping slab. Cracking was observed in various locations in the topping slab Page 2 of 4 711 N Orange Ave, Suite A Winter Park, FL 32789 WEKIVA Phone: (321) 972-4989 (Photo No. 20). Significant cracking was observed at the ends of the walkways at the end cap portions that were poured over the walls (Photo No. 21-24). DISCUSSION AND RECOMMENDATIONS Pretreatment Structure: Exterior Walls: The overall condition of the Pretreatment Structure is considered fair given its age and service conditions. The exterior of the structure is in good condition; however, the one location at the base of the column where spalled concrete was observed should be repaired to prevent further corrosion/spalling. It is recommended to remove any loose concrete around the exposed reinforcement and clean all rust prior to patching the area with repair mortar such as Sika Top 123 plus. A bonding agent should be applied prior to application. All products should be installed in accordance with the manufacturer's recommendations. Interior Surfaces:The interior surfaces do appear to have experienced some degradation as the existing coating appears to have exceeded its intended service life. As mentioned, only a small area was accessible during our site visit. The observations made indicate that some additional repairs may be required prior to applying a new coating system. Based on the observations made it is anticipated that the additional repairs will entail the application of a high strength cementitious product to build out the surfaces to their original thickness. The actual extent and repair technique will be contingent upon the conditions encountered after the existing surfaces are prepared (hydroblasting/sandblasting). It is recommended that additional costs associated with these repairs be taken into consideration for the overall project costs and scheduling. The interior surfaces appear to be suitable to receive both high-build epoxy or premium elastomeric type linings systems. Additionally, some of the aluminum plank grating support members and their associated bolts appear to have experienced some level of corrosion. It is recommended to have an engineer visit the structure during the improvements to identify all locations that require replacement or repairs. After performing a cursory review of the record structural drawings and based on field observations, there was no major evidence that suggest the structure has any major structural deficiencies that would impede the proposed improvements or affect it's intended service life. Aeration Basins: Exterior Walls:The overall condition of the exterior walls is poor.The cracking observed is more than what is expected for the type and age of the structure. Wekiva performed an analysis of the walls based on the reinforcement information provided in the structural record drawings in accordance with the current applicable code, ACI 350-05 "Code Requirements for Environmental Engineering Concrete Structures and Commentary." It was determined the reinforcement provided meets the minimum requirements for strength; however, the ratio of horizontal reinforcement to concrete is marginally lower than what would be recommended by Wekiva for temperature and shrinkage given the basin length and joint layout,which is believed to be the primary reason for the cracking observed. This raises concerns of possible corrosion of wall reinforcement. It is recommended to have each of the basins mapped of all cracking and delamination's and have periodic visual observations performed to ensure the cracking does not worsen with time. Additionally, observations by a professional engineer should be performed on the interior wall surfaces after the existing coating is removed and prior to recoating to check for any sign of corrosion. It is recommended that the interior of the perimeter walls receive an elastomeric type coating system that will have an ability to bridge cracks. It is recommended to repair all exposed steel corrosion that were observed along the exterior surfaces of the wall to prevent any future spelling and corrosion. If additional signs of corrosion are discovered during the recoating of the basins remedial measures may be required. The services of a professional engineer should be retained to develop the remedial measures. Possible remediation could consist of providing additional supports members and post-tensioning the exterior basin walls. Page 3 of 4 711 N Orange Ave, Suite A Winter Park, FL 32789 WEKIVA Phone: (321) 972-4989 Interior Partitions: The interior non-hydrostatic partition walls appear to be in fair condition. The basin's previous coating system appears to have exceeded its intended service life and needs replacement.The interior surfaces appear to be suitable to receive both high-build epoxy or premium elastomeric type linings systems. Walkways: The condition of the walkways are in fair to poor condition. The underside surfaces appear to be in fair condition without any spalling or cracking observed. The record drawings indicate the underside surfaces received a protective coating system. It appears the cracking observed at the top of the walkways and exterior of the walls suggest the walkways are providing some level of restraint to the top of the walls. The record drawings show smooth, greased dowels drilled and epoxied into the wall. It appears the dowels have unintentionally bonded with the concrete that mostly likely filled a portion of the open hollow core ends and have caused small portions of concrete over the top of the wall to crack. Additionally, the exposed reinforcement can be exacerbating the cracking due to its subsequent corrosion. It should be noted the walkways hollow core slabs are supported on concrete corbels and that the portion of concrete where the cracking was observed does not provided support to the walkways as it was placed to provide a uniform walking surface over the wall. It is recommended that a professional engineer be tasked with a further evaluation and repair of these areas. LIMITATIONS Observations were limited to what was readily accessible and exposed at the time of the visit. All findings and conclusions are based on visual observations and the information provided on the available record drawings provided. Wekiva may revise or amend its opinions and recommendations if any new information or investigations are made available. This letter shall not be construed to warrant or guarantee the structures or any structural components under any circumstances. Wekiva shall not be responsible for latent or hidden defects that may exist, nor shall it be inferred that all defects have been observed or recorded. Comments and statements pertaining to subsurface conditions and concealed construction are professional opinions of Wekiva based on relevant experience, engineering judgement, and current standard practices. If you have any questions or need further information, please call. Sincerely, David Morris, P.E. Principal Engineer Page 4 of 4 LI4*-1 ° WEKIVA Photographs .R,Ng ° I ,4, ,:o rq Li �►," .� Spall with exposed 7 1- "` . L reinforcement h am+ y. t . of ' Photograph No.1 —View of North Side of Photograph No.2— Exposed Reinforcement at Column Pretreatment Structure Base -- ..---***-' ' Corroded bolts=:_. Jidtr esti e , y Failed coating ander_ - sSigns of previous ' concrete degradation ' 9 weeping 'Photograph No.3— View of Southwest channel at Photograph No.4— View of underside of channel Grit Chamber connection to Aeration Basin No.1 g . k. A 4 r,r ie ' Failed coating and ,i. � ' concrete degradation Photograph No.5— View of underside of channel Photograph No.6— View of underside of channel connection to Aeration Basin No.1 connection to Aeration Basin No.1 Page P1 of P5 wEKIVA Photographs ENGINEERING T ' x-» *a r Photograph No.7— North Wall of Aeration Basin 1 Photograph No.8— North Wall of Aeration Basin 2 ! ' : —,,, ...,„ t ... 49 1 4 tAir>1.:, , '1 '- Y,y- i-?',...:,-7,27:,,,,,. " i - iil 'e ` ^" ?ve�iro`�:.:"F.=W.. x i+,ra!: 4 " 4;-. I rS w�;*t;`:" Y Photograph No.9—Wall Moisture observed at wall Photograph No.10—Condition of wall at or base of Aeration Basin 1 Below Waterline , ' *.,,,, ,.„.,,..4, ... . . x it 44 it .14' t g 3 " ' ' a Photograph No.11 —Crack injection ports at Photograph No.12— Exposed tips of Aeration Basin 1 reinforcement chairs observed at Aeration Basin 1 Page P2 of P5 I'tLKIVA Photographs ENGINEERING Coating blister observed Photograph No.13-Patched Form Tie holes Photograph No.14-Condition of coating along strai•ht •ortion of wall Aeration Basin 1 J.a ■ Irr • --, war G,. Photograph No. 15 Photograph No.16-Patched Form Tie holes :,. ,,. � '-1` . f yY _ , mi . oa i a ... , _ _ . ___ ,,, , ___ , ..,._ __,_ . _ , Photograph No.17- End Support of Walkway Photograph No.18- Patched Form Tie holes at Aeration Basin 2 Page P3 of P5 Amisi kEKIVA Photographs . ,..: —max.- � ; k t .ti. t .ar a 5 ---�'`- 'S' p8 s6�s te.s •u+F � \ Signs of previous repairs r K 4 k f r' c S /y h q • - Photograph No.19-Walkway End Condition at gaNo.20 aD Aeration Bains 1 PhotoWalkwarph To• O. in-•CrSlab atcking Aerationandegradation Basin 2 in a __I , . .y I RWIIRw '' r. S ,:i- 1k "J M Walkway support corbel 1F Signs of previous t sp• repairs Photograph No.21 -Cracking at Walkway End Cap Photograph No.22 -Cracking at Walkway End Cap Pour Aeration Basin 2 Pour Aeration Basin 2 is f "fir, . _ ',„,t.--':". � `"'ter r < es ,� � g , .,;.b..,.,„„tc,,,.....a- -„,--.,./„...4-,, ".:.3- , ...$01=;!-.1'".-41K 1 ------r y t E • A ; E Ef. ill ..,:t r,..-4-` `,.' ir Exposed reinforcement ` : 1J I Photograph No.23 -Cracking at Walkway End Cap Pour Photograph No.24- Cracking at Walkway End Cap Aeration Basin 2 Pour Aeration Basin 1 Page P4 of P5 Photographs L !EKIVA ENGINEERING '" -�,. r_,,.+..— \\ Photograph No.25— Underside of Precast Photograph No.26—Interior Walkway Support at Walkway Slab at Aeration Basin 1 Aeration Basin 1 a. c t -- „ �, wr w r Walkway support ., r"= ;t .- corbel � - Photograph No.27—Wall Support for Walkways at Photograph No.ll -Wall Support for Walkways at Aeration Basin 1 Aeration Basin 1 w 5palling and exposed' Spalling and exposed + ,.. reinforcement reinforcement � � 3 Photograph No.29—Topof Wall at Aeration Basin Phot r.. .. Photograph No.30 -Top of Wall at Aeration Basin 2 2 Near Stair Access Near Stair Access Page P5 of P5 APPENDIX C COATING EVALUATION c-i 7.--n. --------.% . MP-TA KTA Tator, Inc. / OCOEE WASTEWATER TREATMENT PLANT FILTER BASINS - ASSESSMENT OF THE LINER IN OXIDATION DITCH 2 TANK Prepared for: Weston T. Haggen, P.E. Reiss Engineering, Inc. 3030 North Rocky Point Road Suite 161 Tampa, FL 33607 Prepared by: KTA-Tator, Inc. 1865 Harbor Point Drive Merritt Island Florida 32952 Richard A. Burgess Senior Coatings Consultant (T'): 832.541.4685 (E): rburgess@kta.com (W): kta.com April 11, 2018 RAB/RST:lmb JN380059 TABLE OF CONTENTS Introduction 1 Summary 1 Background 1 Field Visit 2 Discussion 3 Lining Materials 3 Exterior Coatings 4 APPENDIX A. Photographs Report Disclaimer: NOTICE: This report represents the opinion of KTA-TATOR, INC. This report is issued in conformance with generally accepted industry practices. While customary precautions were taken to verify the information gathered and presented is accurate, complete, and technically correct, this report is based on the information, data, time, materials,and/or samples afforded. This report should not be reproduced except in full. 1 Reiss Engineering,Inc. Ocoee —Oxidation Ditch No. 2 Liner Assessment JN380059 INTRODUCTION In accordance with the Agreement between Reiss Engineering, Inc. (Reiss) and KTA-Tator, Inc. (KTA) dated Dec 19, 2017 an examination of the interior liner of Oxidizer Ditch No.2 was performed at the Ocoee Wastewater Treatment Plant (WWTP) located at 1820 A D Mims Rd. Ocoee, Florida 34761. The examination was performed to assess the condition of the liner and provide recommendations for maintenance and replacement. SUMMARY The existing liner of Oxidizer Tank No. 2 (Basin 2) was intact and functional at the time of the field visit. However, multiple blisters located in the liner were firm and liquid filled. Sounding of the coating adhered to the interior concrete wall of the basin was conducted with a hammer and determined the concrete beneath was hard and the liner was adhered. Samples of the liner were not removed to determine the resin component of the liner to avoid damage by creating a hole through it. Although the liner appears to be functional at this time, one or more of the blisters will eventually rupture exposing the concrete to the contents of the basin. This will result in deterioration of the basin wall over time. Maintenance would involve cleaning the tank interior thoroughly removing all blisters and applying new coating to the prepared concrete substrate and tying-in the new and existing coating. Alternatively, the existing liner may be fully removed and replaced. BACKGROUND The incoming (influent) wastewater consists of biodegradable and nonbiodegradable materials. The larger non-biodegradable materials are removed from the wastewater by mechanical bar screens. Captured solid materials are disposed of at a Class I landfill site. The cleaned influent water goes into one of two oxidation ditches. Each oxidation ditch contains one million gallons of wastewater and the design throughput enables each to treat up to 3 million gallons of wastewater per day. The ditches provide an aerated and controlled environment where microscopic organisms need oxygen to digest organic content in a solution that is 99% [waste] water. Oxidation Ditch No. 2 liner was the subject of this report. The Oxidation Ditch is open to the air and is on-grade. Temperatures of the wastewater will mimic ambient temperature cycles though typically out of phase and slower temperature changes. The wastewater pH over a one-year period exhibited an average low of 7.7 and minimum of 6.1. The average high pH was 7.1 and the maximum pH was 8.4. Average high monthly air temperatures range from 71-92°F and monthly air temperature lows from 49 to 74°F. In the extreme, temperatures may get as low as 20°F and as high as 100°F. The wastewater temperatures do not reach the extremes. April 11, 2018 Page 1 of 4 Reiss Engineering,Inc. Ocoee - Oxidation Ditch No. 2 Liner Assessment �� JN380059 FIELD VISIT KTA Senior Consultant Richard Burgess visited the WWTP on January 25, 2018 to examine the liner of Oxidation Tank (Basin) No. 2. Mr. Trent Hopper, City of Ocoee Utilities Department Facilities Superintendent, Mr. Weston Haggen and Ms. Natalie Urick with Reiss and Mr. David Morris of Wekiva Engineering were also present during the Oxidation No. 2 Ditch liner examination. The examination involved a visual examination of the Oxidation No. 2 Ditch (basin), close inspection of the interior liner from the floor of the basin and the exterior of the basin from grade. The lining had numerous intact blisters but was otherwise intact. Destructive testing was not performed since the liner integrity has not been compromised. The Photographic Appendix (Appendix A) provides various views of the basin and blisters observed. Blisters ranged in size from 1.5 inches to over two feet. The largest of the blisters were close to the floor and, in general, blister size became smaller going up on the wall. A hammer was used to sound the concrete beneath the intact (non-blistered) liner, around the perimeter of blisters and more gently to test the firmness of the blisters. The concrete was judged to be firm with no evidence of soft spots when sounded. The blisters, when lightly tapped, were firm and showed little distortion. The behavior of the blisters indicated they are liquid filled and under pressure from the behind. Estimation of blister frequency, using the rating system of ASTM D714, "Standard Test Method for Evaluating Degree of Blistering of Paints" is "few". Some clustering of blisters was observed. (See Figure 13 in the Appendix A). An estimate of the surface area affected is well below 1% of the liner [wall] surface area. The basin floor was not visible with some sludge and water remaining in the tank. No assessment could be made. The exterior of the basin was not coated and did not appear to have any sealer applied. Vertical stripes of efflorescence are present and common around the perimeter. Evidence of minor leaking was noted but no active leaks identified. Narrow vertical cracks and short horizontal cracks are present. Some cracks have progressed to an inch or more at the surface with concrete pieces present. See Figures 15 to 17 in Appendix for examples. Some crack patching was performed around the exterior. Two pipes are located on the tank exterior, one on the west side near the north end and the other on the east side near the south end. The coating on the pipes was in good condition. Some maintenance of the pipes at the soil line is warranted since there is corrosion and rust just below the soil and gravel surface. See Figures 18 and 20 in Appendix A. April 11, 2018 Page 2 of 4 Reiss Engineering,Inc. T, Ocoee— Oxidation Ditch No. 2 Liner Assessment JN380059 DISCUSSION The tank liner is in generally good condition apart from the blisters against the concrete interior walls. There is fluid (water) behind the blisters that has exerted sufficient pressure to force the lining from the concrete substrate. The source of the water has not been determined but is likely migration through the concrete (likely from the exterior) and collecting behind the blistered liner. Without removing portions of the liner, it cannot be stated with any certainty the condition of the concrete finish behind the blisters. There may be bug holes, localized honeycomb cavities, reinforcing steel deterioration, etc. No history was available on the lining or lining system in the basin and it is quite possible the existing liner is the original. It is not possible to determine if the blistered surfaces can be removed and the liner patched without knowing the type of liner installed and evaluating the general adhesion of the existing intact system. Similarly, the condition of the concrete behind the blisters cannot be determined without destructive testing. This information, too, is essential to make complete remediation recommendations. The liner can be removed and replaced with new material. Concrete repairs should be expected and performed prior to liner installation. The exterior of the tank requires repair to cracks and filling of drilled holes where present. An acrylic elastomeric coating system can be applied following concrete repair. LINING MATERIALS Manufacturer Product Preparation Repair-Patch Notes/Comments Iteactamiue iGo Carbolitie Polyurethane ( SP 4 to 6 ('aII)o lard 510 _Low Moisture Hybrid for Application Sherwin EnviroIXasticr Steel-Seam tomla Epoxy (SP 3to5 Williams AR425 PT910 Primer Tnemec Elasto-Shield CSP 3 minimumSeries 215, 217, Low Moisture Company Series 264 218, 265 for Application Global Eco Consult Endura-Flex Technologies Enchnaflex 1988 Manufacturer 120OP/1200F April 11, 2018 Page 3 of 4 Reiss Engineering,Inc. AFCT� Ocoee -Oxidation Ditch No. 2 Liner Assessment JN380059 EXTERIOR COATINGS a ( n iholi tie To Be Determined To Be Determined Sherwin Williams Loxon Conditioner ConFlex XL Tnemec Company Series 151 Series 156 Enviro-Crete Global Eco Technologies To Be Determined To Be Determined April 11, 2018 Page 4 of 4 APPENDIX A Photographs } Reiss Engineering,Inc. r,,p� � Ocoee —Oxidation Ditch Liner Assessment j� APPENDIX A-JN380059 �# - .i a sk y seye' + < • ..., d } Google " ,. Figure 1-Ocoee, FL Waste Water Treatment Plant-Oxidation Ditch No.2 is Above Grade. r T/ ! fir' 0113 vt t 4 ,. ski" r. d # oaf 514 __ c om". Figure 2-Ocoee, FL Waste Water Treatment Plant-Oxidation Ditch 2 Northwest Section. April 11,2018 A-1 of 10 Reiss Engineering,Inc. KTP Ocoee—Oxidation Ditch Liner Assessment APPENDIX A-JN380059 Y."n- c 5+ d .ws. Figure 3-Ocoee, FL Waste Water Treatment Plant-Oxidation Ditch 2 North wall. ,.. �. x. �.aJ Figure 4-- Large Blister on Basin Southeast Side Wall at Sludge Line (Water/Sludge 8"-10' deep). April 11,2018 A-2 of 10 Reiss Engineering,Inc. KT Ocoee— Oxidation Ditch Liner Assessment APPENDIX A-JN380059 r � .y4 f ,$��� �; �, a E ,cxi } Figure 5--Closer View-Large Blister on Basin Southeast Side Wall (Water/Sludge 8"-10' deep). r .aP we y w s 1��17.(:; +� 1-1 vit ', a rt' .�� t.,t,-,104:::" ' -"' '' . t 4f i lk €r ti', �♦o , � � ,t eY ?, . �ii� ‘ )0 , NItitkr1/44‘14 Figure 6-Intact 25 Inch Blister, 1-2 Feet above Floor. April 11,2018 A-3 of 10 Reiss Engineering,Inc. K7_ Ocoee - Oxidation Ditch Liner Assessment APPENDIX A-JN380059 : 4,..'- Ilip -.,,,,,s„,,, * 1 , - '4& if 1 _--_ , -, :14. 4,- °� Ni ; ‘ s lowVit= _ 0i 0' , 4 Figure 7-Intact 5 Inch Blister, 5 Feet above Floor. - — ...4.- 7.,,,,,se - - r .,. -, .,.....4.. 1.,.‘ ri, 4 ., , if,..;,, .1...ici..v.i,:it.0.,_,,,, ,....4 . ,4_,. . .. ....: ? ... .„__ ,,, _ T., ,, ,.. .1...,„,t,....s.-- , ..,:A 44:"..4i,74.4::-. f a...4, st,..*,...lo, . le. ,t. ,,,,..Lif or,(.,417,9r..... t:,..if.,u.,,„.4. , . ....s, . .,,,, . ; ..., ...„... .,0 zj d _. ..1. ' k' deb � t`r 1' fit$. #€ A. T � .. r - . ter` 9` IA- ° f --, ,...-., ti I. ..4,v , r ir 4,.. 4 .„ ...***)( ,4„r/r3A i* i ,,,f- '"Ir , ' ...*vt. ixf s -: "�i • ' '.�,� „� � � � inn,� � � .�'� ,�; # st y.eipia.�. ' ° ,.. „ . .- * 'n ! ,, 1, Figure 8-Likely Concrete Crack Seam Behind The Liner- No Indication of Leaking or Exudate. April 11,2018 A-4 of 10 Reiss Engineering, Inc. KT1-4- Ocoee—Oxidation Ditch Liner Assessment APPENDIX A-JN380059 - £ ., lei' (, ,. - A.1 1t Y ,{ t"; ,. f, !y1,1;fir : j^i#7= � 'ty,j..'f.l ,i2.1 4 -, .r ,.4,,e' . , , : ., ,. , - i .fix F 1 r , z.�* ii ;41 f < ,1)reil ii,' ,4 (i.' .... I. j 4 Figure 9-Intact 3 Inch Blister, 6 Feet above Floor. '' 44 ,+ , Figure 10-Intact 6 Inch Blister, 1-1.5 Feet above Floor. April 11,2018 A-5 of 10 Reiss Engineering,Inc. T Ocoee— Oxidation Ditch Liner Assessment K/�` APPENDIX A JN380059 i-.7;.'= f k. g �rse . r'h�, z .,y .._ -. " '.s. _- s !' ,i'' :: - 'SEs, +„ . . ' „ ' 4 .4.; , , 't fs. t.,. _ Figure 11-Intact 2 Inch Blister,7 Feet above Floor. . sor X .' ..e J ! d • 1 !.. , P a 7 ire r Figure 12-Blisters, Possible Concrete Crack, Upper Wall. April 11,2018 A-6 of 10 Reiss Engineering,Inc. K/ ,A Ocoee —Oxidation Ditch Liner Assessment / APPENDIX A-JN380059 ''':,,*, -4,.)...,,i,,,-- ,..tt' ' , A, V 4 i x 4. 1*' ► `'. , %. ;11,4;:c w Figure 13-Blister Cluster, 1-2'above the floor,all intact. {4. Figure 14-Uncoated Exterior Wall of Oxidizer Ditch No. 2 Showing Vertical Cracks and Efflorescence. A-7 of 10 April 11,2018 Reiss Engineering,Inc. nt Ocoee Oxidation Ditch Liner Assessme 41C774. APPENDIX A-JN380059 ;;;:r "4„,-.N."Atfl .,.,, i i t : : k � i ' -4* - {5 T"3{346 Figure 15-Uncoated Exterior Wall Area with Cracks and Spalling Concrete (Vertical Efflorescence). inn R WII! Figure 16-Exterior Wall and Pipe West Quadrant. April 11,2018 A-8 of 10 Reiss Engineering,Inc. /K -1 - Ocoee- Oxidation Ditch Liner Assessment '�• APPENDIX A-JN380059 L.:I:tr.i,,,...,..„:::,,).p.:.,,,,,,,,,.., . ,, : li,-;,„ ,,.1 { `�, :7,.., lli,, f# '-'--„'4.,:,4:,,.,,4::::c'-',,,,1.,„4..„I.,1'7-;.:.j.1.7*4'.,;,t.:.:.,I',--*4.;k--,k,',.,,,'k..„-',-c:.--"S--.,..Tf,:,='..7.`'=2'?:...,: 9 k�;J ,,,,.,,_3 q 1 p xr I .,x k t+ �# j.. l Figure 17-Exterior Wall,Concrete Chamber and Pipe West Quadrant. • ,.. 'P.- 411°' .4.-,&,, , ''. ,„„?,,,,• lilt 1 stik* . .:,,,- ,, , _ -.z..-.'1 ,.....wtili' ,:.:•,...0:-,..;4'"k.1.,,.,..,v;t4H. ,...x,,..,,:-.,•,,,tr. .1 401"* 44.st.,,?., ,..., , T Ai s"x $ f M ,.k.+T 4 m ,4,.. 4.41.- . , .'AI::,,, ..,'. 4,--;* '' ,'".• ,',„,.... ,..:4 ,.. .,44 4., ...„ or v.,,,, , .,,,,,,,,,, . „ ._ . , . fit 1R1' i :44,f 1 Figure 18-West Quadrant Pipe at Soil Interface Shows Rust Developing. A-9 of 10 April 11,2018 EnIXg , A- Ocoee—OxidationAPPENDeissh DitRcLineineeriA-JN380059Inc.r Assessment , . , ... ,. Figure 19-Exterior Wall and Pipe East Quadrant of the Basin. • r ,F . �;. .rt, t fib. t ;. iS *� tu '.r ;. • Figure 20-East Quadrant Pipe at the Soil Line Showing Corrosion. A-10 of 10 April 11,2018 OONTRACT NO, I b-4b BOO APPROVED B123 HP UNIT PRICE CONTRACT This Contract is made and entered into as of the date of execution by both parties, by and between Sarasota County, a political subdivision of the State of Florida, (hereinafter "County") and Engineered Spray Solutions, LLC, a Florida limited liability company, (hereinafter"Contractor"). WITNESSETH: WHEREAS, the County requires the services of a contractor to perform SprayRoq Protective Lining for Existing Sewer Manholes and Stormwater Structures; and, WHEREAS, on April 14, 2016, the Sarasota County Procurement Official approved a Sole Source Request allowing the County to enter into a contract with the Contractor for these products and services; and, WHEREAS, the Contractor has reviewed the services required pursuant to this Term Contract and is qualified, willing and able to provide and perform all such services in accordance with its terms. NOW, THEREFORE, the County and the Contractor, in consideration of the mutual covenants contained herein, do agree as follows: I. Materials. Services, and Labor: Contractor shall furnish all the labor, services and materials for SprayRoq Protective Lining for Existing Sewer Manholes and Stormwater Structures. All work and labor shall be done in accordance with Work Assignments issued by the County. II. Contract Amount: Work Assignment Pricing: Term: Non- Aonropriations: A. The total amount for ail Work Assignments shall not exceed a total contract price of $2,700,000.00. B. The amount for each Work Assignment shall be calculated based upon the extended line item prices set forth in the Unit Price Schedule, attached hereto and incorporated herein as Exhibit A. The total Contract amount set forth above is the maximum amount available for payment for work performed under this Contract. However, the Contractor understands and acknowledges that no minimum amount of work or payment is guaranteed under this Contract. C. This Contract shall commence immediately upon execution by both the County and the Contractor and shall continue for a period of three (3) years. At'the conclusion of three (3) years, the Contract may be renewed for two (2) additional successive one (1) year terms, subject to written agreement by both parties. Any work assignment commenced prior to the expiration of the term or any renewal of this Contract may be 01 July 16 Revision Bid#166396CB Page 1 of 10 completed after the expiration date. D. The County's performance and obligation to pay under this Contract is contingent upon an appropriation of lawfully available funds by the Board of County Commissioners. The County shall promptly notify the Contractor if the necessary appropriation is not made. III. Contract Documents; The following Contract Documents are attached hereto and incorporated herein: Exhibit B - General Conditions Exhibit C - Supplemental General Conditions Exhibit D- Technical Specifications Exhibit E - EPA Stormwater Management Guide IV. Performance and Payment Bond: A Performance and Payment Bond will be required on Work Assignments having an initial total of $200,000 or more. A bond may be required on Work Assignments in lesser amounts. If required, the Contractor shall furnish to the County, prior to the commencement of operations hereunder, a Performance and Payment Bond executed by the Contractor, and a surety company authorized to do business in the State of Florida, in an amount no less than the Work Assignment price herein, which bond shall be conditioned upon the successful completion of all work, labor, services, and materials to be provided and furnished hereunder, and the payment of all subcontractors, materialmen, and laborers. The County shall reimburse the Contractor for the actual cost of the Performance and Payment Bond whose cost shall be delineated on the Work Assignment form. The County will only accept a Performance and Payment Bond with an A.M. Best rating of `B+' (Very Good) or better. Any such bond shall be provided by the Contractor to the County prior to issuance'of a Work Assignment. V. Insurance; Contractor shall procure and maintain insurance as specified in Exhibit F, Insurance Requirements, attached hereto and made a part of this Contract. VI. Contractor's Affidavit When all Work contemplated by the Contract has been completed, inspected, and approved by the County or its duly authorized agent, the Contractor shall furnish to the County the Contractor's affidavit in a form approved as required by the County. Release(s) of Lien may also be required by the County at its option. VII. Price Adiustments: Prices shall remain firm for the first twelve-month base Contract term. 1. Requested price changes for the remaining terms will be adjusted using the Bureau of Labor Statistics Consumer Price Index (CPI-U), U.S.A. 01 July 16 Revision Bid#166396CB Page 2 of 10 1982-84 equals 100. To calculate the inflation rate, the prior year's index is subtracted from the current years index, then divided by the prior year's index, and this number is multiplied by 100 to generate the percentage of adjustment. a) If, on the anniversary date, the index shows a change from the index of the previous year, this percentage, not to exceed 4% annually, will be used to adjust the Contract unit prices. VIII. payment A. Work Assignments of less than 90 days duration and less than $100.000.00 dollars in value: Upon completion and approval by the County or its duly authorized agent, monthly payments may be made to the Contractor upon its application for all services or work completed or materials furnished in accordance with the Work Assignment. B. Work Assignments greater than 90 days duration but less than $100.000.00 dollars in value: Upon certification and approval by the County or its duly authorized agent, monthly payments may be made to the Contractor upon its application for all services or work completed or materials furnished in accordance with the Contract. Prior to completion, monthly payments shall not exceed 80% of the value of the materials furnished or services and work completed up to the time of said application. The Contractor must update each new request in accordance with any changes made to the previous submittal. Final payment shall be made after approval by the County or its duly authorized agent of all work, materials or services required under this Work Assignment. C. Work Assignments greater than $100.000.00 in value: Upon certification and approval by the County or its duly authorized agent, monthly payments may be made to the Contractor upon its application for all services or work completed or materials furnished in accordance with the Contract. All pay requests must be submitted in a form satisfactory to the Clerk of Court who initiates disbursements. Prior to Substantial Completion, monthly payments shall be made on the value of materials furnished or services and work completed up to the time of said application, less an amount retained as shown on the "Retainage Table" of General Conditions 13.5. Retainage may be reduced by the County upon issuance of the Certificate of Substantial Completion if, in the sole opinion of the County, sufficient progress on the schedule has been accomplished, all Notices of Lien have been resolved, and the County has adequate retainage for the final completion of the Project and all estimated liquidated damages. The County shall inform the Contractor's Surety of any reduction in 01 July 16 Revision Bid#166396CB Page 3 of 10 P.. retainage. The Contractor must update each new pay request in accordance with any changes made to the previous submittal. Final payment shall be made after approval by the County or its duly authorized agent of all work, materials or services required under this Contract. 1. Monthly pay requests shall be submitted each month on the anniversary date of the Notice to Proceed. 2. Monthly pay requests for less than $200 are not acceptable and will not be processed, except for a final pay request. IX. Igyoicing: The Contractor shall submit invoices for payment to the address indicated on the purchase order. Invoices must contain the purchase order number, required identification information, and reflect the Contract prices, terms, and conditions. Invoices containing deviations or omissions will be returned to the Contractor for correction and resubmission. Contractor shall not perform any service or provide products until it has been issued a purchase order number. X. Time for Performance; Time is of the essence in the performance of this Contract. The Contractor specifically agrees that the time for completion of a Work Assignment shall begin on the date of the issuance of the Notice to Proceed. Contractor also agrees no work will begin prior to such date, and that all work to be performed under the provisions of the Work Assignment shall be completed to Substantial Completion within the time frame specified in each individual Work Assignment, plus an additional 30 calendar days for Final Acceptance, subject only to delays caused by force majeure. XI. Liability of the Contractor; Pursuant to §725.06(2), F.S., the Contractor shall indemnify and hold harmless Sarasota County Government from liabilities, damages, losses, and costs, including but not limited to reasonable attorney's fees to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of the Contract. This Section of the Contract will survive the completion or termination of the Contract. XII. Chances: No changes to this Contract or the performance contemplated hereunder shall be made unless the same are in writing and signed by the parties hereto. XIII. Liquidated Damages; The parties to this Contract agree that time is of the essence in the work provided for herein and that a precise determination of actual damages which would be incurred by the County for delay in the completion of the work provided for herein, aside from the 013uiy 16 Revision Bid#166396CB Page 4 of 10 additional cost of inspection and supervision, would be difficult to ascertain. Accordingly, the parties to the Contract agree that the liquidated damages for those items of damage not otherwise provided for by this Contract, for each and every day that the time consumed in completing the work provided for in the Work Assignment documents exceeds the time(s) allowed therefore, shall be the amount(s) per day as stipulated in the Work Assignment, including Saturdays, Sundays, and legal holidays. The parties specifically agree that the liquidated damages provided for herein do not constitute a penalty. Furthermore, since the additional cost of inspection and supervision arising from a delay is not difficult to ascertain, it is agreed that the Contractor shall pay, in addition to the liquidated damages provided for herein, all expenses for inspection and supervision occasioned by the failure of the Contractor to complete the work within the time(s) fixed for completion herein as specified in the Work Assignment(s). The amount(s) of liquidated damages together with the additional costs for inspection and supervision occasioned by the Contractor's delay will be deducted and retained out of the monies payable to the Contractor. If not so deducted, the Contractor and sureties for the Contractor shall be liable therefore. The amount of liquidated damages to be assessed for each calendar day that Substantial Completion for each individual Work Assignment is delayed beyond the required date of Substantial Completion shall be negotiated at the time of the Work Assignment between the Administrative Agent and the Contractor. The amount of liquidated damages to be assessed for each calendar day that Final Acceptance for each individual Work Assignment is delayed beyond the required date of Final Acceptance shall be 25% of the Substantial Completion amount. XIV. Contr ctor's Representations; Contractor makes the following representations: A. Contractor has familiarized itself with the nature and extent of the Contract Documents, work, locality, all local conditions, and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress, or performance of work. B. Contractor has investigated and is fully informed of construction and labor conditions, potential obstructions to be encountered, character, quality, and quantities of work to be performed, materials to be furnished, and requirements of the plans where supplied in the Contract Documents. C. Contractor has given County written notice of all conflicts, errors, or discrepancies that it has discovered in the Contract and the written resolution thereof by County is acceptable to the Contractor. D. Contractor declares that submission of a bid for the work constitutes an incontrovertible representation that the Contractor has complied with every requirement of this Section, and that Contract 01 July 16 Revision Bid#166396CB Page 5 of 10 Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of work. F. The Contractor assures that no person shall be discriminated against on the grounds of race, color, creed, national origin, handicap, age or sex, in any activity under this Contract. G. In accordance with §287.133, F.S., a person or affiliate who has been placed on the convicted vendor• list following a conviction for a public entity crime may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.017, F.S., for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. H. The Contractor is, and shall be, in the performance of all work, services and activities under this Contract, an independent contractor. Contractor is not an employee, agent or servant of County and shall not represent itself as such. All persons engaged in any work or services performed pursuant to this Contract shall at all times, and in all places, be subject to the Contractor's sole direction, supervision and control. The Contractor shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the Contractor's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees of the County. The Contractor shall be solely responsible for providing benefits and insurance to its employees. XV. Entire Contract: This Contract constitutes the entire understanding and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of the Contract. The Contractor recognizes that any representations, statements, or negotiations made by County representatives do not suffice to legally bind the County in a contractual relationship unless they have been reduced to writing and signed by an authorized County representative. This Contract shall inure to the benefit of and be binding upon the parties, their respective assigns, and successors in interest. XVI.Jyotice Provision; Any notices of default or termination shall be sufficient if sent by the parties via United States certified mail, postage paid, or via a nationally recognized delivery service, to the addresses listed below. 01 July 16 Revision Bid#166396CB Page 6 of 10 Contract clarifications or questions regarding the interpretation of plans and/or specifications not involving: (a) any Contract claim and/or dispute, (b) questions of time not involving extension, delay, or reduction of time, (c) monetary or compensatory issues, (d) fully executed IFCAs (Interim Field Change Agreement) and/or (e) material changes to the Contract, shall be sufficiently given if delivered personally or sent via facsimile, email, or U.S. mail, postage prepaid, addressed as follows. Contractor Representative: County's Administrative Agent: Name Jim Collier Name John C. Chapman Public Works Construction Title President Title Manager Address 1306 Banana Road Address 1001 Sarasota Center Blvd Lakeland, Fl 33810 Sarasota , Fl 34240 Phone (863) 577-4821 Phone (941) 861-0570 Fax (863) 853-8593 Fax (941) 861-0589 E-mail jcollier@ess-1.net E-mail jchapman@scgov.net XVII. Waivers;, Failures or waivers to insist on strict performance of any covenant, condition, or provision of this Contract by the parties, their successors or assigns shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this Contract. XVIII. Modifications; This Contract may be modified only by instrument in writing and signed by the parties hereto as aforesaid. XIX. Counterparts; This Contract may be executed in any number of counterparts, any one of which may be taken as an original. XX. JVo Third Party Rights: The parties hereto do not intend nor shall this Contract be construed to grant any rights, privileges or interest to any third party. XXI. Remedies; The parties hereto agree that remedies for damages or any other remedies provided for herein shall be construed to be cumulative and not exclusive of any other remedy otherwise available under law. XXII.Access To Records: The Contractor shall maintain books, records, { documents, and other evidence directly pertaining to or connected with the 01 July 16 Revision Bid#166396CB Page 7 of 10 services under this Contract which shall be available and accessible at the Contractor's offices for the purpose of inspection, audit, and copying during normal business hours by the County, or any of its authorized representatives. Such records shall be retained for a minimum of three (3) years after completion of the services. XXIIi. Severability: If any provision of this Contract is found by a court of competent jurisdiction to be in conflict with an applicable statute or ordinance, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, but shall not invalidate any other provision of this Contract. XXIV.)urisdiction and Venue: The venue for purposes of any legal action founded upon this Contract shall be in the Twelfth Judicial Circuit in and for Sarasota County, Florida, which shall have personal jurisdiction over each of the parties to the Contract. This Contract shall be governed by the laws of the State of Florida. There will be no arbitration on claims allegedly arising under this Contract between the County and the Contractor. In the event of a dispute or claim arising out of this Contract, the parties agree first to try in good faith to settle the dispute by direct discussion. If this is unsuccessful, the parties may enter into mediation in Sarasota County, Florida, with the parties sharing equally in the cost of such mediation. In the event mediation, if attempted, is unsuccessful in resolving a dispute, the parties may proceed to litigation. The parties agree that in the event of litigation they waive any and all rights to a trial by jury. To the extent Chapter 558, F.S. is applicable, the parties expressly opt out of the requirements of Chapter 558, F.S., within the meaning of §558.005(1), F.S. XXV. Amount of Work: The contract amount set forth in Section II, above, is an estimate based upon anticipated Work Assignments. However, the Contractor understands and acknowledges that no minimum amount of work is guaranteed under this Contract. XXVI.Local Hiring Initiative: In accordance with Sarasota County's Local Hiring Initiative Resolution No. 2013-127, Contractor is encouraged to work with CareerSource Suncoast, or any other agency designated by the State of Florida as a workforce development agency, to increase employment opportunities for local residents. Local residents are defined as residents of Sarasota County, but that definition may be expanded to include Manatee and Charlotte Counties if the requisite skill-set is not available in Sarasota County. Resolution No. 2013-127 establishes an aspirational goal for contractors and subcontractors to hire 15% minimum local residents as the new hires for construction and construction related projects. 01 July 16 Revision Bid#166396CB Page 8 of 10 The Contractor is hereby required to include the completed Local Hiring Initiative Participation Form as part of the monthly pay requests. XXVII. Public Recordsz IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Sarasota County Public Records office 1660 Ringling Blvd. Sarasota, FL 34236 Phone: 941-861-5886 Email: prrscgov.net XXVIII. ScrutinizedCompanies: §287.135, F.S., prohibits agencies from contracting with companies for goods or services of $1,000,000 or more, that are on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are engaged in business operations in Cuba or Syria, or are engaged in a boycott of Israel. The lists are created pursuant to §215.473 and §215.4725, F.S. Contractor certifies that the Contractor is not listed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in a boycott of Israel or engaged in business operations in Cuba or Syria, and understands that pursuant to §287.135, F.S., the submission of a false certification may subject Contractor to civil penalties, attorney's fees, and/or costs. In accordance with §287.135, F.S., the County may terminate this Contract if a false certification has been made, or the Contractor is subsequently placed on any of these lists, or engages in a boycott of Israel or is engaged in business operations in Cuba or Syria. 01 July 16 Revision Bid#166396CB Page 9 of 10 r., IN WITNESS WHEREOF, the parti-: 'ave executed this Contract as of the date last below written. WITNESS: / / / , Engineered Spra - f• r. j•. X Signed By: ` %. . Signed By.Y Print Name: .• . - Print N. - e( ,y« ‘::\..'- ena[tcr Title: ?fesIdem' Date: VS-AG SARASOTA COUti NTY BOARD OF 'COUNTY COMMI - ON6RS OF SA• -'-'eINC:giga..7ii .4014(Ci$"'zQ w CHAIRMAN .. DATE: 9/ 1 ..,---, 1 ATTEST: '" 4,-)0,,,) d > # I), KAREN E. RUSHING, Clerk of the Circuit Court and Ex-Officio Clerk of the Board of Coun w _- . issioners ,a► BY•_ W-P►i I F fp DEPU CLERK Approv- to form and correctness: BY: / 4- ./ COU TY ATTORNEY 5r z, 01 July 16 Revision Bid#166396CB Page 10 of 10 j nSARASOTA COUNTY GOVERNMENT t!J1 Public Works Capital Projects Sarasota. County 100! Sarasota Center Boulevard Sarasota,Florida 34240 Tel (941) 861-0757 • Fax (941) 861-0762 TO: Jim Collier, President DATE: 09/06/16 PROJECT: SprayRoq Protective Lining for Existing Manholes Engineered Spray Solutions, LLC and Stormwater Structures,Bid No. 166396CB 1 1306 Banana Road PROJECT MANAGER: Jaimol Charles,P.E. Lakeland,FL 33810 PHONE NUMBER: (941)448-8991 WE ARE SENDING YOU ✓Enclosed O By Hand Delivery O Under Separate Cover via a-mail THE FOLLOWING ITEMS: O Shop Drawing U Sepia/Mylar U Plans U Specific Authorization O Samples U Change Order U Product Literature O Application for Payment O Correspondence ✓Contract O Agreement 0 Aerial O Other COPIES DATE NO. DESCRIPTION ACTION CODE 1 08/23/16 2016-401 Unit Price Contract B THESE ARE TRANSMITTED AS CHECKED BELOW: O For Approval O Approval as submitted U Resubmit copies for approval V For your records O Approved as noted O Submit copies for distribution O As Requested O For review and comment O Resubmit corrected prints/mylars ACTION CODES A.Action indicated on item transmitted B.No action required C.For signature and return to this office D.For signature and forwarding as noted E.Copy originals and return to this office F.See REMARKS below REMARKS: COPIES TO: ✓ Jaimol Charles, P.E.,Project Manager a a a o a EXHIBIT A UNIT PRICE SCHEDULE ( MANHOLE,WETWELL AND STORMWATER STRUCTURE REHABILITATION ' ITEM DESCRIPTION UNIT QTY UNIT PRICE A. MANHOLE,WETWELL AND STORMWATER STRUCTURE COATING-POLYURETHANE Polyurethane Resin Based Coating I 48"Diameter-113"Minimum Thickness V.F. 2,400 S213.00 Polyurethane Resin Based Coating 2 48"Diameter-114"Minimum Thickness V.F. 2,400 $238.00 Polyurethane Resin Based Coating 3 48"Diameter-12"Minimum Thickness V.F. 600 5301.00 Polyurethane Resin Based Coating 4 48"Diameter-1"Minimum Thickness V.F, 300 5489.00 Polyurethane Resin Based Coating 5 60"Diameter-l t8"Minimum Thickness V.F. 300 5267.00 Polyurethane Resin Based Coating 6 60"Diameter-1;4"Minimum Thicknis V.F. 300 5298.00 Polyurethane Resin Based Coating 7 60"Diameter-12"Minimum Thickness V.F. 200 5376.00 Polyurethane Resin Based Coating 8 60"Diameter-1"MinimumThickness V.F. 100 5612,00 Structure/Box Culvert Polyurethane Resin 9 Based Coating-114"Min.Thickness S.F. 12,000 519,00 Structure/Box Culver Polyurethane Resin 10 Based Coating-1/2"Min.Thickness S.F. 7,000 S25.00 Stnrcture/Box Culvert Polyurethane Resin 11 Based Coating-I"Min.Thickness S.F. 5,000 539.00 B.MANHOLE,WETWELL AND STORMWATER STRUCTURE REPAIR ITEM DESCRIPTION UNIT QTY UNIT PRICE Removal of Existing Manhole,Wetwell or 12 Structure Lining System(Excluding T-Lock S.F. 5,000 59.00 or Similar Liner) Removal of Existing Manhole,Wetwell or 13 Structure T-Lock or Similar Lining System S.F. 2,000 522.00 Patching and Profiling-Cementitious Grout 14 Only S.F. 2,000 512.00 infiltration Control-Cementitious or 15 Chemical Grout GAL. 1,000 5125.00 16 Bonding Compound GAL 200 S55.00 17 Bench and!oven Channel Repair L.F. 100 5110 00 18 Chimney Repairs V.F. 100 S 150.00 19 Chimney Replacement V.F. 100 5675.00 Page I.of 2 EXHIBIT A UNIT PRICE SCHEDULE Manhole/Stnxtun: Rim and Cover 20 Replacement-Paved Areas EA 90 S1,150 00 Manhole/Structure Rim and Cover J 21 Replacement-Grassed Areas EA 10 5935.00 22 Seam Extrusion Welding L.F. 10 S300.00 23 Fusion Welding of Pipe Boot EA 5 S900.00 24 Install Rain Water Protector EA 50 S110.00 C.CLEANING,TELEVISING,AND ASSESSMENT ITEM DESCRIPTION UNIT QTY UNIT PRICE 25 Cleaning Sewer Manholes EA 600 S 150.00 26 Cleaning Stormwater Structures EA 300 S175.00 27 Cleaning Wetwells EA 20 $1,000.00 28 Televising(DVD)+Photographs(CD)Sewer Manholes EA 600 S75.00 Televising(DVD)yPhotographs(CD) 29 Stonnwater Structures EA 300 S75.00 1 Televising(DVD)Photographs(CD) 30 Wetwells EA 20 $300.00 GPS Mapping of County Requested 31 Manholes EA 300 $150.00 D.ANCILLARY SERVICES ITEM DESCRIPTION UNIT QTY UNIT PRICE 32 Bypass Pumping-4"Pump DAY 10 52,500.00 33 Bypass Pumping-6"Pump DAY 10 $3,90000 34 Bypass Pumping-8"Pump DAY 10 S2,900.00 35 Bypass Pumper Truck HOUR 80 5290 00 36 Bypass Vac-Thick HOUR 80 $290.00 37 Maintenance of Traffic-Arterial EA 10 S1,200.00 38 Maintenance of Traffic-FDOT EA 10 $1,900.00 39 Emergency Mobilization EA 1 S750.00 Page 2 of 2 EXHIBIT B INDEX GENERAL CONDITIONS ARTICLE SUBJECT PAGE 1.0 Definitions and Terms 4 1.1 General 2.0 Contractor Requirements 6 2.1 General 3.0 Contract Documents 7 3.1 Contract Documents 3.2 Intent 3.3 Conformed Contract Documents 3.4 Construction Plans/Drawings 3.5 Amending and Supplementing Contract Documents 3.6 Reference Standards 3.7 Reuse of Documents 4.0 Pre-Construction Activities 9 4.1 Pre-Construction Conference 4.2 Preliminary Schedules Submission and Acceptance 4.3 Notice to Proceed 4.4 Earthmoving Permit 4.5 Notifications 4.6 Audio-Visual Pre-Construction Record 4.7 Communications/Notices 5.0 Progress and Control of the Work 11 5.1 Timely Performance of the Work 5.2 Sequence of Work 5.3 Temporary Facilities/Staging and Storage Area(s) 5.4 Use of Jobsite and Other Areas 5.5 Mobilization 5.6 Work Hours 5.7 Reimbursements to the County for Unscheduled Work Hours 5.8 Progress Meetings 5.9 Construction/Progress Schedule 5.10 As-Built Documents 5.11 Permits, Licenses,Taxes,and Laws and Regulations 5.12 Work within the County/State Rights-of-Ways 5.13 Open Excavations 5.14 Erosion Control 5.15 Maintenance of Traffic(MOT) 5.16 Subsurface and Physical Conditions 5.17 Existing Underground Facilities 5.18 Quality Control 5.19 Materials, Equipment,and Workmanship 5.20 Inspection and Testing of Materials and Equipment 5.21 Sanitary Regulations 5.22 Safety and Health Regulations/Protection of Property 5.23 Hazardous Environmental Conditions Page 1 of 44 EXHIBIT B ARTICLE SUBJECT PAGE 5.24 Salvaged Equipment and Materials 5.25 Clean-Up and Disposal 6.0 County's Rights 2p 6.1 County Access to Work 6.2 County May Stop Work 6.3 County May Correct Defective Work 6.4 Right to Retain Defective Work 6.5 County May Suspend Work 6.6 County May Terminate for Cause 6.7 County May Terminate for Convenience 6.8 Partial Utilization 6.9 Project Audit 7.0 Contractor's Rights and Responsibilities 73 7.1 General 7.2 Supervision and Superintendency 7.3 Subcontractors and Material Suppliers 7.4 Labor 7.5 Reporting Discrepancies 7.6 Project Layout 7.7 Coordination with Other Contractors 7.8 Emergencies 7.9 Patent Fees and Royalties 7.10 Safety Representative 7.11 Hazard Communication Program 7.12 Risk of Loss 7.13 Protection and Restoration of Public and Private Property 7.14 Protection of Environmental Resources 7.15 Protection of Historic and Archeological Resources 8,0 County's Responsibilities and Duties 27 8.1 Status of the Construction Project Manager 8.2 Review and Approval of the Work 8.3 Resolution of Discrepancies 8.4 Recommendation of Progress Payments 8.5 Inspection and Examination of the Work 8.6 Project Representative/Inspector 8.7 Right to Reject Defective Work 8.8 Shop Drawings,Product Data,and Samples 8.9 "Or Equal"and Substitutions 8.10 Claims 8.11 Recommendation of Substantial Completion and Final Payment 8.12 Cooperation 8.I3 Availability of Lands for Work 8.14 Survey/Project Controls 9.0 Work by Others 37 9.1 Construction by the County or by Separate Contractors Page 2 of 44 EXHIBIT B ARTICLE SUBJECT PAGE 10.0 Cost of the Work 32 10.1 Lump Sum Work 10.2 Unit Price Work 10.3 Allowances 11.0 Changes,Delays,and Time Extensions 33 11.1 Changes in the Work 11.2 Interim Field Change Agreement(IFCA)/Contract Amendment 11.3 Change in Contract Price 11.4 Change in Contract Times 11.5 Delays and Time Extensions 11.6 Notice to Surety 12.0 Claims and Damages 37 12.1 Time of Claim 12.2 Value of Claim 12.3 Claim Form 12.4 Claims for Contract Price and Contract Times Adjustment 12.5 Continuation of the Work 12.6 County's Action 13.0 Payments to Contractor and Completion 38 13.1 General 13.2 Supporting Documentation 13.3 Progress Payments 13.4 Payment for Stored Materials 13.5 Retainage 13.6 County May Withhold Payments 13.7 Liquidated Damages 13.8 Prompt Payment 13.9 Substantial Completion 13.10 Final Inspection 13.11 Final Acceptance 13.12 Release of Liens 13.13 Final Payment 13.14 Final Completion Delayed 14.0 Manufacturer's Instructions and Services 42 14.1 Manufacturer's Instruction, Service and Parts Manual 14.2 Manufacturer's Supervision 15.0 Warranty and Guarantee Provisions 42 15.1 Warranty and Guarantee Provisions 16.0 Miscellaneous 43 16.1 Certified Chemicals 16.2 Fuel Adjustments 16.3 Equipment Maintenance 16.4 Spill Prevention/Containment 16.5 Disposal of Pollutants Page 3 of 44 EXHIBIT B GENERAL CONDITIONS 1.0 DEFINITIONS AND TERMS 1.1 GENERAL: Wherever used in the Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural,as well as pronouns used in their place. This list is not meant to be all inclusive, as other terms may be defined elsewhere in the Contract Documents printed with initial capital letters. ADDENDA: Written or graphic instruments issued prior to the opening of bids which clarify,correct,or change the Contract Documents. ADMINISTRATIVE AGENT: The County staff person acting as the County's authorized representative, responsible for the performance and final acceptance of the Work. This agent,named in the Contract,has responsibility for Contract Document interpretations, Contractor compliance with the terms of the Contract, and resolutions in cases of Contract Document discrepancies, claims, disputes, and non- compliance. APPLICATION FOR PAYMENT: The form acceptable to the County which is to be used by the Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract. CLAIM: A written demand or assertion by the County or the Contractor seeking an adjustment of Contract Price or Contract Times,or both,or other relief with respect to the terms of the Contract. CONFORMED CONTRACT DOCUMENTS: The formal Contract Documents prepared by the County, incorporating all addenda,completed bid form,Performance and Payment Bond,Insurance Certificate(s), and other forms required by the Contract into a bound set of final documents which will be exclusively used and recognized during the construction of the Work. Each set of Conformed Contract Documents will be so labeled and sequentially numbered as to be readily identifiable as copies of the authentic Contract Documents. CONSTRUCTION CONTRACT: The written Contract executed by the County and the Contractor for the performance of the Work,which incorporates by reference,all Contract Documents. CONSTRUCTION PLANS/DRAWINGS: A set of drawings prepared and/or approved by the Engineer/Architect of Record,which graphically shows the scope,extent,and character of the work to be furnished and performed by the Contractor. Shop Drawings and other Contractor submittals are not Construction Plans/Drawings as so defined. CONSTRUCTION/PROGRESS SCHEDULE:A time schedule prepared and submitted by the Contractor in an approved form and in a Primavera compatible approved format, describing the sequence and duration of activities comprising the Contractor's plan to accomplish the Work within the prescribed Contract Times. CONSTRUCTION PROJECT MANAGER: Authorized County representative with specific responsibilities and duties as defined by the County for management of specified portions of the Contract. CONTRACT:The totality of the Contract Documents. CONTRACT AMENDMENT: A form of Contract Modification requiring formal Sarasota County Commission approval. CONTRACT DOCUMENTS:All documents listed in Article III of the Construction Contract. CONTRACT MODIFICATION: A document signed by the County and the Contractor authorizing an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Contract. CONTRACT PRICE: The Contractor's bid price accepted by the County,including or excluding additive or deductive alternates,as stipulated in Article II of the Construction Contract. Page 4 of 44 EXHIBIT B CONTRACT TIMES: The number of calendar days stipulated in Article VIII of the Construction Contract provided to the Contractor to achieve Milestones (as stipulated), Substantial Completion, and Final Completion of the Work,as defined herein. CONTRACTOR: The person, firm, or corporation who executed the Construction Contract with the County,and who is responsible for the completion of the Work. COUNTY: Political subdivision of the State of Florida including the SARASOTA COUNTY COMMISSION, the entity with whom the Contractor has entered into the Contract and for whom the Work is to be performed,including the County Engineer or designated representative. DAY: The word"day"means a calendar day of 24 hours measured from midnight to the next midnight. EFFECTIVE DATE OF THE CONTRACT: The date the Construction Contract is approved and signed by the County,on which date the Contract becomes effective. ENGINEER/ARCHITECT OF RECORD: The person, firm or corporation registered in the State of Florida as a Professional Engineer/Architect, or Professional Engineering/ Architectural Company, responsible for the preparation and approval of the Construction Plans/Drawings and Technical Specifications; the permitting of the project with Federal, State, and local agencies having jurisdiction over the Work; and for certification that the Work completed was in substantial conformance with the approved plans and specifications,and/or noting and recording exceptions that did not substantially affect the functionality or quality of the Work required for its intended use. The Engineer/Architect of Record may be one or more persons,firms or corporations. FIELD ADJUSTMENT: A minor modification to the Construction Plans/Drawings directed by the County, which may involve a structure location or quantity change as may be found desirable to avoid any obstructions, interference with existing structures, or for other reasons that would benefit the Work, without causing or creating a scope change to the Work. FINAL COMPLETION AND ACCEPTANCE: The date when the Work is completed and approved by the County and the Contractor, including completion of all punch list items, submittal of approved as- built drawings, and completion of all other project close-out requirements,all as defined in the Contract Documents. Evidence witnessing this date will be issued in the "Final Completion and Acceptance Certificate". INTERIM FIELD CHANGE AGREEMENT (IFCA): A form of Contract Modification within the general scope of the Contract,which does not result in the Contract Price exceeding the amount stipulated in the Construction Contract. This Contract document, approved and signed by the County and the Contractor, authorizes an addition, deletion, or revision in the Work or an allocation of the Contract contingency or adjustment to the Contract Times,issued on or after the Effective Date of the Contract. JOBSITE: Lands or areas indicated in the Contract Documents as being furnished by the County upon which the Work is to be performed, including rights-of-ways and easements for access thereto, and such other lands indicated by the County which are designated for the use of the Contractor. MILESTONE: A principal event or Work item, specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. NOTICE: A formal written correspondence rendered by the Contractor or the County for the purposes of providing notice to the parties of transmittals, requesting information, conditions discovered, pending actions,claims,and other actions pursuant to the Contract requirements. NOTICE TO PROCEED: A written notice given by the County to the Contractor fixing the date on which the Contract Times will commence to run and on which date the Contractor shall start to perform the Work under the Contract. The Notice to Proceed will fix the dates of Milestones, where applicable, Substantial Completion,and Final Completion of the Contract,based on the stipulated Contract Times. "OR EQUAL"/SUBSTITUTION: An item reviewed and approved by the County following the effective date of the Contract based on the Contractor's submittal of alternates or substitutions for equipment/supplies/materials in response to the Technical Specifications denoting the item by a brand name followed by the term"or equal". Page 5 of 44 EXHIBIT B PROJECT: The entire construction or installation to be performed which the Work under this Contract may be the whole or part. PROJECT REPRESENTATIVE (PR)/ INSPECTOR: Authorized field representative of the County, responsible for periodic oversight of the Work, with specific duties and limitations as outlined in these General Conditions. SCHEDULE OF SUBMITTALS: A schedule of submittals required by the Contract Documents prepared and maintained by the Contractor,of required submittals and the time requirements to support scheduled performance of related Work activities. SCHEDULE OF VALUES: A cost schedule prepared and maintained by the Contractor, allocating portions of the Contract Price to various Lump Sum items of the Work as defined in the Contract Documents,and used as the basis for reviewing and approving the Contractor's application for payment. SHOP DRAWINGS: All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for the Contractor and submitted by the Contractor to illustrate some portion of the Work. SUBCONTRACTOR: An individual or entity having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. SUBSTANTIAL COMPLETION: Occurs when the Work is sufficiently complete, in accordance with the Contract Documents,so that the Project or specified part of the Project can be utilized for the purpose for which it was intended. The date of Substantial Completion will be evidenced in writing by the "Certificate of Substantial Completion", approved and signed by the Contractor and the County's Administrative Agent. SUPPLEMENTAL GENERAL CONDITIONS: That part of the Contract Documents which amends or supplements these General Conditions. SURETY: Any person,firm,or corporation that has executed as Surety the Contractor's Bid Bond and/or Performance and Payment Bond securing the performance of the Construction Contract. TECHNICAL SPECIFICATIONS: That part of the Contract Documents consisting of written requirements for materials,equipment, systems,standards,and workmanship as applied to the Work,and certain administrative requirements and procedural matters applicable thereto. UNDERGROUND FACILITIES: All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other facilities or attachments, and encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone, or other communications,cable television,water,wastewater,reuse water,storm water,other liquids or chemicals, or traffic or other control systems. WORK: The entire construction required to be provided under the Contract. Work includes and is the result of performing or providing all plant,labor,equipment,tools,services,and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 2.0 CONTRACTOR REQUIREMENTS 2.1 GENERAL: The Work covered by the Contract Documents includes the furnishing of all plant, labor, equipment, tools, materials and performing all operations and construction work, including all appurtenant work, in accordance with the Contract Documents. The Contractor shall perform all operations, construction, and incidentals necessary to complete the Work in a turnkey condition. The Contractor may subcontract a portion of the Work, but shall perform with his own organization work amounting to not less than fifty one percent(51%)of the total Contract Price. Page 6 of 44 EXHIBIT B 3.0 CONTRACT DOCUMENTS 3.1 CONTRACT DOCUMENTS: Refer to Article III of the Construction Contract for the list of Contract Documents included in the Contract. The Contract Documents comprise the entire Contract between the County and Contractor. 3.2 INTENT: A. It is the intent of the Contract Documents to describe the Work(or part thereof)to be constructed by the Contractor, which results in a complete and functional product. Any plant, labor, materials, equipment,tools,and services that may be reasonably inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended results will be provided whether or not specifically called for at no additional cost to the County. B. The several parts of the Contract are intended to be complimentary in describing the Work and the responsibilities of the Contractor and the County and any requirements stipulated in one part of the Contract Documents is as binding on the parties as though occurring in all. In the event there are any conflicting provisions or requirements among the Contract Documents, the provisions and requirements of the Contract Documents shall take the following order of precedence: 1. IFCA and Contract Amendments 2. Construction Contract 3. Special Conditions 4. Supplemental General Conditions 5. General Conditions 6. Technical Specifications 7. Construction Plans/Drawings In case of discrepancy concerning dimension, quantity, and location, graphic drawings will take precedence over the specifications; explanatory notes on the drawings will take precedence over conflicting drawn indications; and large scale details will take precedence over smaller scaled drawings. In case of discrepancy concerning quality and/or quantity within the documents, the Contractor shall include the better quality and/or the greater quantity, unless otherwise determined in writing by the County. Interpretations and resolution of discrepancies within the Contract Documents shall be made solely by the County's Administrative Agent and issued in writing upon receipt of the Contractor's written request. C. The Contractor shall fully comply with all requirements of the Contract. No verbal agreement or conversation with any agent or employee of the County, Construction Project Manager or the Engineer/Architect of Record either before or after the execution of the Construction Contract shall affect or modify any of the terms or obligations contained in the Contract. 3.3 CONFORMED CONTRACT DOCUMENTS: Following award of the Contract, the County will prepare the Conformed Contract Documents, providing one (1) originally signed and executed set to the Contractor. Up to three(3) additional copies of the Conformed Contract Documents will be provided to the Contractor at no charge. Additional copies of the Conformed Contract Documents may be obtained from the County upon payment of reproduction costs.One complete set of Construction Plans/Drawings and Technical Specifications shall be maintained at the Jobsite for as-built drawings preparation by the Contractor,and shall be available for review by the County at all times. 3.4 CONSTRUCTION PLANS/DRAWINGS: A. Refer to Article III of the Construction Contract for the list of Construction Plans/Drawings. B. The general character and scope of the work is illustrated by the Construction Plans/Drawings.These drawings, which show the scope,extent and character of the work to be furnished and performed by the Contractor have been prepared and/or approved by the Engineer/Architect of Record, and are referred to in the Contract Documents. Shop drawings are not Construction Plans/Drawings as so defined. Page 7 of 44 EXHIBIT B C. Checking of Drawings and Dimensions: 1) The Contractor shall check all drawings immediately upon their receipt and shall promptly notify the County in writing of any discrepancies. Anything shown on the drawings and not mentioned in the Technical Specifications, or mentioned in the Technical Specifications and not shown on the drawings,shall be of like effect as if shown or mentioned in both. 2) Figures marked on all drawings shall, in general, be followed in preference to scale measurements. Large-scale drawings shall, in general, govern small-scale drawings. The Contractor shall compare all drawings and verify the figures before laying out the work and will be responsible for any errors which might have been avoided thereby. When dimensions on the drawings are affected by the type of equipment selected, the Contractor shall adjust such dimensions as conditions may require, upon written notification and approval of the County. 3.5 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by an Interim Field Change Agreement(IFCA),or a Contract Amendment. B. The requirements of the Contract may be supplemented and minor variations and deviations in the Work may be authorized by a written interpretation or clarification, or by a Field Adjustment as directed by the County. 3.6 REFERENCE STANDARDS: A. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to laws or regulations, whether such reference be specific or by implication, shall mean the standard,specification,manual,code, or laws or regulations in effect on the Effective Date of the Contract,except as may be otherwise specifically stated in the Contract. B. No provision of any such standard, specification, manual, or any instruction of a manufacturer or supplier shall be effective to change the duties or responsibilities of the County or the Contractor or any of their Subcontractors, consultants, agents, or employees from those set forth in the Contract. No such provision or instruction shall be effective to assign to the County or any of their authorized representatives, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract. 3.7 REUSE OF DOCUMENTS: A. The Contractor and any Subcontractor or supplier or other individual or entity performing or furnishing all or any portion of the Work,shall not: I) Have or acquire any title to or ownership rights in any of the drawings, specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of the Engineer/Architect of Record or the Engineer/Architect of Record's consultants, including electronic media editions. 2) Reuse any of such drawings,specifications,other documents,or copies thereof on extensions of the Project or any other project without written consent of the County and the Engineer/Architect of Record and specific written verification or adaption by the Engineer/Architect of Record. B. The prohibition of this paragraph will survive final payment,or termination of the Contract.Nothing herein shall preclude the Contractor from retaining copies of the Contract Documents for record purposes. Page 8 of 44 EXHIBIT B 4.0 PRE-CONSTRUCTION ACTIVITIES 4.1 PRE-CONSTRUCTION CONFERENCE: A. Following award of the Contract,the County may schedule a pre-construction conference. Attendees of the conference shall be the Contractor and the Contractors proposed superintendent, the County and authorized representative(s),utility company representatives,and other interested parties. B. The pre-construction conference is intended to establish a working understanding among the parties, and to review work schedules, procedures for handling shop drawings and other submissions, processing of progress payments, and such other matters as may be pertinent to the Work. The Contractor shall submit, for approval by the County, a summary of the proposed work approach, a preliminary Schedule of Values, a preliminary Submittals Schedule, a preliminary Construction/Progress Schedule, emergency contact phone numbers, Labor and Equipment Rate Schedule (excluding overhead and profit), and any other information as required for the pre- construction conference. 4.2 PRELIMINARY SCHEDULES SUBMISSION AND ACCEPTANCE: A. SCHEDULE OF VALUES: 1) This schedule includes quantities and prices for all Lump Sum bid items, which when added together equal the Lump Sum Contract Price for each such item bid, and subdivides the Lump Sum items into component parts in sufficient detail to serve as the basis for the review and approval of progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each Lump Sum item of Work bid. 2) The Contractor's Schedule of Values will be acceptable to the County as to form and substance if it provides a reasonable allocation of the Lump Sum Contract Prices to component parts of the Lump Sum item of Work. B. SUBMITTALS SCHEDULE: 1) This schedule, which is incorporated into the Construction/Progress Schedule, provides for the review and acceptance of the Contractor's submittals required by the Contract Documents, and must provide sufficient time for the County review so as to comply with the Contract Times. 2) This schedule shall also include any Contractor proposed substitutions/"or equal" products requiring review by and approval of the County. The Contractor shall provide sufficient time in the Construction/Progress Schedule for such product review. 3) The Contractor's schedule of submittals will be acceptable to the County if it provides for a workable arrangement for reviewing and processing the required submittals as shown on the Progress Schedule. C. CONSTRUCTION/PROGRESS SCHEDULE: 1) This construction schedule,prepared in Primavera compatible critical path format,indicating the times (numbers of days or dates) for starting and completing the various items and stages of the Work, including the scheduling of any Milestones specified in the Contract Documents, Substantial Completion, and Final Completion. The initial submittal shall, at a minimum, indicate the late start dates and late finish dates required to meet the Contract Times. 2) The Contractor's Progress Schedule will be acceptable to the County if it provides for an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on the County responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve the Contractor from the Contractor's full responsibility therefore. D. The County will provide the Contractor with its comments to the above schedules. No Progress Payment will be made to the Contractor until acceptable schedules are submitted to the County. 4.3 NOTICE TO PROCEED: A written Notice will be provided to the Contractor by the County affirming the date on which the Contract Times will commence to run.The date of the Notice to Proceed generally begins the Contract Times unless another date is otherwise agreed to by the County and the Contractor, and is the date on which the Contractor shall start to perform the Contractor's obligations under this Contract. This Notice to Proceed will also set the completion dates for Milestones (where applicable), Page 9 of 44 EXHIBIT B Substantial Completion,and Final Completion of the Work. No work shall commence at the Jobsite prior to the date on which the Contract Times commence to run. 4.4 EARTH MOVING PERMIT: A. Temporary storage and stockpiling of materials resulting from earthmoving activities on private property will require a permit based on the Sarasota County Earthmoving Ordinance.The Contractor is responsible for obtaining an Earthmoving Permit prior to commencing construction, in the event the Contractor plans on storing and stockpiling such materials on private property. B. Earthmoving activities, such as excavating, hauling, receiving, and stockpiling, performed in connection with a Sarasota County construction or maintenance project, and performed within and upon County owned property and rights-of-ways, is authorized under the Sarasota County Earthmoving Ordinance as an exemption. These activities, however, may be subject to certain submittals per the Earthmoving Ordinance. The Contractor is responsible for determining what, if any,submittals are required in order to comply with the Earthmoving Ordinance. 4.5 NOTIFICATIONS: A. Notice to the County: The Contractor shall give the County five(5)days advanced written notice of the date scheduled to commence Work under this Contract in order that required County actions may be started sufficiently in advance of the Contractor's operations. This Notice to the County shall be given within the time frame of the issuance of the Notice to Proceed. B. Notification of Utility Companies: The Contractor shall notify the utility companies and agencies well ahead of the proposed Work. The Contractor shall cooperate with all affected utility companies and provide schedules,etc.,when requested. C. Emergency Vehicle Notification: The Contractor shall notify the police, fire department, and ambulance services of the proposed construction schedule one week in advance of the proposed Work. D. Resident Notification: The Contractor will provide notification to all residents affected by, and adjacent to the Work. The notification will be delivered no less than one week prior to construction commencement. Notices shall be hand-delivered door to door to the properties first affected by the construction; thereafter properties to be affected within five (5) days of construction shall receive notice thereof. The door hanger format shall be developed by the County for use by the Contractor. 4.6 AUDIO-VISUAL PRE-CONSTRUCTION RECORD: Prior to commencing the Work, the Contractor shall have a continuous color audio-video record in digital video format taken at and around the Jobsite, and along the length of the proposed Work, to serve as a record of pre-construction conditions. No construction shall begin prior to review and acceptance of the digital video's covering the Work area(s) by the County. The County shall have the authority to reject all or any portion of the audio-video recordings not conforming to the specifications and order that it be redone at no additional charge. The Contractor shall promptly reschedule the re-recording of unacceptable coverage after being notified.The County will designate those areas, if any, to be omitted from or added to the audio-video coverage.The audio-video recordings shall not be made more than thirty days prior to construction start.All audio/video recordings and written records related to the recordings shall become property of the County. Submittals of pre and post Construction digital video recordings will be as specified in the Contract Documents. 4.7 COMMUNICATIONS/NOTICES: A. Communications: Except as otherwise provided in the Contract, the County and the Contractor shall endeavor to communicate to each other on matters arising out of or relating to the management of the Work. Communications by and with the County's consultants shall be through the County. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the County. B. Notices: All forms of notices given by the Contractor or the County must be in writing,and delivered to the other party in the manner of and within the time prescribed by the Contract Documents. If a written notice is not presented in a timely manner,it is presumed not to have been given. Page 10 of 44 EXHIBIT B 5.0 PROGRESS AND CONTROL OF THE WORK 5.1 TIMELY PERFORMANCE OF THE WORK: A. Time limits stated in the Construction Contract are of the essence of the Contract. By executing the Contract, the Contractor confirms that the Contract Times stated in the Construction Contract are reasonable periods for performing the Work. B. The Contractor shall execute the Work in such time and with such forces of workers, materials, equipment and tools as are required to complete the Work as contemplated in the Contract Documents and detailed in the current Construction/Progress Schedule. If at any time the workers, materials, equipment and tools used are insufficient or improper for securing the quality of work required,or the required rate of progress, the Contractor shall increase its efficiency and improve the quality of its work to comply with the Contract Documents and as is necessary to complete the Work within the Contract Times. 5.2 SEQUENCE OF WORK: A. The Contractor shall schedule the Work as set forth in the Contract Documents, and where shown, perform the Work in stages as indicated in the Contract Documents. B. The Contractor shall submit a Work sequence schedule/plan to the County for review prior to any construction activity. This Work sequencing, once approved, shall be reflected in the Construction/Progress Schedule.The Contractor shall take into consideration any special conditions, restrictions and allowances identified in the Contract Documents, when developing the sequence schedule and implementing the Work. C. Special conditions, restrictions and allowances may be required to minimize inconvenience to the general public and to expedite the restoration efforts. 5.3 TEMPORARY FACILITIES/STAGING AND STORAGE AREA(S): A. The Contractor shall provide adequate facilities at every stage of performing the Work. B. The types of facilities and utility services required for general temporary use at the Jobsite may include the following (other specific services may be required for specific construction methods or operations): 1) Water service(potable for certain uses). 2) Portable sanitary facilities. 3) Drainage and run-off control facilities. 4) Compressed air service. 5) Electric power service. C. In setting up temporary facilities,the Contractor shall: 1) Follow all applicable codes and ordinances that may govern the permitting and inspection by governing authorities in establishing the temporary facilities. 2) Comply with pollution and environmental protection regulations for the use of water and other services,and for the discharge of wastes and storm water drainage from the Work area. 3) Enforce strict discipline in the use of utility services. Limit availability to essential uses, so as to minimize waste. Do not allow the installations to be abused or endangered. 4) Provide adequate signs, fences, barricades, and flashing lights, and take all necessary precautions for the protection of the Work area and the safety of the public. D. Staging and Storage Areas: 1) The Contractor shall be responsible for locating,securing,and paying for staging and storage areas located outside of the County owned property and rights-of-ways. 2) The Contractor's attention is directed to the County requirements involving permitting for Earth Moving activities.(See Article 4—Pre-Construction Activities). Page 11 of 44 EXHIBIT B E. Storage of Materials: I) All materials,supplies and equipment, including the County supplied materials,supplies and equipment, intended for use in the Work shall be suitably stored by the Contractor at the Contractor's expense, to prevent damage from exposure to the elements of nature, mixture with foreign substances, vandalism or theft, or other cause. The Contractor shall take all precautions against any such damage occurrence, and shall be responsible for damage resulting there from. Delivered materials shall be stored in a manner recommended by the manufacturer or supplier and acceptable to the County before any payment will be made. 2) The County will refuse to accept, or sample for testing any materials, supplies or equipment that have been improperly stored or have become contaminated in any way. Materials found unfit for use shall not be incorporated in the Work and shall immediately be removed from the Jobsite. 3) All materials removed from the Jobsite for disposal as called for in the Contract Documents or directed by the County,shall be performed in a legal manner in conformance with all local, State,and Federal laws and regulations. 5.4 USE OF JOBSITE AND OTHER AREAS: A. The Contractor shall confine construction equipment,the storage of materials and equipment,and the operations of workers to the Jobsite and other areas permitted by laws and regulations, and shall not unreasonably encumber the Jobsite and other areas with construction equipment or other materials or equipment. The Contractor shall allow use of the Jobsite by other contractors,by the County,and by the public,as applicable. B. The Contractor shall keep the Jobsite free of rubbish and waste materials on a continual basis, and shall restore to their original condition those portions of the Jobsite disrupted by the construction. 5.5 MOBILIZATION: A. The Contractor shall mobilize as required for the proper performance and completion of the Work. 5.6 WORK HOURS: A. Regular working hours are defined as up to ten (I0) hours per day, Monday through Friday, beginning no earlier than 7:00 A.M. and ending no later than 7:00 P.M., excluding Saturdays, Sundays,and Holidays. B. Whenever the Contractor is performing any part of the Work, with the exception of equipment maintenance and cleanup,inspection of the Work will be required. C. Requests for approval by the County to work other than regular working hours must be submitted to the County at least 48 hours prior to any proposed weekend work or scheduled extended workweek hours. D. Periodic unscheduled work hours on weekdays will be permitted provided that two hours notice is provided to the County. Maintenance and cleanup may be performed during hours other than regular working hours. 5.7 REIMBURSEMENTS TO THE COUNTY FOR UNSCHEDULED WORK HOURS: The Contractor shall reimburse the County for additional construction management and/or inspection costs incurred as a result of unscheduled work in excess of regular working hours. At the County's option, unscheduled work costs may either be deducted from the Contractor's monthly payment request or deducted from the Contractor's retainage prior to release of final payment. Construction management/inspection costs shall be as follows:Overtime and Saturday rates shall be at 1.5 times the prevailing staff rates;and Sunday and holiday rates will be at 2 times the prevailing staff rates. 5.8 PROGRESS MEETINGS: A. On days and at a location mutually agreed upon at the pre-construction conference, regular progress meetings shall be held at the Jobsite,at the County's designated office,or at the Contractor's project office,to review the progress of the Work,identify any utility issues and potential delays or problems, review any required project submittals, review progress payment applications, and discuss other issues that may arise. Page 12 of 44 EXHIBIT B 5.9 CONSTRUCTION/PROGRESS SCHEDULE: A. The Contractor shall adhere to the currently accepted Construction/Progress Schedule as it may be adjusted from time to time as provided below, and as may be further detailed in the Contract Documents. 1) Schedule adjustments with no change in Contract Times: The Contractor shall submit to the County for acceptance,proposed adjustments in the Construction/Progress Schedule that will not result in changing the Contract Times. Such adjustments, if accepted, shall be incorporated into a revised Progress Schedule which will be submitted with the Contractor's next progress payment application. 2) Proposed schedule adjustments with a change in Contract Times: Proposed changes to the Construction/Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article I I. Adjustments in Contract Times may only be modified by an IFCA or Contract Amendment. 5.10 AS-BUILT DOCUMENTS: A. The Contractor shall maintain in a safe place at the Jobsite one record set of Conformed Contract Documents, IFCAs, Contract Amendments, and written interpretations and clarifications in good order and annotated to show changes made during construction. B. All approved shop drawings,product data sheets,and samples,are to be made available to the County at all times during the progress of the Work. C. During the progress of the Work, the Contractor shall maintain accurate daily written records of the Work performed and conditions of the Work. D. The record set of Construction Plans/Drawings, which will become the"as-built"drawings,shall be "red-lined" by the Contractor to show all changes in the Work, including approved materials and equipment changes and approved changes in horizontal and vertical alignments made during the course of the Work. All locations and dimensions shall be referenced by two (2) point swing-ties taken from permanent, readily identifiable reference points, such as building walls and corners, columns, utility poles, hydrants, valves, etc. All depths or elevations are to be taken from finished floors,finished grades,or from permanent bench marks shown on the Construction Plans/Drawings. E. Prior to approval of the Contractor's monthly payment applications, the County shall review the as- built drawings to ensure that they are up-to-date, and accurate. The County may withhold progress payments should the review reveal that the as-built drawings have not been properly maintained. F. Upon completion of the Work,and as a pre-requisite to Final Completion and Acceptance, these as- built drawings shall be delivered in good condition to the County. G. The Contractor shall be held responsible for the accuracy of the as-built drawings,and shall bear any costs incurred in finding utilities or other concealed or buried Work items,as a result of incorrect data furnished by the Contractor. The review of the as-built drawings by the County does not relieve the Contractor from obligations under the Contract,and for providing the necessary information on Work completed for the Engineer/Architect of Record's certification. 5.11 PERMITS,LICENSES,TAXES,AND LAWS AND REGULATIONS: A. Unless otherwise provided in the Contract, the Contractor shall obtain and pay for all necessary permits and licenses required by Federal, State,and local agencies having jurisdiction over the Work, prior to the start of construction.The Contractor shall adhere to the permit conditions provided in the permits issued by all such agencies,and shall post all permits in a conspicuous location at the Jobsite. B. The Contractor shall pay all sales, consumer, use and other similar taxes required by the laws and regulations of the place where the Work is performed. C. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations related to the Work. Page 13 of 44 EXHIBIT B 5.12 WORK WITHIN THE COUNTY/STATE RIGHTS-OF-WAYS: A. The Contractor shall refer to the latest revised editions of the Sarasota County Mobility standards,and the Florida Department of Transportation specifications and regulations for all work within the County and State rights-of-ways. B. Contractor shall apply for, pay, and obtain the necessary city, County, and State Right-of-Way Permit(s)prior to the start of any Work within a public right-of-way. C. All private and public right-of ways,which are used or affected by the Work,will be maintained and preserved from damage during the Contractor's operations and restored to their original or better condition upon completion or cessation of Work. 5.13 OPEN EXCAVATIONS: A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs,lights and other means to prevent accidents to persons,and damage to property. B. The Contractor shall comply with all provisions of the Florida Trench Safety Act.the Contractor shall comply with ail OSHA regulations referenced in the Florida Trench Safety Act,and applicable to the construction of the Work. C. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by vehicles,pedestrians and workmen. D. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the County may require special construction procedures such as limiting the length of open trench and prohibiting stacking excavated material in the street. E. Access to driveways must be maintained and, if disturbed or damaged, restored as soon as practical by the Contractor. F. The maximum length of open trench shall be forty (40) feet at any one time. Trenches shall not remain open overnight. G. The Contractor shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be barricaded and well lighted at all times when construction is not in progress. H. All costs in connection with open excavations shall be included in the Unit Price and/or Lump Sum prices. 5.14 EROSION CONTROL: A. The Contractor shall develop and maintain a plan to control erosion at the Jobsite,and submit the plan to the County for approval prior to the start of construction. The plan shall incorporate best management practices in the use of erosion control methods, be complete and in place prior to the start of construction in accordance with the Contract Documents,and as directed by the County. B. The Contractor shall not commence clearing,grubbing,grading,or other construction activities which may cause erosion until the erosion control plan is in place,and approved by the County. C. Where certain thresholds are met relative to the amount of area disturbed by the Work, a National Pollutant Discharge Elimination System (NPDES) permit will be required to be obtained by the Contractor,in accordance with the Contract Documents. D. The Contractor shall regularly inspect, maintain, and repair or replace damaged components of the erosion control system. The Contractor shall maintain the erosion control system until final acceptance,and thereafter,remove the temporary erosion and sediment control system promptly. 5.15 MAINTENANCE OF TRAFFIC(MOT): A. The Contractor shall be responsible for the design,submittal, and approval by the proper reviewing agencies, of maintenance of traffic (MOT) plans for each stage of the Work. It will be the Contractor's responsibility to set up and maintain the MOT according to State and local transportation agency regulations. All MOT work shall conform to the requirements of the Sarasota County Mobility standards. Page 14 of 44 EXHIBIT B B. The Contractor's work under this section includes preparing, constructing, and maintaining of approved ingress and egress features at the temporary storage/staging facility to reduce/eliminate tracking of mud,silt,and dust onto public and private residential streets. C. The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work, and to insure the protection of persons and property,in a manner satisfactory to the County. D. The Contractor may not begin work until the maintenance of traffic (MOT) plan is approved in writing by Sarasota County Mobility. Any modification to the MOT plan requires Sarasota County Mobility written approval. E. All spills caused by the Contractor's operation will be cleaned up immediately. F. All public and private streets affected by the Contractor's hauling operations,shall be cleared of dust, debris,and minor drippings at the end of each work day. G. Unless otherwise provided in the Bid Form, all costs in connection with the maintenance of traffic work shall be included in the Unit Price and/or Lump Sum prices. 5.16 SUBSURFACE AND PHYSICAL CONDITIONS: A. Geotechnical Reports and Soil Borings: Technical data,such as reports and explorations and tests of subsurface conditions at or contiguous to the Jobsite are included,if applicable,in the Contract Docu- ments,and were used by the Engineer/Architect of Record in preparing the Construction Drawings. B. Limited Reliance by the Contractor on Technical Data: The Contractor may rely upon the general accuracy of the technical data contained in such reports. Except for such reliance on such technical data, the Contractor may not rely upon or make any claim against the County or the Engineer/Architect of Record,or any of their representatives or agents with respect to: I) The completeness of such reports for the Contractor's purposes, including,but not limited to, any aspects of the means,methods,techniques,sequences,and procedures of construction to be employed by the Contractor,and safety precautions and programs incident thereto;or 2) Other data,interpretations,opinions,and information contained in such reports;or 3) Any Contractor interpretation of or conclusion drawn from any technical data or any such other data,interpretations,opinions,or information. C. Differing Subsurface or Physical Conditions: I) Immediately upon discovery by the Contractor of substantially differing subsurface and physical conditions than those shown in the Contract Documents,or unusual from conditions normally expected at Jobsites of this type,the Contractor shall promptly notify the County to obtain a determination on how to proceed with the Work. Except in an emergency, the Contractor shall not further disturb the Jobsite until the County investigates the conditions, provides further testing where required, resolves the issue, and directs the Contractor to proceed with the Work. 2) Should the County determine the conditions differ materially and increase or decrease the Contractor's costs or time in the performance of the Work,and upon approval of the County, an IFCA or Contract Amendment will be prepared in accordance with the Contract. 3) If the County determines that the conditions are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the County shall promptly notify the Contractor in writing,stating the reasons therefore. 4) In such cases, the Contractor shall move to another area of the Work until the issue is resolved. 5.17 EXISTING UNDERGROUND FACILITIES: A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Jobsite is based on information and data furnished to the County or the Engineer/Architect of Record by the owners of such underground facilities, including the County, or by others. The County and the Engineer/Architect of Record shall not be responsible for the accuracy or completeness of any such information or data. Page 15 of 44 EXHIBIT B B. The Contractor shall be responsible to maintain water, telephone, electric,cable TV, sewer, gas and other related utility services throughout the construction of the Work at no additional cost to the t County. C. The Contractor shall fully cooperate with all private and public utilities during the installation of their new facilities, or repair or relocation of their existing facilities. The Contractor shall coordinate his work accordingly and shall have no claim except for time extension for delays associated with the proposed utility improvements. D. The Contractor shall be fully responsible for providing all temporary piping, electrical hook-ups, lighting,temporary structures,or whatever is required to maintain the existing utility systems. E. The cost of all of the following will be included in the Contract Price and the Contractor shall have full responsibility for 1) Reviewing and checking all such Underground Facilities information and data. 2) Locating all Underground Facilities shown or indicated in the Contract Documents. 3) Coordination of the Work and cooperating with the owners of such Underground Facilities, including the County,during construction. 4) The safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. F. If an Underground Facility is uncovered or revealed at or contiguous to the Jobsite which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, or not field located by the utility owner(s) with the accuracy required by Sunshine State One Call of Florida, the Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency), identify the owner of such Underground Facility and give notice to that owner of the facility,and to the County. I) The County will promptly review the Underground Facility and determine the extent,if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time,the Contractor shall be responsible for the safety and protection of such Underground Facility. 2) If the County concludes that the conflict can be avoided with a minor modification of the Work,the County will require a Field Adjustment,instructing the Contractor how to proceed with the Work,and document the event. 3) If the County concludes that a change in the Contract Documents is required, an IFCA or Contract Amendment will be issued to reflect and document the event and the required adjustments to the Work. Following consultation with the utility owner, either the utility owner will relocate the existing Underground Facility, or an IFCA or Contract Amendment will be issued to the Contractor for the relocation of the existing utility. 4) An equitable adjustment shall be made in the Contract Times,to the extent attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents or field locates. G. In order to comply with Chapter 556 of the Florida Statutes, the Contractor is responsible for contacting Sunshine State One Call of Florida (SSOCOF) @ 811, or 1-800-432-4770, to request a locate ticket so that SSOCOF members that own or operate underground facilities can locate and mark their underground facilities at and adjacent to the Jobsite. This requirement includes all operations such as demolition, grading, dredging, ditching, drilling, boring, cable plowing or other such activities.Notification requirements are as follows: 1) The Contractor must notify SSOCOF a minimum of two (2) full business days, excluding Saturdays,Sundays and legal holidays,prior to excavating. Day one begins the day after the call is made. 2) If the Contractor's dig site is in an area that is underwater, the Contractor must call ten (10) full business days before digging. Page 16 of 44 EXHIBIT B 5.18 QUALITY CONTROL: A. The Contractor shall establish and maintain appropriate quality control for the Work.The Contractor shall record any problems in complying with laws, regulations and ordinances,and corrective actions taken. Any problems with the Work shall be reported to the County immediately, followed by written notification of the occurrence of the incidences. B. The Contractor shall not deviate from the approved Project permits,Construction Plans/Drawings and Technical Specifications, without specific authorization from the County. In the event that the Contractor determines modifications are required, the Contractor shall prepare and submit a written request to the County including an explanation of the problem and justification for the suggested modification. C. The Contractor shall establish and maintain the Contractor's own quality control program for the Work. D. Cutting and Patching: The Contractor shall do all cutting, fitting,and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. The Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of the County and the others whose work will be affected. 5.19 MATERIALS,EQUIPMENT,AND WORKMANSHIP: A. Unless otherwise stated in the Contract Documents, all workmanship, materials, and articles incorporated in the Work shall be of good quality and new and of the most suitable grade of their respective kinds for the purpose and shall be acceptable to the County. The County shall decide the question of quality where the terms, "or equal", "approved equal" or"equivalent", are used in the Technical Specifications following reference to a specific manufacturer of equipment or materials. When and to the extent required by the Technical Specifications or by the County for review, the Contractor shall provide full information, including reports and tests, concerning the materials, equipment, or methods of work which the Contractor contemplates incorporating in the Work. Samples of materials shall be submitted for review where required. Materials and equipment installed or used,or unusual methods of work used without such review may be rejected without liability to the County. B. Defective Material,Equipment,or Work: 1) When any material or equipment not conforming to the requirements of the Contract Documents has been delivered to the Jobsite, or incorporated in the Work, or whenever any Work performed does not conform to the Contract Documents or is of inferior and unacceptable quality,then such material,equipment,or work shall be deemed to be defective. All such defective materials, equipment, or Work shall be corrected, removed, replaced or made satisfactory to the County at no additional cost to the County. 2) The Contractor shall not be entitled to an extension of the Contract Time for correcting or removing and replacing defective Work. C. All materials, equipment, and installation shall be applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the manufacturer or applicable supplier,except as otherwise may be provided in the Contract Documents. D. Special Warranties and Guaranties: All special warranties and guaranties required by the Technical Specifications shall expressly run to the benefit of the County. 5.20 INSPECTION AND TESTING OF MATERIALS AND EQUIPMENT: A. Unless otherwise provided in the Bid Form,all testing shall be at the expense of the Contractor. B. The Contractor shall employ and pay for the services of an independent testing laboratory approved by the County,to perform all inspections and tests required by the Contract Documents. C. The Contractor shall arrange for all such testing,and give the County timely notice of the readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Page 17 of 44 EXHIBIT B D. The Contractor shall pay for all factory tests required on equipment and materials. Copies of test results or where acceptable, certifications of compliance on equipment and materials made at the factory or manufacturing plant, shall be furnished to the County. Test reports on equipment shall be reviewed by the County before the equipment covered by the tests is delivered to the Jobsite. Test requirements are set out in the detailed Technical Specifications for the particular equipment and materials. E. If laws or regulations of any public body having jurisdiction require any portion of the Work specifically to be inspected,tested,or approved by an employee or other representative of such public body, the Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish the County the required certificates of inspection or approvals. F. Copies of all test results shall be provided to the County as soon as they are available. G. Uncovering Work: 1) If any Work required to be inspected,tested,or approved,is covered prior to such inspection, testing, or approval without written concurrence of the County, it must, if requested by the County, be uncovered for the County's inspection, testing,and approval,and replaced at the Contractor's expense. 2) If, after written concurrence by the County to cover the Work, the County considers it necessary or advisable that the covered Work be observed, inspected,or tested by others, the Contractor, at the County's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as the County may require, that portion of the Work in question,furnishing all necessary labor,tools,material,and equipment. 3) If it is found that the uncovered Work is defective, the Contractor shall pay all costs arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory repairing, replacing, or reconstructing the defective Work, including but not limited to all costs of repair or replacement of work of others. 4) If it is found that the uncovered Work previously consented in writing by the County to be covered,is not found to be defective,the Contractor shall submit a Claim to the County for an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. H. Correction or Removal and Replacement of Defective Work: Within seven (7)days of issuance of a written notice of defective Work by the County, the Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by the County, remove it from the Jobsite and replace it with Work that is not defective. The Contractor shall pay all costs arising out of or relating to such correction or removal and replacement, including but not limited to all costs of repair or replacement of work of others,caused by the defective Work. 5.21 SANITARY REGULATIONS: Adequate sanitary facilities for the use of persons employed in the Work, properly secluded from public observations,shall be provided and maintained by the Contractor in such a manner and at such points as shall be approved by the County. These facilities shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the Work,they shall be removed from the Jobsite,leaving it clean and free from nuisance. 5.22 SAFETY AND HEALTH REGULATIONS/PROTECTION OF PROPERTY: A. The Contractor shall comply with, and ensure that the Contractor's personnel and subcontracted personnel comply with all current applicable local, State and Federal policies,regulations, laws, and standards relating to safety and health, including the Occupational Safety and Health Administration (OSHA) for the General Industry(29 CFR 1910) and for the Construction Industry(29 CFR 1926). The Contractor shall follow the Federal Environmental Protection Agency Standards and Florida Trench and Safety Act under Florida Statutes Section 553.60-553.64. The Contractor shall observe, follow and comply with all OSHA permitting instructions and regulations for Confined Space Entry, 29 CFR 1910.146 as related to the project.These forms can be obtained electronically from OSHA's website. The Contractor shall post all required OSHA notices at the Jobsite. Page 18 of 44 EXHIBIT B B. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or Ioss to: 1) All persons on the Jobsite or who may be affected by the Work. 2) All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Jobsite. 3) Other property at the Jobsite or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of the Work. C. The Contractor shall comply with all applicable laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when execution of the Work may affect them,and shall cooperate with them in the protection, removal, relocation, and replacement of their property. D. All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be promptly remedied by the Contractor. E The Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed, and the County has issued the Final Completion and Acceptance Certificate. 5.23 HAZARDOUS ENVIRONMENTAL CONDITIONS: A. If the Contractor encounters a hazardous environmental condition or if the Contractor or anyone for whom the Contractor is responsible creates a hazardous environmental condition,the Contractor shall immediately: 1) Secure or otherwise isolate such condition. 2) Stop all Work in connection with such condition and in any area affected thereby except in an emergency. 3) Notify the County promptly and thereafter within 48 hours in writing confirming such notice. 4) The County shall promptly determine the necessity for the County to retain a qualified expert to evaluate such condition or take corrective action,if any. B. In such cases where a hazardous environmental condition is discovered,the Contractor shall move to another area of the Work until the issue is resolved. C. The Contractor shall not resume Work in connection with such condition or in any affected area until after the County has obtained any required permits or clearances related thereto and delivered to the Contractor written notice: 1) Specifying that such condition and any affected area is or has been rendered safe for the resumption of the Work;or 2) Specifying any special conditions under which such Work may be resumed safely. 3) The County shall prepare an IFCA for an adjustment in Contract Times, as a result of such delay,and stipulate any special conditions under which Work is agreed to be resumed by the Contractor. D. Contractor shall not be responsible for any hazardous environmental condition uncovered or revealed at the Jobsite which was not shown, indicated, or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a hazardous environmental condition created with any materials brought to the Jobsite by Contractor, Subcontractors,suppliers,or anyone else for whom Contractor is responsible. 5.24 SALVAGED EQUIPMENT AND MATERIALS: A. Unless otherwise directed by the County,salvaged materials,equipment or supplies are the property of the County and shall be kept clean and properly stored as directed by the County. Page 19 of 44 EXHIBIT B B. Should the County choose to not accept these materials they shall be removed from the Project site by the Contractor as soon as practical. C. All materials excavated by the Contractor and suitable for fill shall be stockpiled and used by the Contractor as fill material for the Work. Excess suitable fill material not required for the Work shall remain the property of the County and shall be transported by the Contractor within a 5 mile radius and unloaded at a location determined by the County at no additional cost. D. All materials excavated by the Contractor and not suitable for fill, and material not required by the County shall be hauled and be properly disposed of by the Contractor at no additional expense to the County. 5.25 CLEAN-UP AND DISPOSAL: A. Cleanup and restoration shall be accomplished on a continuing basis throughout the performance of the Work, and in such a manner as to maintain a minimum of nuisance and interference to the County,residents and workers at or adjacent to the Jobsite. B. Removal of Debris during Performance of the Work: During the progress of the Work,the Contractor shall keep the Jobsite and other areas free from accumulations of construction debris,waste materials, rubbish, and other debris. The Contractor shall, within a reasonable time, dispose of all residues resulting from the Work, and shall remove and properly dispose of any surplus excavation, broken pavement, concrete, brick, lumber, and other construction materials, and any refuse as these items accumulate. C. Removal and disposal of such construction debris, waste materials, rubbish, and other debris shall conform to applicable laws and regulations. D. Removal of Temporary Facilities: At the time the need for temporary structures or temporary utility services or a substantial portion thereof has ended, or when the temporary structures and services have been replaced by permanent Work, and not later than the time of substantial completion, the Contractor shall promptly remove the installations. The Contractor shall complete and restore work, which may have been delayed or affected by the installation and use of the temporary facilities, including any required repairs,grading,restoration,and cleaning of exposed surfaces,and replace any work damaged beyond acceptable restoration. E. Final Clean-up: Prior to Final Completion and Acceptance of the Work,the Contractor shall clean the Jobsite and the Work and make it ready for utilization by the County. At the completion of the Work, the Contractor shall remove from the Jobsite all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better, all property not designated for alteration by the Contract Documents. 6.0 COUNTY'S RIGHTS 6.1 COUNTY ACCESS TO WORK: The County, including its authorized representatives and agents, and governmental agency representatives with jurisdictional interests, shall at all times have access to the Work wherever it is in preparation or progress,and may visit the Jobsite and observe the Work to ensure compliance with the Contract. The Contractor shall provide the County and its agents proper and safe conditions for such access and advise them of the Contractor's Jobsite safety procedures and programs so that they may comply. 6.2 COUNTY MAY STOP WORK: A. If the Contractor's work is repeatedly defective, or the Contractor fails to supply sufficient skilled workers or suitable materials or equipment to complete the Work, or fails to correct a safety issue brought to the Contractor's attention,or fails or neglects to perform the Work in such a way that the completed Work will not meet the Contract Time requirements, or violates in a substantial way any provisions of the Contract,the County,may issue a written order to the Contractor to stop the Work, or any portion thereof,until the cause for such order has been eliminated. Page 20 of 44 EXHIBIT B B. The County may terminate payments to the Contractor for those portions of the Work affected by a stop work order. C. The Contractor,upon receipt of a stop work order,shall,after securing the Jobsite,immediately cease work, and shall not be entitled to a Change in Contract Price or Contract Times as a result of such order. D. The Contractor may be allowed to resume work following the submission and acceptance of a work plan addressing the cause of the stop work order,and provided that the corrective work is carried out within seven(7)days of resuming work. 6.3 COUNTY MAY CORRECT DEFECTIVE WORK: A. The County may, without prejudice to other remedies the County may have, issue a stop work order to the Contractor for failure or neglect to carry out the provisions of the Contract as noted above, and after seven (7) days written notice to the Contractor, proceed to correct or remedy any such deficiencies either by its own forces or through the services of another contractor. B. In such case,an appropriate IFCA or Contract Amendment shall be issued deducting from payments then or thereafter due the Contractor the reasonable costs of correcting such deficiencies, including the County's expenses for additional services made necessary by such default,neglect,or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor,or Surety,shall pay the difference to the County. C. The Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by the County of the County's rights and remedies under the Contract. 6.4 RIGHT TO RETAIN DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, the County finds and decides that any part or portion of the imperfect work is not of sufficient magnitude or importance as to make the Work dangerous or undesirable, or if the removal of such Work would create conditions which are dangerous or undesirable,and the County prefers to accept the defective Work or portions thereof,the County may do so.Any portion of work not so accepted by the County shall be removed and replaced as required by the Contract Documents. The Contractor shall be responsible for all attributable costs of the County's evaluation of and determination to accept such defective Work as well as the diminished value of the Work to the extent not otherwise due to the Contractor. B. If any such acceptance of defective Work occurs prior to final payment, an IFCA may be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and the County shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted, and the cost of evaluating the defective Work for acceptance. If the acceptance occurs after final payment,the appropriate costs will be paid by the Contractor,or Surety, to the County. C. Such retention of a portion of the Work that would be considered defective shall not constitute a waiver by the County of the Contractor's remaining obligations under the Contract. 6.5 COUNTY MAY SUSPEND WORK: A. The County may,at any time and without cause,suspend the work or any portion thereof for a period of not more than ninety (90) consecutive days by notice in writing to the Contractor. Such Notice shall fix the date on which the Work shall be resumed. The Contractor shall resume the Work on the date so fixed. The Contractor may request an increase in Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if a timely Claim is made pursuant to the Contract. Page 21 of 44 EXHIBIT B 6.6 COUNTY MAY TERMINATE FOR CAUSE: A. The occurrence of any one or more of the following events will justify termination for cause: 1) The Contractor's persistent failure to perform the Work in accordance with the Contract Documents including,but not limited to,failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the approved Construction/Progress Schedule,adjusted from time to time pursuant to the Contract Documents. 2) The Contractor's disregard of laws or regulations of any public body having jurisdiction. 3) The Contractor's disregard of the authority of the County's authorized agents. 4) The Contractor's failure to repair or remove and replace defective materials or Work. 5) The Contractor's violation in any substantial way of any provisions of the Contract. B. If one or more of the events identified above occur, the County may,after giving the Contractor and Surety seven(7)days written notice of its intent to terminate the services of the Contractor 1) Exclude the Contractor from the Jobsite,and take possession of the Work and of all the Contractor's tools,appliances,construction equipment,and machinery at the Jobsite,and use the same to the full extent they could be used by the Contractor(without liability to the Contractor for trespass or conversion), 2) Incorporate in the unfinished Work all materials and equipment stored at the Jobsite or elsewhere for which the County has paid the Contractor,and 3) Complete the Work as the County may deem expedient. C. If the County proceeds as provided above,the Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price(Iess any unused Allowance balances),exceeds all claims,costs,losses,and damages sustained by the County arising out of or relating to completing the Work,such excess will be paid to the Contractor. If such claims,costs,losses,and damages exceed such unpaid balance,the Contractor or Surety shall pay the difference to the County.When exercising any rights or remedies allowed under the Contract,the County shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding the above,the Contractor's services will not be terminated if the Contractor begins within seven(7)days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure all such noted failures within no more than thirty(30)days of receipt of said notice. E. Where the Contractor's services have been so terminated by the County, the termination will not affect any rights or remedies of the County against the Contractor then existing or which may thereaf- ter accrue.Any retainage or payment of moneys due the Contractor by the County will not release the Contractor from Iiability under the Contract. F. In the case of termination of the Contract for any cause before completion,the Contractor,if notified to do so by the County,shall promptly remove any part or all of the Contractor's equipment and supplies at the expense of the Contractor. 6.7 COUNTY MAY TERMINATE FOR CONVENIENCE: A. Upon seven (7) days written notice to the Contractor, the County may, without cause and without prejudice to any other right or remedy of the County, terminate the Contract for the County's convenience. In such case, the Contractor shall, upon properly securing the Jobsite, be paid for (without duplication of any items): I) Completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination. Page 22 of 44 EXHIBIT B 2) Documented expenses sustained prior to the effective date of termination in performing services and furnishing labor,materials,or equipment as required by the Contract Documents in connection with uncompleted Work. 3) Documented claims,costs,losses,and damages incurred in settlement of terminated contracts with subcontractors,suppliers,and others. 4) Reasonable expenses directly attributable to termination. B. The Contractor shall not be paid on account of loss of anticipated profits or revenue for Work not completed by the Contractor, or for other economic losses arising out of or resulting from such termination. 6.8 PARTIAL UTILIZATION: A. Prior to Substantial Completion of all the Work, the County may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which the County and the Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the County for its intended purpose without significant interference with the Contractor's performance of the remainder of the Work,subject to the following conditions: 1) The County at any time may request the Contractor in writing to permit the County to use or occupy any such part of the Work which the County believes to be ready for its intended use and substantially complete. If and when the Contractor agrees that such part of the Work is substantially complete,the Contractor will certify to the County that such part of the Work is substantially complete and request the County to inspect that portion of the Work,and issue, with the County's approval,a certificate of Substantial Completion for that part of the Work. 2) The Contractor at any time may notify the County in writing that the Contractor certifies any such part of the Work ready for its intended use and substantially complete and request the County to inspect that portion of the Work, and, with the County's approval, issue a certificate of Substantial Completion for that part of the Work. 3) Within a reasonable time after either such request,the County and the Contractor shall make an inspection of that part of the Work to determine its status of completion. If the County does not consider that part of the Work to be substantially complete, the County will notify the Contractor in writing giving the reasons therefore. If the County considers that part of the Work to be substantially complete, the County will prepare a Certification of Substantial Completion of that part of the Work, designating the date of the Substantial Completion, noting any work remaining to bring that portion of Work to final completion, and list the division of responsibilities between the County and the Contractor for partial utilization of the Work, including the start of any warranty period and the transfer of property insurance coverage,where applicable. 6.9 PROJECT AUDIT: A. Authorized representatives of the County, its agents, and governmental agency representatives with jurisdictional interests, shall have access to all books, documents, papers, and records of the Contractor specifically relating and directly pertinent to the Work for the purpose of conducting a project audit. B. The Contractor,its employees and agents including all Subcontractors,shall allow access to its records during normal business hours following sufficient notification. 7.0 CONTRACTOR'S RIGHTS AND RESPONSIBILITIES 7.I GENERAL: A. The Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. The Contractor shall strictly comply with all specifications,drawings and terms of the Contract. Page 23 of 44 EXHIBIT B B. The Contractor shall cooperate with the County during the progress of the Work,and coordinate with utility companies and the County's other contractors(when applicable), working at or in the vicinity of the Jobsite,to ensure continuous workflow while minimizing delays. C. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques,sequences,procedures,and coordination of all portions of the Work under the Contract. D. It is understood and agreed that the Contractor, by careful examination, is satisfied as to the nature and location of the Work, the conditions of the Jobsite, the character, quality and quantity of the materials to be employed, the character of equipment and facilities needed for the execution of the Work, the general and local conditions, and all other matters which can in any way affect the performance of the Work. E. The Contractor shall provide and assume full responsibility for all plant, materials,equipment,tools, labor,services,transportation, construction equipment and machinery, appliances, fuel,power, light, heat,telephone,water,sanitary facilities,temporary facilities,bonds and insurance policies,overhead, office, and all other costs and expenses of facilities and incidentals necessary for the performance, testing,start-up,and completion of the Work. F. The Contractor shall be responsible to the County for acts and omissions of the Contractor, the Contractor's employees, Subcontractors and their agents and employees,and other persons or entities performing portions of the Work for,or on behalf of,the Contractor or any of its Subcontractors. G. The Contractor shall be responsible for inspection of portions of work performed by others to determine that such portions are in proper condition to receive subsequent Work by the Contractor. The Contractor shall immediately notify the County if any such work is defective or unsuitable to accept the Work by the Contractor. 7.2 SUPERVISION AND SUPERINTENDENCY: A. The Contractor representative named in the Construction Contract, shall have full power and authority to act on the Contractor's behalf, in all matters dealing with the Contract. All communications and directions given to,received by,or received from the Contractor representative shall be binding on the Contractor. B. The Contractor shall assign a competent superintendent,who may be the Contractor's representative or authorized designee, who shall personally oversee and direct the Work on a daily basis. The superintendent will be the Contractor's representative on the Jobsite and shall have complete authority to act on behalf of the Contractor. All communications and directions given to,received by, or received from the superintendent shall be binding on the Contractor,unless otherwise conveyed to the County in writing. C. The Contractor shall assign other supervisory personnel as necessary to assure faithful prosecution and timely delivery of services pursuant to the requirements of the Contract. The Contractor shall notify the County in writing of the names and credentials of the superintendent and supervisory personnel at the pre-construction conference. D. The Contractor representative and superintendent shall be the points of contact for the County. E. The Contractor representative and superintendent shall not be changed except by written consent of the County, unless this person or persons cease to be employed by the Contractor. The Contractor shall provide written notice to the County of any such changes within two(2)working days. 7.3 SUBCONTRACTORS AND MATERIAL SUPPLIERS: A. The Contractor shall provide an initial list of proposed Subcontractors,including the portions of Work to be performed by each of the Subcontractors. The list of Subcontractors shall be finalized and submitted to the County at the pre-construction conference for approval.The list of material suppliers shall be developed through Shop Drawing reviews. B. If the County has reasonable objection to any Subcontractor or material supplier,whether identified in the Bid or subsequently, the Contractor shall submit an acceptable substitute without entitlement to any change in Contract Price. After acceptance by the County of any particular Subcontractor or Page 24 of 44 EXHIBIT B material supplier, the Contractor shall make no substitution without written approval of the County, which will not be unreasonably withheld. C. The Contractor is fully responsible to the County for the acts and omissions of its Subcontractors and material suppliers,and of persons either directly or indirectly employed by them. D. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor or materiaVequipment supplier and the County. E. Work performed for the Contractor by a Subcontractor, and materials and equipment provided by material/equipment suppliers will be pursuant to appropriate Contracts between the Contractor and the Subcontractor or supplier,which specifically binds the Subcontractor or supplier to the applicable terms and conditions of the Contract for the benefit of the County. 7.4 LABOR: A. The Contractor shall provide competent,suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. The Contractor shall at all times maintain good discipline and order at the Jobsite. B. The Contractor shall ensure that all key personnel, support personnel and other agents are fully qualified and capable to perform their assigned tasks. The County shall have the right to require the Contractor to remove personnel assigned at any level for their performance of the Work or conduct on the Jobsite. 7.5 REPORTING DISCREPANCIES: A. The Contractor's Review of Contract Documents Before Starting Work:Before undertaking each part of the Work,the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. The Contractor shall promptly report in writing to the County any conflict, error, ambiguity, or discrepancy which the Contractor { may discover and shall obtain a written interpretation or clarification from the County before proceeding with any Work affected thereby. B. The Contractor's Review of Contract Documents During Performance of Work If, during the performance of the Work, the Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any law or regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any manufacturer/supplier, the Contractor shall immediately report it verbally to the County and provide written,along with a fully detailed explanation,within 48 hours of discovery. The Contractor shall not proceed with the Work affected thereby (except in an emergency)until receiving a written interpretation or clarification from the County. 7,6 PROJECT LAYOUT: A. The Contractor is responsible for laying out the Work based on the reference points provided by the County, and shall protect and preserve the established reference points and any property monuments existing prior to the start of the Work. The Contractor shall make no changes or relocations to these reference points or property monuments without the prior written approval of the County. B. The Contractor shall report to the County whenever any reference point or property monument is lost or destroyed or requires relocation. If such relocation is necessary due to changes in grade or Work location, the County will be responsible for their removal and relocation. If the reference point or property monument is lost or destroyed as a result of the Contractor's operations,the Contractor shall be responsible for the accurate replacement or relocation of such reference point or property monument by a State of Florida Registered Professional Surveyor and Mapper. C. The Contractor shall furnish all labor, stakes, surveys, batter boards for structures, grade lines and other materials and supplies,as necessary and required for the Work,and shall set construction stakes and batter boards for establishing lines, position of structures, slopes and other controlling points necessary for the proper prosecution of the Work. Page 25 of 44 EXHIBIT B 7.7 COORDINATION WITH OTHER CONTRACTORS: The Contractor shall coordinate the Work with other contractors that may be working in the Project vicinity performing other work. 7.8 EMERGENCIES: In emergencies affecting the immediate safety or protection of persons or the Work or property at the Jobsite or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. The Contractor shall give the County prompt Notice if the Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused by or are required as a result of an emergency. 7.9 PATENT FEES AND ROYALTIES: The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design,process, product,or device which is the subject of patent rights or copyrights held by others. 7.10 SAFETY REPRESENTATIVE: The Contractor shall designate a qualified and experienced safety representative at the Jobsite whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 7.11 HAZARD COMMUNICATION PROGRAM: The Contractor shall be responsible for coordinating any exchange with the County of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employees at the Jobsite in accordance with laws or regulations. 7.12 RISK OF LOSS: Prior to the Final Completion and Acceptance of the Work by the County, risk of loss for the Work shall remain at the risk of the Contractor and said Contractor shall be required to repair, replace, renew and make good at the Contractor's own expense all damages caused by force or violence of the elements or any cause whatsoever, provided however, that in such cases the Contractor shall be entitled to a reasonable extension of time within which to complete the Work, unless the delay is due to the negligence,fault,or omission of the Contractor. 7.13 PROTECTION AND RESTORATION OF PUBLIC AND PRIVATE PROPERTY: A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor,or Subcontractors or agents,such property shall be restored by the Contractor, at the Contractor's expense, to its original or better condition to that existing before the damage was done, or the Contractor shall make good the damage in another manner acceptable to the County. B. Should any claim be made by any adjacent property owner or occupant because of the performance of the Work, the Contractor shall promptly settle with such owners or occupants by negotiation or otherwise resolve the claim. C. Along the location of the Work, all sidewalks, streets, driveways, mailboxes, walks, lawns, landscaped areas, bushes, trees, shrubbery, irrigation systems and other above and below ground physical features shall be protected by the Contractor, and where disturbed or damaged, promptly restored to their original or better condition by use of similar or comparable materials. Fences,walls, and other features removed by the Contractor shall be replaced as soon as conditions permit. All grassed areas,which have been damaged by the Contractor,shall be re-graded,and sodded or seeded and mulched as directed by the County. D. Trees close to the Work shall be boxed or otherwise protected against injury. The Contractor shall trim all branches and roots that are liable to damage because of the Contractor's operations,but in no case shall any tree be cut or removed without prior notification of the County. All injuries to bark, trunk, limbs and roots of trees shall be repaired by dressing, cutting, and painting according to approved methods, using only approved tools and materials. The Contractor shall abide by the County's Tree Protection Ordinance. E. The protection, removal, replacement, and restoration of existing physical features along the line of Work shall be a part of the Work under the Construction Contract. Final acceptance will not be Page 26 of 44 EXHIBIT B provided,and final payment will not be made until all public and private property has been restored to the satisfaction of the County. F. In case of failure on the part of the Contractor to promptly restore damaged property, or make good such damage or injury, the County may, after providing seven (7) days written notice to the Contractor,proceed to repair, rebuild or otherwise restore such property and the cost thereof will be deducted from any monies due or which may become due the Contractor under the Contract. G. Weather Conditions: Sarasota County is subject to severe weather conditions such as hurricanes, tropical storms, tornadoes, strong winds, heavy rains, lightning, and the like. It is the Contractor's responsibility at all times to: (1) monitor current and developing weather conditions; (2) to develop and implement appropriate contingency plans to ensure proper storage of materials, supplies, and equipment,and(3)to secure the Project site so as to not endanger public health and safety, or public and private property. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work, as required by the Contract Documents and all laws, codes, and standards. Contractor shall take all necessary precautions for the safety of, and protection to prevent damage,injury or loss to: 1) Persons on and adjacent to the Site. 2) The Work,including materials,supplies,and equipment incorporated therein. 3) Public and private property adjacent to the Site. 7.14 PROTECTION OF ENVIRONMENTAL RESOURCES: The Contractor shall comply with all applicable Federal,State,and local environmental laws and regulations.The environmental resources within and adjacent to the Jobsite(not impacted by permit),shall be protected during the entire period of the Work. The Contractor shall confine activities to areas defined by the Contract Documents. 7.15 PROTECTION OF HISTORIC AND ARCHEOLOGICAL RESOURCES: A. If historic or archeological resources are encountered during the Contractor's operations, the Contractor shall notify the County immediately, stop Work in the area until directed to restart, and proceed as directed below. B. The Contractor shall comply with Sarasota County Ordinance #2004-073 and with the Historic Preservation chapter of Apoxsee:The Revised and Updated Sarasota County Comprehensive Plan. C. According to Florida Statutes Chapter 872,it is unlawful to disturb,vandalize,or damage a human burial. D. In such cases,the Contractor shall move to another area of the Work until the issue is resolved. 8.0 COUNTY'S RESPONSIBILITIES AND DUTIES 8.1 STATUS OF THE CONSTRUCTION PROJECT MANAGER: The Construction Project Manager shall be the authorized County representative with specific responsibilities and duties as defined by the County for management of specified portions of the Contract. 8.2 REVIEW AND APPROVAL OF THE WORK: The Contractor's Work shall at all times be subject to the review,testing and approval of the County or authorized designee(s).The County shall decide any and all questions which may arise as to the quality and acceptability of the materials and equipment furnished, the Work performed, the rate of progress of Work, the conditions of the Jobsite, the maintenance of schedules, the interpretation of the Contract Documents through the County's Administrative Agent, and all questions as to the acceptable performance of the Contractor relative to the requirements of the Contract Documents. 8.3 RESOLUTION OF DISCREPANCIES: In case of differences discovered and reported by the Contractor between the Construction Plans/Drawings and Technical Specifications, the County, through the Administrative Agent,shall make a determination whether the Construction Plans/Drawings or Technical Specifications represent the intent of the Contract, and such determination shall be communicated to the Contractor in writing. Should the County discover a discrepancy between the Construction Plans/Drawings and Technical Specifications,a written determination shall be provided to the Contractor. Page 27 of 44 EXHIBIT B 8.4 RECOMMENDATION OF PROGRESS PAYMENTS: A. The County will evaluate the Contractor's payment application and if in agreement, will sign the application indicating the County's recommendation to pay the amounts shown. B. Should the County disagree with any item of Work shown on the application, the County will promptly return it to the Contractor for correction and re-submittal. C. Should the Contractor disagree with the County's determination of Work completed and monies due, the Contractor may request approval of the Work items that are not in question by resubmitting the payment application and file a timely Claim in reference to items of disagreement. In such a case,the County shall recommend approval of the resubmitted payment application for only those items of Work recommended for payment. 8.5 INSPECTION AND EXAMINATION OF THE WORK: A. The County and/or authorized designee(s),shall have free access to the Work of the Contractor at any time for purposes of inspection and testing, and shall be reasonably assisted by the Contractor in conducting such inspections and testing of the Work performed and the nature of same. Such assistance of the Contractor shall,if necessary,include the uncovering,testing or removal of portions of finished Work. B. The County will not supervise, direct, control, or have authority over or be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of the Contractor to comply with laws and regulations applicable to the performance of the Work. C. All materials and equipment shall be subject to inspection,examination and testing by the County at any time during manufacture, and at places where manufacturing of the materials and equipment is taking place.The County may reject defective materials and equipment during manufacture or before or after they have been incorporated into the Work. If the Contractor fails to replace defective Work or rejected materials and equipment,the County may replace such materials and equipment or correct such defective Work and charge the cost thereof to the Contractor. D. No final inspection, acceptance of Work, materials or equipment or final or interim acceptance of same by the County or certification of the Engineer/Architect of Record shall relieve the obligation of the Contractor to the County to do the Work in a good,workmanlike manner,and to furnish proper, specified equipment and materials, and to perform properly all tennis and any obligations of the Contract. 8.6 PROJECT REPRESENTATIVE/INSPECTOR: The Construction Project Manager's duly authorized on- site Project Representative (PR), or the County's duly authorized Inspector may be assigned to the Project,or any part thereof,at any time.The presence or absence of the RPR/Inspector does not lessen the responsibility of the Contractor to perform the Work in accordance with the Contract Documents. In case of dispute between the Contractor and the PR/Inspector as to materials furnished, or the manner and method of performing the Work, the PR/Inspector has authority to reject materials or Work, and to stop the Work until the issue can be referred to,and decided by the County.The PR/Inspector is not authorized to revoke, alter, enlarge, relax, release, or amend any of the Contract requirements, nor to issue any instructions on,nor to approve or accept any portion of the Work,or materials,or equipment;nor are any of his/her actions,authorized or unauthorized,to be so construed. 8.7 RIGHT TO REJECT DEFECTIVE WORK: A. The County has the authority to reject Work which the County believes to be defective, or that the County believes will not produce a completed Work that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Work as a functioning whole as indicated by the Contract Documents. The County also has authority to require special inspection or testing of the Work,whether or not the Work is fabricated,installed,or completed. B. Prompt notice of all defective Work of which the County has actual knowledge will be given to the Contractor. Page 28 of 44 EXHIBIT B 8.8 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES: A. The Contractor shall submit Shop Drawings, product data sheets, and samples to the County for review and acceptance in accordance with the approved Schedule of Submittals. 1) Shop Drawings: Submit number of copies specified in the Contract Documents. The Shop Drawings will be complete with respect to quantities,dimensions,specified performance and design criteria,materials, and similar data to show the services,materials,and equipment the Contractor proposes to provide and to enable review of the information as required for approval. 2) Product Data: Submit number of product data sheets specified in the Contract Documents. The data sheets shall include standard printed information on materials, products, and systems not custom prepared, from which selections can be designated by the Contractor. Information shall include product dimensions, tolerances, manufacturer's recommendations for application and use,compliance with standards,and other information indicating that the material,product,or system meets or exceeds the Technical Specifications requirements. 3) Samples: Submit number of samples specified in the Contract Documents. Clearly identify each sample as to material, supplier, pertinent data such as catalog numbers, the use for which intended and other data as the Engineer/Architect of Record may require, enabling review of the information as required for approval. B. Where a Shop Drawing,product data sheet, or sample is required by the Contract Documents or the Schedule of Submittals, any related Work shall not be performed by the Contractor until the review and approval process of the pertinent submittal is complete. Shop Drawings,product data sheets,and samples submittals will be at the sole expense and responsibility of the Contractor. C. The Engineer/Architect of Record will review,or take other appropriate action on submittals only for the limited purpose of checking for conformance with the information provided to the requirements of the Contract Documents. The Contractor shall be responsible for the adequacy of the performance of the materials and equipment submitted. D. Submittal Procedures: 1) Before submitting each Shop Drawing, product data sheet, and sample, the Contractor shall have determined and verified: a. All field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto. b. The suitability of all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work. c. All information relative to the Contractor's responsibilities for means,methods,tech- niques, sequences, and procedures of construction, and safety precautions and programs incident thereto. d. The review and coordination of each Shop Drawing, product data sheet, or sample with other Shop Drawings, product data sheets, and samples and with the requirements of the Work and the Contract Documents. 2) Each submittal shall bear a stamp or specific written certification that the Contractor has satisfied its obligations under the Contract Documents with respect to the Contractor's review and approval of that submittal. 3) With each submittal, the Contractor shall give the County specific written notice of any variations, that the Shop Drawing, product data,or sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing, product data sheet, or sample submittal; and, in addition, by a specific notation made on each Shop Drawing,product data sheet, or sample submitted to the County for each such variation. E. Re-submittals: The Contractor shall make corrections required and shall return the required number of corrected copies of Shop Drawings and product data; and submit, as required, new samples for review and approval. The Contractor shall direct specific attention in writing to revisions other than the corrections called for on previous submittals. Page 29 of 44 EXHIBIT B 8.9 "OR EQUAL"AND SUBSTITUTIONS: A."Or Equal"Items: Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier,the specifica- tion or description is intended to establish the type, function, appearance,and quality of the material or equipment required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or `or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other suppliers may be submitted to the County for review under the following circumstances: 1) "Or-Equal" Items: If in the County's sole discretion an item of material or equipment pro- posed by the Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required,it may be considered by the County as an`or-equal" item, in which case review and approval of the proposed item may, in the County's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. A proposed item of material or equipment will be considered functionally equal to an item so named if: a. It is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics. b. It will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Work as a functioning whole. c. It has a proven record of performance and availability of responsive service. 2) The Contractor certifies that,if approved and incorporated into the Work: a. There will be no increase in cost to the County or increase in Contract Times,and b. It will conform substantially to the detailed requirements of the item named in the Contract Documents. B. Substitute Items: 1) If in the County's sole discretion an item of material or equipment proposed by the Contractor does not qualify as an"or-equal" item,it may be considered a proposed substitute item or it may be rejected entirely. 2) The Contractor shall submit sufficient information as provided below to allow the County to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefore. Requests for review of proposed substitute items of material or equipment will not be accepted by the County from anyone other than the Contractor. 3) The requirements for review by the County will be as set forth below, as may be supplemented elsewhere in the Contract Documents, and as the County may decide is appropriate under the circumstances. 4) A substitute will not be considered by the County unless there is an associated reduction in cost for its use. 5) The Contractor shall make written application to the County for review of a proposed substitute item of material or equipment that the Contractor seeks to furnish or use. The application shall include the following: a. The Contractor shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design; be similar in substance to that specified;and be suited to the same use as that specified. b. The Contractor will state the extent, if any, to which the use of the proposed substitute item will prejudice the Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with the County for other work on the Project)to adapt the de- sign to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; c. The Contractor will identify all variations of the proposed substitute item from that ._. specified; provide information on available engineering, sales, maintenance, repair, Page 30 of 44 EXHIBIT B and replacement services; and shall contain an itemized estimate of all credits that will result directly or indirectly from use of such substitute item. 1. 6) Special Warranty and Guarantee: The County may require the Contractor to furnish at the Contractor's expense a special performance warranty and guarantee with respect to any substitute accepted by the County. C. COST REIMBURSEMENT: The County will record costs of evaluating a substitute proposed or submitted by the Contractor. Whether or not the County approves a substitute item so proposed or submitted by the Contractor, the Contractor shall reimburse the County for the charges of evaluating each such proposed substitute. The Contractor shall also reimburse the County for the charges for making changes in the Contract Documents(or in the provisions of any other direct contract with the County)resulting from the acceptance of each proposed substitute. D. CONTRACTOR'S EXPENSE: The Contractor shall provide all data in support of any proposed "or equal" or substitute at the Contractor's expense, and shall have no claim for additional cost or time should the item be rejected. E. The County's approval or rejection of any"or equal"or substitute item submitted by the Contractor is final. 8.10 CLAIMS: All Contractor claims shall be submitted to the County for evaluation, review, and recommendation to the County. Claims must be filed in accordance with Article 12 of these General Conditions. 8.11 RECOMMENDATION OF SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. Upon receipt of a written request by the Contractor, the County shall schedule and conduct a Substantial Completion inspection. Should the County determine that the Work is Substantially Complete, the County will prepare and sign a Certificate of Substantial Completion in accordance with Article 13 of these General Conditions. B. Upon receipt of a written request by the Contractor, the County shall schedule and conduct a Final Completion inspection. Should the County determine that the Work is complete and ready for the County's acceptance, the County will prepare and sign a Final Completion and Acceptance Certificate in accordance with Article 13 of these General Conditions. 8.12 COOPERATION: The County shall endeavor to cooperate with the Contractor to achieve successful completion of the Work. The County will promptly respond to requests for information and Construction Document interpretations;and will make all reasonable efforts to work with the Contractor to resolve any Claims or disputes. 8.13 AVAILABILITY OF LANDS FOR WORK: A. The County represents that it owns the lands, or is permitted to perform work on and over the land, upon which the Work is to be constructed. Upon request of the Contractor, the County shall furnish copies of available land surveys of the Jobsite. Permanent easements for permanent structures or utilities,and temporary easements shall be secured and paid for by the County. B. The County shall notify the Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Jobsite with which the Contractor must comply in performing the Work, including any permit conditions required under any Federal, State, and local permit obtained by the County for the Work. C. The Contractor shall provide all necessary additional land required for the erection of temporary construction facilities and storage of materials and equipment, together with right of access to the same. 8.14 SURVEY/PROJECT CONTROLS: A. The County shall provide Construction Plans/Drawings based on surveys establishing both horizontal and vertical reference points, which in the Engineer/Architect of Record's/County's judgment are necessary to enable the Contractor to layout the Work. Page 31 of 44 EXHIBIT B B. The Contractor shall be responsible for laying out the Work based on the reference points provided, shall protect and preserve the established reference points and any property monuments existing prior to the start of the Work,and shall make no changes or relocations without the prior written approval of the County. 9.0 WORK BY OTHERS 9.1 CONSTRUCTION BY THE COUNTY OR BY SEPARATE CONTRACTORS: A. The County reserves the right to perform construction or operations related to the Project with the County's own forces, or under separate contracts with other contractors. The Contractor shall have no claims for delay or additional cost involved due to such actions by the County. B. The County shall be responsible for and provide coordination of the activities of the County's own forces and other contractors with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with other contractors and the County in reviewing their construction schedules. The Contractor shall make any revisions to the construction schedule deemed necessary after joint review and mutual agreement. This construction schedule shall then constitute the schedules to be used by the Contractor,the County's own work force,and separate contractors unless subsequently revised. C. Work in the Project area may also be performed by utility owners repairing or relocating their existing facilities or constructing new facilities.The Contractor shall coordinate his Work with that of these utility owners and cooperate with them fully. D. The County will endeavor to provide sufficient written notice to the Contractor prior to starting any such work by others. E. The Contractor shall afford each other contractor who is a party to such a direct contract,each utility owner,and the County's forces,proper and safe access to the Jobsite,a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work,and shall properly coordinate the Work with theirs. F. If the proper execution or results of any part of the Contractor's Work depends upon work performed by others,the Contractor shall inspect such other work and promptly report to the County in writing any delays,defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the Contractor's Work. The Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with the Contractor's Work except for latent defects and deficiencies that may be later discovered in such other work. 10.0 COST OF THE WORK 10.1 LUMP SUM WORK: A. Where the Contract Documents provide that all or part of the Work is to be Lump Sum Work, the Contract Price will be deemed to include an amount equal to the sum of all the items appearing in the Bid Form as"Lump Sum." B. At the pre-construction conference, the Contractor will be required to submit a Schedule of Values which breaks down the Lump Sum items into smaller components as approved by the County, and includes the cost of each component. The Schedule of Values, which requires approval by the County, will be used to review and approve the Contractor's progress payments based on the approved Work performed on each component of the Lump Sum item in the previous month. C. Each Lump Sum item will be deemed to include an amount considered by the Contractor to be adequate to cover the Contractor's total expenses required to complete each such item on the Bid Form,including all overhead,profit,and direct and indirect expenses for each such identified item. 10.2 UNIT PRICE WORK: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price work,initially, the Contract Price will be deemed to include an amount equal to the sum of all the unit prices bid for each separately identified item times the estimated quantity of each item as indicated in the Bid Form. Page 32 of 44 EXHIBIT B B. The estimated quantities of items of Unit Price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price work performed by the Contractor will be made by the County,and based on the approved actual quantities installed in the Work. C. Each Unit Price will be deemed to include an amount considered by the Contractor to be adequate to cover the Contractor's total expenses required to complete each item on the Bid Form, including all overhead,profit,and direct and indirect expenses for each separately identified item. D. The Contractor shall not be allowed an adjustment in the Contract Price if the quantity of any item of Unit Price work performed by the Contractor differs materially and significantly from the estimated quantity of such item indicated in the Bid Form. E. Final payment will be issued as recommended by the County, to reflect actual amounts due the Contractor for approved Work covered by Unit Prices, and the final Contract Price shall be correspondingly adjusted. 10.3 ALLOWANCES: A. It is understood that the Contractor has included in the Contract Price all allowances shown in the Bid Form and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to the County. B. The allowances indicated on the Bid Form and as defined in the Contract Documents,include the cost to the Contractor of materials and equipment required by the allowances to be delivered to the Jobsite, all applicable taxes, and the Contractor's costs for unloading and handling at the Jobsite. It is also agreed that all labor,equipment and installation costs,as well as overhead,profit,and other expenses contemplated for the Work have been included in the Contract Price, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: The Contractor agrees that contingency allowance items, as defined in the Contract Documents,are for the sole use of the County. D. Final payment will be issued as approved by the County to reflect actual amounts due the Contractor on account of Work covered by allowances, and the final Contract Price shall be correspondingly adjusted. 11.0 CHANGES,DELAYS,AND TIME EXTENSIONS 11.1 CHANGES IN THE WORK: A. AUTHORIZED CHANGES IN THE WORK: I) Without invalidating the Contract and without notice to any surety, the County may, at any time or from time to time,order additions,deletions,or revisions in the Work by issuance of a Contract Modification. Upon receipt, the Contractor shall sign the Contract Modification and proceed with the Work involved, which will be performed under the applicable conditions of the Contract. 2) If the Contractor is unable to agree on entitlement to,or on the amount or extent,if any,of an adjustment in the Contract Price or Contract Times, or both, that is allowed by the Contract Modification,a Claim may be made as provided in Article 12 of these General Conditions. B. UNAUTHORIZED CHANGES IN THE WORK: 1) The Contractor shall not make any changes or substitutions in the Work without the express written consent of the County,and only after evaluation by the County in accordance with the Contract Documents. 2) The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented by an executed Contract Modification, except in the case of an emergency. Page 33 of 44 EXHIBIT B C. MINOR VARIATIONS TO THE WORK: The County may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Work as a functioning whole as indicated by the Contract Documents. These minor variations shall be accomplished by the Contractor,who shall perform the work involved promptly. 11.2 INTERIM FIELD CHANGE AGREEMENT(IFCA)ICONTRACT AMENDMENT: A. A Contract Modification will either be an IFCA or a Contract Amendment,depending on whether the Contract Price stipulated in the Construction Contract will be exceeded or not. 1) An IFCA will be issued for changes within the general Scope of the Work that will not exceed the Contract Price. Once the IFCA is signed by the County and the Contractor, the Contractor shall promptly proceed with the Work involved. 2) A Contract Amendment will be issued for changes in the Scope of Work or any change that will increase the Contract Price. The County, with the Contractor's input, will determine the extent of adjustment to Contract Price and Contract Times and will prepare the Contract Amendment. The Contract Amendment shall be signed by the Contractor and approved by the County. B. The IFCA/Contract Amendment will include a detailed description of the Work covered under the Contract Modification, and any adjustments in the Contract Price or Contract Times, or both which are agreed to by the parties. The IFCA/Contract Amendment may also include supporting data detailing the costs associated with the change in the Work. C. Except in an emergency endangering life or property,no changes in the Work shall be performed by the Contractor unless a properly executed IFCA or Contract Amendment is received by the Contractor. 11.3 CHANGE IN CONTRACT PRICE: A. The County, without invalidating the Contract, may order extra work or make changes by altering, adding to,or deducting from the Work;the Contract Price being adjusted accordingly. All such work shall be performed under the conditions of the Contract. B. For any such changes in the Work,a Contract Modification shall be prepared and authorized as above described. C. The value of any such changes in the Work,whether by additions or deletions in the original scope of the Work,shall be determined in one or more of the following ways: 1) By established Contract Unit Price. 2) By an agreed upon Unit Price if the item of Work is not included in the Bid Form. 3) By an agreed upon Lump Sum price. 4) By the Cost-Plus method described below. D. Cost-Plus: In the event that unit prices are not available,or a lump sum price cannot be agreed upon, then the value of the change in the Work shall be determined by the following cost items during their time of use in completing the change in the Work: I) Labor costs,including foremen,but excluding superintendent and overhead and profit. 2) Materials or equipment entering permanently into the work. 3) Construction plant and equipment(owned or rented). 4) Power and consumable supplies for the operation of power equipment. 5) Insurance,Social Security,retirement and unemployment contributions. 6) A fixed Contractor's fee in the form of a percentage applied to the above items. E. Labor and equipment costs under the Cost-Plus method shall be determined from the Labor and Equipment Rate Schedule provided by the Contractor at the start of Work on or about the date of the pre-construction conference. The Labor and Equipment Rate Schedule shall exclude overhead and profit. F. Contractor's Fee: The Contractor's fee for overhead and profit under the Cost-Plus method shall be determined as follows: 1) A mutually acceptable fixed fee,or Page 34 of 44 EXHIBIT B 2) Based on the following percentages: a. For Work performed by the Contractor's work force: ten(10%)percent. b. For Work performed by a Subcontractor,regardless of tier: fifteen(15%)percent. c. Maximum Contractor's fee for overhead and profit under the Cost-Plus method: I5% G. The amount of credit to be allowed under the Cost-Plus method by the Contractor to the County for any change in the Work which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in the Contractor's fee by an amount equal to ten(10%)percent of such net decrease. H. When both additions and credits are involved in any one change in the Work under the Cost-Plus method,the adjustment in the Contractor's fee shall be computed on the basis of the net change in the costs. I. The value of the changes in the Work shall be determined at the time that the IFCA or Contract Amendment is authorized and agreed upon. No change in the Work shall proceed until a fully signed and authorized IFCA or Contract Amendment is received by the Contractor. 11.4 CHANGE IN CONTRACT TIMES: A. Time extensions for changes in the Work or allowable delays,will depend upon the extent,if any,by which the changes or delays cause additional time in the completion of the critical path elements of Work as shown on the most current Construction/Progress Schedule.The IFCA/Contract Amendment granting the time extension may provide that the Contract Time be extended only for those specific elements so delayed. The remaining Contract completion dates for all other portions of the Work will not be altered. Approved time extensions will provide for an adjustment of Contract Times under the resulting revised Construction/Progress Schedule. B. The Contract Times may only be changed by an IFCA or a Contract Amendment. C. If the Contractor does not agree with the Contract Times adjustment approved by the County, the Contractor may make a written Claim,provided the Claim is timely and submitted in accordance with the provisions of Article 12 of these General Conditions. 11.5 DELAYS AND TIME EXTENSIONS: A. No Claims for Delays: 1) No claim for damages or any claim other than for an extension of Contract Times shall be made or asserted against the County by reason of any delays caused by the County or others. 2) The Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from the County for direct,indirect,consequential,impact or other costs,expenses,or damages, including but not limited to cost of acceleration or inefficiency, arising because of delay,disruption,interference or hindrance from any cause. 3) This provision shall not preclude recovery of damages by the Contractor for hindrances or delays due solely to bad faith or willful,malicious,or grossly negligent conduct on the part of the County or its agents. B. Delay Claims: No extension of Contract Times shall be granted by the County unless a timely Claim is made by the Contractor in writing to the County within seven (7) days of the event or incident causing the delay. The Contractor shall demonstrate in its Claim the impact on the critical path of the Construction/Progress Schedule to justify the extension of time requested. Any identified float is not time for the exclusive use or benefit of either the County or the Contractor. Extensions of time for performance may be granted by the County only to the extent that equitable time adjustments for the activity or activities affected exceed the total float. Such justification must be submitted, in writing, within fifteen (15)days of the Claim. If the Contractor can, or could have moved to another part of the Work without affecting the Construction/Progress Schedule's critical path, a time extension will not be granted by the County. 1) Delays by the County: If the Contractor should be delayed at any time in the progress of the work by any act or neglect of the County or its agents or employees, or by any other contractor employed by the County,or by utility owners,or by changes ordered in the Work, or by fire, unusual delay in transportation, unavoidable casualties or by delay authorized by Page 35 of 44 EXHIBIT B the County pending mediation, or by any cause which the County determines justifies the delay,then the time of completion may be reasonably extended by the County. 2) Utility Conflicts: The Contractor may be granted an extension of time for delays caused by utility conflicts discovered during the prosecution of the Work, provided a timely CIaim is submitted, and the Contractor was unaware of such potential conflict. If, however, the potential conflict was shown on the Construction Plans/Drawings and the Contractor failed to uncover the potential conflict ahead of the Work, the Claim for additional time will not be granted. 3) Rain Delays: Reasonable extensions of time,as determined by the County,will be granted to the Contractor for time lost due to rainfall over and above the norm for the County,based on U.S. Weather Bureau statistics. If the Contractor can show that the rain caused additional delays at the Jobsite beyond the actual rain events,additional time extensions maybe granted. 4) Force Majeure: The Contractor will be granted a reasonable time extension for a Force Majeure occurrence: an unexpected event that crucially affects the Contractor's ability to perform the Work, and includes forces of nature(Act of God), such as natural fires, floods, hurricanes,tornados, epidemics; or an event beyond the Contractor's control, such as major workers strikes, government shut down; or other major catastrophic events. Except as otherwise expressly provided herein,neither party shall be liable for any delay due to causes not reasonably within its control, including but not limited to, acts of civil or military authority, including courts and regulatory agencies, acts of God, war, riot or insurrection, inability to obtain required construction permits,blockades,embargoes,sabotage,epidemics, fires, floods, strikes, lockouts or other labor difficulties, provided such labor difficulties do not arise from inequitable labor practices. In the event of any delay resulting from such causes, the time for performance hereunder shall be extended for a period of time reasonably necessary to overcome the effect of such delays. This shall constitute the sole remedy to either party in the event of such delays. 5) Time Extension Only: Should the Contractor be delayed in the commencement, prosecution or completion of the work by the act,omission or default of the County,or anyone employed by them on the Project, or utility owners or other contractors, or the results of differing subsurface or physical conditions, or the discovery of hazardous environmental conditions, then the Contractor may submit a Claim for an adjustment of Contract Times if justified and as approved by the County,and there shall be no damages for delays. 6) Contractor Delays: The Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of the Contractor. Delays attributable to and within the control of a Subcontractor or supplier shall be deemed to be delays within the control of the Contractor. 7) Delay of Other Projects: The County shall not be liable to the Contractor for any claims, costs, losses, or damages, including reasonable attorney's fees, and court costs sustained by the Contractor on or in connection with any other project or anticipated project resulting from delays of any kind. 11.6 NOTICE TO SURETY: When required, it is the Contractor's responsibility to provide notice to its Surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times, and to ensure that the amount of the applicable Performance and Payment Bond be adjusted accordingly. A. IFCA: The Contractor shall furnish proof of notice to Surety of an adjustment to the Contract Times by providing the County with a copy of a letter confirmation from the Surety within fifteen(1 5)days following the issuance of the IFCA affecting the change. B. Contract Amendment: The Contractor shall furnish, with the executed Contract Amendment, a performance and payment bond rider, or similar instrument approved by the County, signed by an authorized Surety representative, in the amount of any addition to the Contract Price affected by the Contract Amendment. Page 36 of 44 EXHIBIT B 12.0 CLAIMS AND DAMAGES 12.1 TIME OF CLAIM: A. No claim of the Contractor shall be allowed by the County unless: 1) The Contractor has given written notice to the County within seven (7) Days of the incident arising to the Claim. 2) Within fifteen (15) Days after the Contractor has given the written Notice, the Contractor shall submit to the County a detailed claim setting forth the Contractor's justification for adjustments in Contract Price, Contract Times, or both, or other matters in dispute or question,in accordance with the Contract. B. No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted after final payment has been made under the Contract. 12.2 VALUE OF CLAIM: A. The value of a Claim will be limited to only those additional or incremental costs required because of any change in the Work. Such costs shall be in amounts no higher than those prevailing in the locality of the Work. B. The procedure for determining the value of the Claim shall be as set forth in Article 11 -Changes, Delays,and Time Extensions. 12.3 CLAIM FORM: A. The responsibility to substantiate a Claim shall rest with the party making the Claim. B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of the event or events giving rise to the Claim. C. Documentation: The Contractor will provide a narrative of the basis of the Claim, including all details and supporting documentation relating to the Claim. The Contractor shall establish and maintain records of all such details and documentation in accordance with generally accepted accounting practices and submit this information,along with any associated itemized cost breakdown and/or time adjustment calculations,in a form acceptable to the County. 12.4 CLAIMS FOR CONTRACT PRICE AND CONTRACT TIMES ADJUSTMENT: A. A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 11.3 above. B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 11.4 above. 12.5 CONTINUATION OF THE WORK: The Contractor shall carry on the Work and adhere to the Construction/Progress Schedule during all disputes,claims,or disagreements with the County.No Work shall be delayed or postponed pending resolution of any disputes,claims,or disagreements,except in the case where Work is stopped by the County in accordance with the Contract, or as the County and the Contractor may otherwise mutually agree in writing. 12.6 COUNTY'S ACTION: A. The County will review each Claim and,within fifteen(15)days after receipt of the last submittal of the Contractor,take one of the following actions in writing: 1) Deny the Claim in whole or in part setting forth the reasons for the decision. 2) Suggest a compromise between the parties. 3) Recommend approval of the Claim, and prepare an IFCA or Contract Amendment adjusting the Contract Price,or Contract Times,or both for the County's approval. 4) Notify the parties that the County is unable to resolve the Claim. For purposes of further resolution of the CIaim,such notice shall be deemed a denial. Page 37 of 44 EXHIBIT B 5) In the event that the County does not take action on a Claim within said fifteen(I5)days,the Claim shall be deemed denied. B. The County's written action, or inaction will be final and binding upon the Contractor, unless the Contractor invokes the dispute resolution procedure set forth in the Construction Contract within thirty(30)days of such action,inaction,or denial. C. At its sole discretion,the County may deny the Claim in whole or in part. If such action is taken, the County shall provide written notice, with a copy to the Contractor,setting forth the reasons for such the County's decision. The County's written action will be final and binding upon the Contractor, unless the Contractor invokes the dispute resolution procedure set forth in the Construction Contract within thirty(30)days of such action. I3.0 PAYMENTS TO CONTRACTOR AND COMPLETION 13.1 GENERAL: A. On or about the day of the month agreed to at the pre-construction conference, but not more often than once a month, the Contractor may submit for the County's review, a payment application covering the work completed the previous month up to the date of the application. The progress payment application shall be submitted on the form prescribed and approved by the County. B. Contractor's Warranty of Title:The Contractor warrants and guaranties that title to all work,materials and equipment covered by any application for payment,whether incorporated in the Work or not,will pass to the County at the time of payment, free and clear of all liens, claims, security interests and encumbrances(hereafter in these General Conditions referred to as"Liens").The Contractor will not sublet,sell,transfer,assign or otherwise dispose of the Contract or any portion of it,or of rights,title, or interest therein without the express written consent of the County. 13.2 SUPPORTING DOCUMENTATION: A. As-Builts:The Contractor shall maintain a set of as-built drawings at the Jobsite.At the time payment application is made, the County shall review the as-built drawings to ensure they are current, accurate, and reflect all changes in the Work as of the date of the application. The County may withhold payment if the as-built drawings have not been maintained by the Contractor in accordance with the Contract Documents. B. Schedule of Values:The Contractor shall submit the approved Schedule of Values with each progress payment application,indicating the amount of work completed for the previous month on the various components of the Lump Sum Bid Items. The County will review the Schedule of Values for accuracy,and,if in agreement,shall recommend payment. C. Construction/Progress Schedule: With each payment application, the Contractor shall submit an updated Construction/Progress Schedule using Primavera compatible scheduling software for review and approval by the County. The County may withhold payment if the Contractor fails to submit an updated and approved Construction/Progress Schedule. Should the schedule show that the Contractor is lagging behind the initial(baseline)schedule approved at the start of construction,the County may withhold additional sums as indicated on the"Retainage Table Guidelines"below. D. Release of Liens: Beginning with the second application for payment, the Contractor shall furnish an affidavit stating that all laborers, material and equipment suppliers, and Subcontractors have been paid for Work covered by all previous months' applications for payment and shall obtain a partial or complete Release of Lien, as may be necessary, properly executed by all laborers, material and equipment suppliers,and Subcontractors sufficient to secure the County from any claims whatsoever arising out of the Work. 13.3 PROGRESS PAYMENTS: Progress Payments will be made once a month as Work progresses. Said payments will be based upon estimates prepared by the Contractor and approved by the County, of the value of the work performed and materials delivered. Any payment application not approved by the County shall be promptly returned to the Contractor for correction and re-submittal. The payment applications shall be submitted with all required documentation specified in the Contract Documents. Payment applications shall be prepared by the Contractor and submitted to: Sarasota County Public Page 38 of 44 EXHIBIT B Works, I001 Sarasota Center Boulevard, Sarasota, FL 34240, through the County's web-based contract management software. Should the web-based program be off-line for any length of time, the payment application may be mailed or hand delivered to: Sarasota County Public Works, 1001 Sarasota Center Boulevard, Sarasota, FL 34240 Attn: Project Manager. The Contractor shall contact the County to coordinate access to the website and training on the use of the County's contract management software. 13.4 PAYMENT FOR STORED MATERIALS: If requested by the Contractor, progress payments may be made to the extent of the delivered cost of materials to be incorporated in the Work, provided the materials are identified in the Bid Form,sufficiently covered from Ioss by appropriate property insurance, and meet the requirements of the Construction Plans/Drawings and Technical Specifications when delivered to the Jobsite or stored in an acceptable storage location off-site. The Contractor shall submit a "Stored Materials Affidavit" on the form prescribed, for materials for which payment is sought. In any event,progress payments for materials on hand shall not exceed the price of the item bid,and shall not be made without an invoice marked"PAID"and acceptable to the County. 13.5 RETAINAGE: From the total of the amounts ascertained as payable, an amount as indicated in the "Retainage Table" below will be deducted and retained by the County until completion of the entire Contract in an acceptable manner, unless otherwise released by the County in accordance with the Contract Documents. The balance, Iess all previous payments, shall be certified by the Contractor and recommended by the County for payment. Retainage Table V.of Contract Amount($)Earned lobi Retai Value of Contract n to<is 25 to<50 60 to Substantial Com r�at pletlon Subsgrttlal Compietbn• %Retained" %Retained" %Retained" Less than SIM 10% 10% 5.0% 5.00% M to<$5M 5% 5% 2.5% 2.50% >$5M 5% 5% 2.5% 2.50% •Provided Work has been performed within the Contract Times. "The cost for deficient work that is not corrected may be estimated at an amount of up to one and one half(1.5)tunes the value of the work,and may be withheld in addition to the retainage amounts shown in the above table. 13.6 COUNTY MAY WITHHOLD PAYMENTS: A. The County may reduce or withhold payments in the amounts and to such extent as may be necessary to protect itself from loss for which the Contractor is responsible,including: 1) Defective Work not remedied. 2) Third party claims filed or reasonable evidence indicating probable filing of such claims unless security acceptable to the County is provided by the Contractor. 3) Failure of the Contractor to make payments to Subcontractors or material or equipment suppliers. 4) Reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price. 5) Damage to the County or a separate contractor. 6) Reasonable evidence that the Work will not be completed within the Contract Times,and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay. 7) Repeated failure to carry out the Work in accordance with the Contract Documents. I3.7 LIQUIDATED DAMAGES: A. For each Day any work remains uncompleted after the Contract Times specified, the sum of money per day specified as liquidated damages in the Construction Contract will be deducted from any money due the Contractor. The Contractor will not pay liquidated damages for days in which an Page 39 of 44 EXHIBIT B extension of time was granted pursuant to an approved IFCA or Contract Amendment. Allowing the Contractor to finish any of the Work after the Contract Times, including time extensions, does not waive the County's rights under the Contract. B. Additional County Expense: Should the Contractor fail to complete the Work within the specified Contract Times, it is agreed that for each day of overrun until final completion, all costs of construction management supervision and inspection furnished by the County shall be at the costs of the Contractor and/or his Surety. Such construction management costs shall be considered to be equal to the job payroll of the County plus 150 percent thereof for overhead,plus on-the-job mileage. Such costs will be deducted from monies due the Contractor at final payment. The amount of such expenses shall be construed to be in addition to other damages that might be assessed by the County. 13.8 PROMPT PAYMENT: The County shall pay the Contractor through payments issued by the Sarasota County Clerk of Courts in accordance with the Local Government Prompt Payment Act, Section 218.70 F.S., upon receipt of the invoice approved by the County and with written approval by the County's Administrative Agent or his assigned designee indicating that the services have been rendered in conformity with this Contract. The Contractor shall submit an invoice for payment on a monthly basis for those specific services that were completed during the invoicing period,as described in the Bid Form or as listed on the approved Schedule of Values. 13.9 SUBSTANTIAL COMPLETION: A. When the Contractor considers the entire Work, or a portion thereof(see GC 6.8), ready for its intended use, the Contractor shall notify the County in writing that the Work is substantially complete, listing items of work remaining to be completed by the Contractor (Punch List), and request that the County schedule a Substantial Completion inspection. B. Promptly after the Contractor's notification,the County and the Contractor,shall make an inspection of the Work to determine the status of completion. C. Should the County discover major Work items left uncompleted, or defective Work requiring correction or removal and replacement, the County shall discontinue the inspection, notify the Contractor of the deficiencies observed, and advise the Contractor to re-schedule the Substantial Completion inspection and of potential additional costs which may be incurred. D. If uncompleted or defective Work is discovered during the initial inspection, the Contractor shall promptly complete the Work, and if required, remove from the Jobsite any and all materials and Work rejected by the County as failing to conform to the Contract Documents,whether incorporated into the work or not. The Contractor shall promptly replace the defective Work in accordance with the Contract Documents without expense to the County, including bearing the costs of making good all work by others damaged or destroyed by the Contractor's removal and replacement of such defective Work. E. If the County considers the Work substantially complete with only minor corrections, adjustments, and clean-up items remaining, the County will prepare, sign, and date the Certificate of Substantial Completion, which shall fix the date of Substantial Completion.The County shall prepare a tentative list of items to be completed or corrected for final completion of the Project(Punch List),and attach the list to the Certificate. The items noted at the time of Substantial Completion should not be considered as all inclusive of the necessary actions required by the Contractor to achieve Final Acceptance and Completion. The Contractor and the County shall likewise sign the Certificate of Substantial Completion. F At the time of preparation of the Certificate of Substantial Completion,the County will deliver to the Contractor a written recommendation as to division of responsibilities pending final completion, acceptance,and payment between the County and the Contractor with respect to security,operations, safety, protection of the Work, maintenance, heat, utilities, insurance, and warranty and guarantee issues. These recommendations, once agreed upon by the County and the Contractor, shall be incorporated into the Certificate of Substantial Completion. G. Substantial Completion shall be achieved within the Contract Time stipulated for Substantial Completion of the Work,including approved time extensions. Page 40 of 44 EXHIBIT B H. Provided Substantial Completion is reached by the Contractor in a timely manner, and based on the value of the work remaining,the Contractor may submit a payment application requesting a reduction in retainage, prior to Final Completion and Acceptance. The County will review the request, and based on the value of work remaining,make a recommendation to release a portion of the retainage, while allowing sufficient funds to remain with which to complete the Work. The County may accept or reject this recommendation, based solely on its discretion, and information which may become available to the County,which may warrant withholding a larger portion or all of the retainage. I. The County shall have the right to exclude the Contractor from the Jobsite after the date of Substantial Completion subject to allowing the Contractor reasonable access to complete or correct items on the Punch List. 13.10 FINAL INSPECTION: A. When the Contractor has completed the Work and has provided all as-built information to the County in compliance with the Contract Documents,the Contractor shall notify the County in writing that the Work is ready for final inspection. The County will then advise the Contractor as to the arrangements for final inspection and what is required to prepare the Work or a portion thereof for final inspection. When the County determines the Work or portion thereof is ready for final inspection,the County and the Contractor shall perform the final inspection.Upon completion of the final inspection,the County will prepare a list of defects, if any, of either commission or omission by the Contractor reasonably observable and determined under the conditions governing and restricting said final inspection. When all such defects have been corrected, a final re-inspection will be made. The process will be repeated until, in the opinion of the County, the Work has been completed in compliance with the Contract Documents as can best and reasonably be observed and determined under the conditions governing and restricting said final inspection. The County will then,pursuant to such inspection and re-inspection(s) (if required), certify as to completion of final inspection. It is understood that the certification covers only those items which can be physically inspected and that the County's certification indicates compliance within the standards of the construction industry as interpreted by the County. B. Should the final re-inspection find items not completed from the list of defects prepared as part of the final inspection, the Contractor shall be responsible for all additional construction management and inspection costs associated with correcting the items on the list of defects.The additional costs shall include construction management supervision and inspection furnished by the County required following the first re-inspection of the Work. Such construction management costs shall be considered to be equal to the job payroll of the County staff performing the re-inspections plus 150 percent thereof for overhead,plus on-the-job mileage. Such costs will be deducted from monies due the Contractor at final payment. 13.11 FINAL ACCEPTANCE: A. When the County recommends that the Work has been fully completed and all supporting documents required under the Contract Documents have been submitted and approved,the Contractor may make request for final payment. With the request for final payment, the Contractor shall furnish satisfactory evidence to the County that the Contractor has fully paid all claims for labor, materials, and equipment incurred in connection with the Work. The Contractor shall provide all evidence and supporting documentation required by the Contract Documents to assure the County of complete compliance with all terms of the Contract. Such supporting documentation shall include extended insurance and bond coverage, as-built drawings, operations and maintenance manuals, system diagrams,warranties and guaranties and special warranties and guarantees,and other documents all as required under the Contract. When the County has satisfied itself as to compliance with the terms of the Contract and has recommended final completion, the County will notify the Contractor of final acceptance. B. Final acceptance of the Work will be evidenced by the "Final Completion and Acceptance Certificate" recommended and signed by the County and signed by the Contractor which will stipulate the date of final completion of the Contract and acceptance of maintenance by the County. Page 41 of 44 EXHIBIT B 13.12 RELEASE OF LIENS: Neither the final payment nor any part of the retained percentage shall become due until the Contractor delivers to the County a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and in addition thereto, in either case,an affidavit stating that so far as the Contractor has knowledge or information, the releases and receipts include all labor, material and equipment supplies,and Subcontracting services for which a lien could be filed. The Contractor may, if any Subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the County to indemnify the County against any lien. If any lien remains unsatisfied after all payments are made,the Contractor or Surety shall refund to the County all money payments that the County may be compelled to pay in discharging such liens,including all costs and interest,including attorney's fees and court costs. 13.13 FINAL PAYMENT: A. The County shall make final payment to the Contractor through payment issued by the Sarasota County Clerk of the Courts in accordance with the Local Government Prompt Payment Act, Section 218.70 F.S.,upon receipt of the Contractor's final invoice and written approval of same by the County and the County's Administrative Agent indicating that all contracted services have been rendered in conformity with the Contract. B. Waiver of Claims: Acceptance of final payment by the Contractor shall constitute a waiver of all Claims by the Contractor against the County. 13.14 FINAL COMPLETION DELAYED: If, through no fault of the Contractor,final completion of the Work is significantly delayed, the County,shall upon receipt of the Contractor's final application for payment (for Work fully completed and accepted), and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.0 MANUFACTURER'S INSTRUCTIONS AND SERVICES 14.1 MANUFACTURER'S INSTRUCTION, SERVICE AND PARTS MANUAL: Before final payment is made, the Contractor shall furnish to the County, five (5) complete sets of manufacturer's instructions, and service and parts manuals on each piece of equipment furnished under the Contract. This includes descriptive literature, installation and operating instructions, maintenance requirements, lubrication requirements,parts lists,and other pertinent data. All data shall be bound in a hardback,3-ring loose leaf binder(s). 14.2 MANUFACTURER'S SUPERVISION: The Contractor shall provide the services of a qualified representative of the manufacturer as required in the Contract Documents, to supervise the installation, testing, adjusting and starting-up and initial operation of each item of equipment furnished under the Contract. This representative shall also instruct the County's personnel on-site,at an agreeable date and time,as to the proper operation and maintenance of the equipment. 15.0 WARRANTY AND GUARANTEE PROVISIONS 15.1 WARRANTY AND GUARANTEE PROVISIONS: A. All materials and equipment furnished by the Contractor and all Work and workmanship involved in the Contract shall be free from defects due either to faulty materials or equipment or faulty workmanship and the same is hereby warranted and guaranteed by the Contractor for a minimum period of one(1)year from the date of the Final Completion and Acceptance Certificate issued by the County, or such longer period of time as may be prescribed by the terms of any applicable special guarantees and warranties required by the Contract Documents. All materials, equipment and workmanship furnished, installed and performed by the Contractor shall be warranted and guaranteed by the Contractor to the County to meet the required Technical Specifications and applicable standards; and to accomplish the purposes and functions of the Work as defined, detailed and specified in the Contract Documents. Page 42 of 44 EXHIBIT B B. The County shall, following discovery thereof,promptly provide written notice to the Contractor and Surety of defective materials, equipment, or workmanship within the period of the warranty and guarantee. Any part of the material, equipment, or workmanship which does not comply with the warranty and guarantee shall be repaired or removed and replaced by the Contractor within ten (10) days from the date of the County's notice,at the Contractor's expense and at no cost to the County. C. In addition to the above repair and replacement costs, the Contractor is responsible to the County for all costs incurred with respect to all warranty and guarantee items under this Contract, including all construction management expenses such as expense for repetitive trips by the County required for the warranty and guarantee work. Such expense shall be considered to be equal to the job payroll of the County,plus 150 percent thereof for overhead plus on-the-job mileage. D. If the Contractor does not promptly comply with the terms of the County's written notice, or in the case of an emergency where delay would cause serious risk of loss or damage,the County may,after providing notice to the Contractor and Surety,have the defective Work corrected or repaired,or may have the defective Work removed and replaced.All claims,costs,losses,and damages, including but not limited to all fees and charges for construction management and inspection,attorneys,and other professionals,and all court costs arising out of or relating to such correction or repair or such removal and replacement, including but not limited to all costs of repair or replacement of work of others resulting there from,will be paid by the Contractor or Surety. E. Where defective Work and damage to other work resulting from such defective Work has been corrected or removed and replaced,the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. F. The warranty and guarantee provisions create no limitations on the County as to any claims or actions for breach of warranty or breach of guarantee that the County might have against parties other than the Contractor,and do not constitute exclusive remedies of the County against the Contractor and are not intended to and shall not limit any other rights, remedies, or causes of action which the County 12 might exercise against the Contractor,and shall not alter or modify the application of the Statute of Limitations as established by the Statutes of the State of Florida. G. Survival of Obligations: All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations stipulated in the Contract, will survive final payment,completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of the Contractor. 16.0 MISCELLANEOUS 16.1 CERTIFIED CHEMICALS: A. The Contractor shall only use U.S.D.A. or E.P.A. or F.D.A. certified chemicals during the performance of all Work under the Contract. All chemicals used in or furnished for the Work, whether herbicide, pesticide, disinfectant, polymer, reactant or other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residue shall be in strict conformance with manufacturer's instructions and local,State and Federal rules and regulations. B. The Contractor shall submit two(2)copies of all chemical Material Safety Data(M.S.D.)information forms to the County. One(1) set of M.S.D. information forms shall be posted at the Jobsite at all times and shall be available for inspection. 16.2 FUELS ADJUSTMENTS: The County will not adjust the Contract Price to reflect increases or decreases in gasoline and diesel fuel prices from those in effect on the Effective Date of the Contract. 16.3 EQUIPMENT MAINTENANCE: Equipment shall be maintained to prevent fuel,oil,and lubricant spills. Refueling,repairs,and lubrication will be performed at safe distances from any watercourse or drainage conveyance devices. Should a fuel or oil leak or hydraulic pipe rupture occur during construction, the Contractor's operators shall immediately cease operation and remove the equipment to a safe area and take prompt action to minimize damage and safeguard the Jobsite. The Contractor shall immediately Page 43 of 44 EXHIBIT B report the spill or discharge in accordance with applicable State or Federal rules and regulations; the requirements of the Florida Statute Chapter 376 Pollution Discharged Prevention and Removal will also be followed. In addition,the County shall immediately be notified. 16.4 SPILL PREVENTION/CONTAINMENT: An OSHA-approved spill containment kit must be kept at the Jobsite and staging area(s), and shall be sized for the maximum potential spill/leak volume associated with the largest single equipment unit at the Jobsite. It is the Contractor's responsibility to provide and maintain the required spill containment equipment. 16.5 DISPOSAL OF POLLUTANTS: The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical pollutants such as drained lubricating or transmission oils,greases, etc. produced as a by-product of the Work. Washing, fueling or servicing of equipment will not be permitted where spillage or wash water can enter any watercourse or drainage conveyance device. Removal and disposal of all pollutants shall be in strict accordance with all local,State and Federal rules and regulations. END OF GENERAL CONDITIONS Page 44 of 44 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS 1.0 DEFINITIONS AND TERMS ADD the following Definitions to the General Conditions Section 1.1 GENERAL: DOH: Sarasota County Department of Health FDEP: Florida Department of Environmental Protection NASSCO:National Association of Sewer Services Companies STANDARD SPECIFICATIONS: Standard Specifications shall refer to the current edition of the FDOT's Standard Specifications for Road and Bridge Construction, unless otherwise specified herein. Where FDOT specifications refer to "Department", "Engineer", "Engineer of Tests", or "Division of Tests", it shall mean the County. UTILITY SYSTEMS CODE: All construction shall meet or exceed the requirements of the Sarasota County Uniform Water, Wastewater and Reclaimed Water Systems Code, latest revision, and the Contract Documents. In case there is a conflict between the Code and Specification, the most stringent requirement shall be met. 3.0 CONTRACT DOCUMENTS ADD the following to the General Conditions Section 3.2 INTENT N. D. The Contractor shall recognize that the primary function of this project is to provide utility service to the residents of Sarasota County. The Contractor shall provide temporary utility service to any businesses or dwellings affected during the construction of this Project. 9.0 PRE-CONSTRUCTION ACTIVITIES ADD the following to the General Conditions Section 4.2 PRELIMINARY SCHEDULES SUBMISSION AND ACCEPTANCE: A.3) The Contractor's Schedule of Values must be prepared using the County's Primavera Contract Manager Software System. REMOVE the last sentence of the General Conditions Section 4.2.B.2) and REPLACE with the following: "The Contractor shall provide a minimum of 15 days in the Construction/ Progress Schedule for such product review." ADD the following paragraph to the General Conditions Section 4.6 AUDIO-VISUAL PRE- CONSTRUCTION RECORD: Contractor shall have preliminary construction survey stakeout completed,center line of pipe or offsets,and Sunshine One Call locate flags completed prior to any photos or video work to allow the work zone area to be identified with existing and proposed condition locations. Page 1 of 6 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS 5.0 PROGRESS AND CONTROL OF THE WORK ADD the following to the General Conditions Section 5.5 MOBILIZATION: B. Project Sign(s): 1) General: The Contractor shall erect two(2) signs conforming to the current Specifications as shown on the following page. The Contractor is to follow Florida State Statute 556, Underground Facility Damage Prevention and Safety Act procedures, as required. The Contractor shall include the funding sources which will be provided by the Project Manager. Relationship of lettering size will be similar to that depicted. The background shall be white. Seasons are defined as: Winter=December,January,February Spring=March,April,May Summer=June,July,August Fall=September,October,November The signs shall be the property of the Contractor for the duration of the project and shall be maintained by the Contractor. The Contractor shall be responsible for the relocation of the signs during the progress of construction as directed by the County. 2) Project Sign Location: The project sign(s)shall be placed: a. At locations designated by the County b. Within County Right-of-Way c. To be highly visible d. At a position that will not obstruct pedestrian or vehicular traffic e. At a location where they will not be a roadside hazard. 3) Project Sign Construction: a. The project signs shall be constructed of exterior-grade plywood sheeting. Posts shall be 4"x 4"square and 12 feet long-pressure treated lumber. b. The sign face dimensions shall be five feet wide by three feet high by one-half inch thick. c. All sign supports shall be installed in accordance with Florida Department of Transportation(FDOT)Standard Indexes,as applicable. d. Upon completion of the contract,the Contractor shall remove and return the sign(s) and supports and restore the site to the satisfaction of the County. 4) Project Sign Content: a. Sign content shown on the attached sheets is for illustrative purposes only. The names of the members of the Boards of County Commissioners will be provided at the pre-construction conference. Relationship of lettering size will be similar to that depicted. ADD the following to the General Conditions Section 5.10 AS-BUILT DOCUMENTS: H. Utility Projects: The Contractor shall maintain, during the progress of the project, accurate records of the location, length and elevation of all new and existing pipelines and appurtenances. Information to be shown for utility mains shall include the location of all crosses, tees, wyes, bends,valves, curb stops, meter boxes, hydrants, stub-outs, blow- offs,air release valves, etc., by using a two (2)point swing measurement from permanent physical features that can readily be found on the drawing and in the field, in a table format. The Contractor shall furnish"as-built" top of pipe elevations and finish grade for top of trench for all utility mains at maximum intervals of one hundred feet(100') and at Page 2 of 6 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS all utility crossings, service connections, gravity and vacuum laterals, at all fittings and valves, and all changes in grade and pipe type. For directional drilled utility mains, the "as-built"top of pipe elevations shall be recorded every rod length change and plotted on the plan and profile drawing sheets. In addition, the Contractor shall reference all new utility mains by the distance to the right-of-way or property markers. I. Utility Projects: All visible utility features shall be surveyed using conventional and/or GPS equipment at survey grade level and in accordance with Sarasota County Survey/GPS Standards. The recorded/blue booked GPS control monument, recorded benchmark elevation, and the vertical datum used shall be as noted on the Construction PIans.Coordinates shall be based on the State Plane,Florida West 1983. ADD the following to the General Conditions Section 5.11 PERMIT, LICENSES, TAXES, AND LAWS AND REGULATIONS: D. Permit Fee Allowance: When applicable, this allowance will be established to cover the expenses of the permits and is supplemental to the bid,as indicated in the Bid Form. Permit fees will be paid at actual cost for the permit required and identified in the Contract Documents. The Contractor is advised that the total bid price shall include the amount of the allowance. Payment under this allowance shall be based on receipts of permit fees presented to the County. No payments shall be made for administrative or other costs of the Contractor. The allowance line item, when included in the Bid Form, can only be committed for the intended purchase and cannot in total or part thereof, be transferred to supplement the contingency or other line item costs,and any remainder will be retained by the County. ADD the following to the General Conditions Section 5.17 EXISTING UNDERGROUND FACILITIES: H. Connections To Existing Mains: Where connections are required between new work and existing utility mains, the connection shall be made in a thorough and first class manner, using proper and acceptable fittings to suit the actual conditions. Ductile iron mechanical joint sleeves shall be used for connection to existing utility mains. When a connection is made to an existing fitting in the line, the Contractor shall schedule his work so that excavation and locating the existing fittings can be completed prior to starting trench work on the line.Cut-ins into lines shall be done at a time approved by the County, following proper notification to and approval by the County's Utilities Operations and Maintenance staff. The Contractor shall not make any connections or service taps into existing utility mains until the work has been tested and accepted by the County. I. Utility Service Interruption: Interruptions to any utility service or operation shall be minimized. The Contractor shall submit plans and schedules to the County for approval by the proper authority before any shutdown or any interruption in service takes place. The Contractor shall provide a minimum five (5)-business day notice to Utility Operations and Maintenance (941-316-1071). to locate and exercise valves prior to the shut down. County will complete a Water Shut Down Request to Utility Operations and Maintenance and shall include a utility map with all valves identified within the Page 3 of 6 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS shutdown service area. After the plans and schedule for the utility service interruption shut-downs have been approved, the Contractor shall be responsible for posting shut-off notices to customers five (5) business days prior to shut down. The County shall be present at the time of the shutdown and assure the shut down requirements are coordinated during the tie-in. All work is to be accomplished in accordance with Department of Health rules and policies. If commercial properties are affected, then the Contractor shall provide bottled water to the consumers/businesses that cannot boil water onsite. All costs in connection with the interruption of Utility Services shall be considered incidental and included under the Items Bid. 7.0 CONTRACTOR'S RIGHTS AND RESPONSIBILITIES ADD the following New Sections to the General Conditions: 7.16 FP&L SERVICE: A. Where required in the Contract Documents, the Contractor shall provide all necessary coordination with FP&L for power supply to the proposed Utility Facilities, including sewage lift stations, vacuum sewer pump stations, water pumping and storage facilities, water or sewer booster stations, and similar facilities. The Contractor shall incorporate FP&L's schedule within the Construction/Progress Schedule. All costs associated with temporary and permanent power shall be borne by the Contractor, unless otherwise provided in the Contract Documents. 13. The Contractor is responsible for all on-site improvements including poles, transformers,panels,conduit, power wiring, concrete mounting pads,and related equipment and materials necessary for a complete and fully operational system. The Contractor shall transfer service to the County upon the date of Substantial Completion of the Project,unless otherwise provided in the Contract Documents. 7.17 UTILITY SERVICES: Existing service locations as shown on the drawings are approximate. Upon completion of service relocation or replacement as called for on the drawings, the Contractor shall relocate or install the meter and/or reconnect the building service line as directed by the County. A Florida Licensed Plumber shall complete all plumbing work on the discharge side of the meter. 11.0 CHANGES,DELAYS,AND TIME EXTENSIONS ADD the following to the General Conditions Section 11.3.A CHANGE IN CONTRACT PRICE: 1. At any time the County may request a quotation from Contractor for a proposed change in the work. Within ten (I0) days following the receipt of such a request, the Contractor shall prepare and submit a written and sufficiently detailed proposal for the estimated cost increase of the proposed change. The County shall review the proposal within five (5)days,and shall: Page 4 of 6 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS a)accept the proposal in total,or potions thereof; b)negotiate the scope and cost of the proposal;or c)reject the proposal in total. 2. The proposal shall include any request for a change in contract times resulting from the proposed change in the work.Any time extensions shall also be subject to negotiations. 3. Itemized estimates shall be in sufficient detail for County's review, including all material, labor, equipment, subcontracted work, and overhead costs and fees, and shall cover all work involved in the change, whether such work involves additions to, or deletions from the original Contract scope and price. 4. Any changes in the Contract price or Contract times shall be formalized in a Contract Modification. 5. Notwithstanding the request for quotation, Contractor shall continue to carry on the work and maintain the progress schedule. Delays in the submittal of the written and detailed proposal will not be considered as basis for a time extension. 13.0 PAYMENTS TO CONTRACTOR AND COMPLETION ADD the following to the General Conditions Section 13.2 SUPPORTING DOCUMENTATION: E. Monthly Status Reports: With each payment application, the Contractor shall submit an updated monthly status report for review and approval by the County. The report shall contain specific construction progress over the past month; expected work to be accomplished over the coming month; and specify any potential problems that may interfere with the proposed work schedule. The County may withhold payment if the Contractor fails to submit an updated and approved monthly status report. ADD the following to the General Conditions Section 13.9 SUBSTANTIAL COMPLETION J. The Work will be considered substantially complete when each of the following portions of the Work is completed to the satisfaction of the County: 1) All components of the Work have been installed,tested,approved,and certified to be placed into operation. 2) A"punch list"of items to complete the Work has been submitted by the Contractor. 3) Final As-builts have been provided in accordance with the Contract Documents. 4) All training and instructions have been provided to the designated County's representative(s)in accordance with the Contract Documents. 5) Operation and Maintenance(O&M)Manuals submitted and accepted. 6) 90%of all private property has been restored. 7) 90%of all restoration in the right-of-way is completed. ADD the following to the General Conditions Section 13.11 FINAL ACCEPTANCE: C. The Work will be considered complete when each of the following portions of the Work is completed to the satisfaction of the County: 1) All"punch list"work has been completed. Page 5 of 6 EXHIBIT C SUPPLEMENTAL GENERAL CONDITIONS 2) All Close-Out Items have been completed and submitted to the County, including: a. Final Clean-up. b. Complete Demobilization. c. 100%of all private property has been restored. d. 100%of alt restoration in the right-of-way is completed. e. Contractor's Final Affidavit&Release of Lien(Contract Form Pages RL-1 and RL-2). f. Releases of Liens. g. Consent of Surety to Final Payment. h. Private Owner(s)acceptance of restoration. i. All Warrantees/Guarantees. j. All other Close-Out Items required by the Contract Documents. 15.0 WARRANTY AND GUARANTEE PROVISIONS REMOVE the first sentence of the General Conditions Section 15.1.A., and REPLACE with the following: "All materials and equipment furnished by the Contractor and all Work and workmanship involved in the Contract shall be free from defects due either to faulty materials or equipment or faulty workmanship, whether patent or latent, and the same is hereby warranted and guaranteed by the Contractor for a minimum period of one (1) year from the date of the Final Completion and Acceptance Certificate issued by the County, or such longer period of time as may be prescribed by the terms of any applicable special guarantees and warranties required by the Contract Documents, or as prescribed by Florida law or State or Local regulations." END OF SUPPLEMENTAL GENERAL CONDITIONS Page 6 of 6 EXHIBIT D TECHNICAL SPECIFICATIONS TS Item 01026 Measurement and Payment 01310 Construction Schedule 01505 Mobilization 01550 Maintenance of Traffic (MOT) 02400 Sod Restoration 02539 Cleaning, Televising, Photographs and Assessment 02540 Ancillary Services 02757 Manhole and Stormwater Structure Rehabilitation EXHIBIT D SECTION 01026 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 EXPLANATION AND DEFINITIONS A. The following explanation of the Measurement and Payment for the bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the bid form or relieve the Contractor of the necessity of furnishing such as a part of the Contract at no additional cost to the County. 1.02 MEASUREMENT A. The quantities set forth in the bid form are approximate and are given to establish a uniform basis for the comparison of bids. The County reserves the right to increase, decrease, or eliminate the quantity of any class or portion of the work during the progress of construction in accordance with the terms of the Contract. 1.03 PAYMENT A. Payment for each Work Assignment shall be made at the Contract unit or negotiated unit price per item of work on the basis of the work actually performed,completed,and accepted by the County.Such work includes but is not limited to,the furnishing of all necessary plant, labor,materials,appurtenances,equipment,transportation,clean up,restoration of disturbed areas, and all other expenses to complete the construction and placing the work into operation, as described in the Work Assignment and Technical Specifications, and as directed by the County. B. Payment for each item includes compensation for cleanup and restoration. Cleanup and surface restoration will be considered as ten percent (10%) of each pay item in the Work Assignment, and complete payment of each item will not be made until cleanup and restoration have been completed, and the final DVD's and logs are delivered and approved by the County. 1.04 MEASUREMENT AND PAYMENT OF LUMP SUM ITEMS A. Measurement and Payment for Lump Sum bid items will be made based on the approved Schedule of Values submitted by the Contractor. Monthly progress payments will be based on a percentage of the work completed,as approved by the County. PART 2 PRODUCTS(NOT USED) PART 3-EXECUTION 3.01 PAY ITEMS A. Manhole, Wetwell and Storm Water Structure Coatine— Polyurethane (Bid Items 1- 111 Measurement and Payment for furnishing and installing Manhole, Wetwell and Storm Water Structure polyurethane resin based coating will be made at the Contract unit price as designated on the Bid Form for the various sizes and thicknesses indicated on the Price 1/18/13 Page 1 of 4 Section 01026 EXHIBIT D Schedule of the Bid Form, of acceptable coating material installed, and shall include all necessary mobilization, labor, tools,equipment,materials,and maintenance of traffic(MOT) in residential areas required for the operation and installation of the polyurethane resin based coating. Separate payment shall be made for bypass pumping, maintenance of traffic(MOT) on arterial and FDOT roadways, the cleaning and interior surface preparation,and televising or providing photographs and assessment of the manholes and structures, in the manner specified in the Technical Specifications and as indicated in the Price Schedule of the Bid Form. Measurement of the installed coating shall be to the nearest vertical or square foot for each manhole or storm water structure coated. B. Manhole, Wehvell and Storm Water Structure Renoir(Bid Items 12-24): Measurement and Payment for furnishing and installing manhole,wetwell and storm water structure interior surface preparation, infiltration control, and repair and/or replacement of deteriorated structure sections will be made at the Contract unit price as designated on the Bid Form for the various items indicated on the Price Schedule of the Bid Form, of acceptable existing liner system removal; patching and profiling; infiltration control; bonding compound; bench and invert channel repair,chimney repair/replacement; rim and cover replacement; and rain water protector and shall include all necessary labor, tools, equipment, materials, , and maintenance of traffic (MOT) in residential areas required for the acceptable installation, surface restoration(paved or grassed areas),and completion of each item. Removal of Existing Lining System(excluding T-Lock or similar liningl(Bid Item 12),will be measured and paid for acceptable removal and proper disposal of the existing lining system(excluding T-Lock or similar lining)per square foot(S.F.)of manhole or storm water structure as directed by the County. ml ngSystem{ Item 13),will be measured and paid Refor acceptableofExistiremovalT-Lock or andSiproper milarLining disposal of theBid existing T-Lock or similar lining system per square foot(S.F.)of manhole or storm water structure as directed by the County. Patching and Profiling--Cementious Grout Only(Bid Item 14), will be measured and paid for acceptable patching and profiling per square foot as specified in the Technical Specifications and as directed by the County. Infiltration Control — Cementious or Chemical Grout(Bid Items 15), will be measured and paid for acceptable grouting based on severity, per gallon as specified in the Technical Specifications and as directed by the County. Severity will be determined using NASSCO assessment guidelines(IW& ID for infiltration,IR&IG for high infiltration). Bonding Compound (Bid Item 16), will be measured and paid for acceptable bonding compound per gallon as specified in the Technical Specifications and as directed by the County. Bench and Invert Channel Repair(Bid Item 17), will be measured and paid for acceptable repairs per linear foot as specified in the Technical Specifications and as directed by the County. Chimney Repairs or Replacement (Bid Items 18 & 19), will be measured and paid for acceptable repairs or replacement per vertical foot as specified in the Technical Specifications and as directed by the County. Rim and Cover Replacement(Bid Items 20&21),will be measured and paid for acceptable replacement per each based on required surface repairs, as specified in the Technical Specifications and as directed by the County. 1/18/13 Page 2 of 4 Section 01026 EXHIBIT D Seam Extrusion Welding(Bid Item 22),will be measured and paid for acceptable welding of seams per linear foot. The Contractor shall furnish all labor, materials, equipment, supervision, and necessary ancillaries as specified, and directed by the Engineer for; seam extrusion welding, and disposal of materials. All work shall be performed as per the manufacturer's specifications. Fusion Welding of Pipe Boot(Bid Item 23),will be measured and paid for acceptable fusion welding of pipe boot per each. The Contractor shall furnish all labor, materials, equipment, supervision, and necessary ancillaries as specified, and directed by the Engineer for fusion welding of pipe boot and disposal of materials. All work shall be performed as per the manufacturer's specifications. Install Rain Water Protector (Bid Item 24), will be measured and paid at the applicable Contract unit price bid for each rain water protector insert installed as listed on the Bid Form. Payment will be made for each rain water protector insert installed and shall represent full compensation for all labor,material,and equipment required to complete this Bid Item. C. Cleaning, Televising/Photographs. and Assessment(Bid Items 25-31):Measurement and Payment for Cleaning, Televising/Photographs, and Assessment of the existing manholes, storm water structures and wetwells directed by the County will be made at the Contract unit price per Each for(Pre-and Post-Video and/or Pictures for each manhole,structure or wetwell will be considered as one) the various conditions and work classifications indicated on the Price Schedule of the Bid Form and as defined in the Technical Specifications. Price includes all necessary labor, tools, equipment, and materials required for the Cleaning and Televising/Photographs Operations and for the removal and proper disposal of roots and the debris resulting from the Cleaning Operation. Price also includes supplying the County with two (2)copies of the digitized pre and post rehabilitation audio-video record in DVD format or digital photographs (CD); two (2) copies of the Cleaning and Inspection Logs; and three (3)copies of the final assessment report,as specified in the Technical Specifications. D. Ancillary Services(Bid Items 32-39)j Bypass Pumping(Bid Items 32-34): Measurement and Payment for bypass pumping will be made at the Contract unit price per Day for the various pump sizes indicated on the Price Schedule of the Bid Form, as approved by the County, and as defined in the Technical Specifications. This price shall include mobilizing and demobilizing the bypass pumping system, and providing sewage or storm water bypass pumping for the distance pumped over the time period required to repair and coat the manholes and storm water structures indicated in each Work Assignment. This price shall also include all necessary labor, equipment, including back-up pumps, tools, material, including pressure rated conduit, and power, including fuel, necessary for furnishing, installing,operating, maintaining, decommissioning and removing an approved bypass pumping system to divert sewage or storm water flow around the manholes and storm water structures to be repaired and coated,in accordance with the Technical Specifications.The use of flow through plugs in lieu of bypass pumping will be considered as incidental to the lining installation and not paid separately. Bypass Pumper Truck and Vac-Truck (Bid Items 35- 36): Measurement and Payment for bypass Pumper Truck and Vac-Truck will be made at the Contract unit price per Hour the trucks are performing bypass pumping operations as approved by the County. This hourly price shall include mobilizing, demobilizing, all necessary labor, equipment, tools, material, fuel, and proper disposal of sewage or stormwater on site as necessary.Note these bid items are for the Bypass Pumper Truck and Vac-Truck operations only and not for cleaning structures which would be incidental to that work. 1/18/13 Page 3 of Section 01026 EXHIBIT 0 Maintenance of Traffic(MOT)Bid Items 37&38):Measurement and Payment shall be made at the Contract unit price per each project site for the Maintenance of Traffic (MOT) Plan associated with each Work Assignment.Work components listed on the Price Schedule of the Bid Form will be measured and paid as indicated. This price includes preparing a maintenance of traffic plan for each project work site affected by the Contractor's operations. The price also includes obtaining construction permits and approvals; construction and maintenance of any necessary detour facilities; providing of personnel and facilities to guide traffic safely around the work; providing access to residences and businesses along the project; furnishing, installing and maintaining of traffic control barricades, railings, warning lights,and other safety devices during construction; the control of dust; the immediate clean- up of any spills; and any other special requirements needed for the safe and expeditious movements of traffic as defined in the Technical Specifications, as directed by the County, and as approved by the agency(s) governing traffic safety in specific work areas. Payment will be made for MOT for arterial and FDOT roadways. These roadway systems are defined as follows: Arterial roadways are streets with speed limits higher than 35 mph and up to and including 50 mph.Arterial roadways may be two lane or multilane highways. FDOT roadway are streets within FDOT right-of-way or with speed limits above 50 mph. Maintenance of Traffic for commercial, industrial, and residential streets (speed limits 35 mph or less) shall be considered incidental to other work and shall be included in the provided pay items above.No separate payment will be made for MOT for these streets. Emeraencv Mobilization (Bid Item 39): Measurement and Payment for Emergency Mobilization will be made at the Contract unit price per mobilization to the agreed project site as approved by the County. This price shall include mobilizing and demobilizing equipment and crew to the emergency project assigned by the County. END OF SECTION 1/18!13 Page 4 of 4 Section 01026 EXHIBIT D SECTION 01310 CONSTRUCTION SCHEDULE PART I-GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. Within ten days of the issuance of the Notice to Proceed for each Work Assignments, the Contractor shall prepare and submit to the County for review and approval, a construction progress schedule for the work. This schedule shall be based on calendar days, with sub- schedules of related activities,which are essential to its progress.The project duration shown on the schedule shall not exceed the time indicated on the individual Work Assignment. B. Contractor shall submit revised progress schedules on a monthly basis. No partial payments shall be approved until there is an approved updated construction progress schedule in hand. C. The Contractor shall designate an authorized representative of his firm who shall develop and maintain the construction schedule and progress and payment reports. This representative of the Contractor shall be responsible to the Contractor's Representative,who shall have the authority to act on behalf of the Contractor in fulfilling the commitments of the Construction schedules. D. The project scheduling software shall be Primavera P3elc compatible, or as otherwise approved by the County. E. The progress schedule shall demonstrate compliance with the Contract Document requirements utilizing a Critical Path Method (CPM) precedence method schedule to coordinate,plan, schedule,and perform the work(including the activities of subcontractors and suppliers). 1.02 FORM OF SCHEDULES A. The Contractor shall prepare schedules in the form acceptable to the County. I) Provide a separate horizontal bar for each activity of the Work Assignment. 2) Horizontal time scale: In weeks from start of construction and identify the first work day of each month, The schedule shall identify the day,month,and year of starting and finishing each activity. 3) Scale and spacing:To allow space for notations and future revisions. 4) Minimum sheet size: 8 If2 inches X 11 inches. 5) Maximum sheet size: 11 inches X 17 inches. B. Format of listings: The chronological order of the start of each item of work for each Work Assignment. 1.03 CONTENT OF SCHEDULES A. Show the complete sequence of construction by activity including: 1) Activity beginning and ending date 2) Duration 3) Early start date 4) Early finish date 5) Activity float and total float 12/16/11 Page 1 of 2 Section 01310 EXHIBIT D 6) Predecessor 7) Successor B. Show the dates for the beginning of and completion of each major element of construction in no more than a one-week increment scale. C. Show projected percentage of completion for each item,as of the first day of each month. D. The schedule shall clearly identify the project's critical path. Provide a list of all long lead items(equipment,materials,etc.)with anticipated delivery dates to the County. 1.04 PROGRESS REVISIONS A. Indicate progress of each activity as of the date of revision. B. Show changes occurring since previous revision of schedule: 1) Major changes in scope. 2) Activities modified since previous revision. 3) Revised projections of progress and completion. 4) Other identifiable changes. C. Provide a narrative report as needed to define: 1) Problem areas,anticipated delays,and the impact on the schedule. 2) Corrective action recommended and its effect. 3) The effect of changes on schedules of sub-contractor(s)and others. 1.05 DISTRIBUTION A. Distribute copies of the schedules to: 1) County(two hard copies,one electronic copy) 2) Subcontractors(as needed) B. Instruct recipients to report promptly to the Contractor, in writing,any problems anticipated by the projections shown in the schedules. END OF SECTION 12/16/11 Page 2 of 2 Section 01310 EXHIBIT D SECTION 01505 MOBILIZATION PART 1 -GENERAL 1.01 GENERAL A. Contractor shall mobilize as required for the proper performance and completion of each Work Assignment in accordance with the Contract Documents. B. Mobilization shall include, but not be limited to, the following items, as applicable to each Project: I) Move plant and equipment onto the Project Site necessary for Contractor's operation 2) Install temporary power,wiring,and lighting facilities 3) Establish fire protection system 4) Provide field office complete with furnishings,equipment,and utility services 5) Provide on-Site communication facilities 6) Provide on-Site sanitary facilities and potable water facilities 7) Arrange for storage yard 8) Obtain required permits 9) Post OSHA required notices and establish safety programs 10) Contractor's superintendent shall be on Site full time 11) Obtain Performance and Payment Bond when applicable 12) Obtain Builders Risk Installation Floater when applicable 13) Provide submittals 14) Install/remove silt fencing as necessary in unstabilized areas. 15) Install/remove soil tracking prevention devices per FDOT Index 106 in unstabilized areas. 1.02 PAYMENT FOR MOBILIZATION A. The costs of bonds, permits, and any additional required insurance over and above the Contractor's standard insurance as specified in Article V of the Construction Contract, and any other pre-construction expense necessary for the start of the Project, excluding cost of construction materials,shall also be included in Mobilization. B. No separate payment will be made for mobilization. Mobilization is considered incidental to other work to be performed in the Work Assignment and the costs shall be included in those identified bid items as described in Section 01026 Measurement and Payment. END OF SECTION 3/27/13 Page 1 of I Section 01505 EXHIBIT D SECTION 01550 MAINTENANCE OF TRAFFIC(MOT) PART I —GENERAL 1.01 DESCRIPTION A. Work under this Section consists of maintaining traffic within the project limits for each Work Assignment, including any temporary suspensions of work, and includes all traffic control plans, facilities, devices, and operations as required for the safety and convenience of the public and to minimize public nuisance,as specified herein. B. The Contractor's work includes preparing approved traffic control plans; construction and maintenance of approved detour facilities (where required); providing necessary facilities for access to residences and businesses along the project; furnishing, installing, and maintaining traffic control markings, signs, and safety devices; and any other special requirements for safe and expeditious movement of traffic in the project area and other impacted areas as specified herein. 1.02 STANDARD REQUIREMENTS FOR MAINTENANCE OF TRAFFIC A. All MOT work shall conform to the latest editions of the Florida Department of Transportation (FOOT) Design Standards, the Manual on Uniform Control Devices (MUTCD) Part VI, the FDOT Standard Specifications for Road and Bridge Construction, Section 102, and Sarasota County Mobility Standards. Regardless of the MOT standards and specific traffic control plan used,it is the Contractor's responsibility to maintain the work zone in a safe condition. 1.03 SUBMITTALS A. Traffic Control Plan - Prepare detailed work zone traffic control plans for County review and approval. The traffic control plan shall apply specifically to each phase of the Contractor's activities for each Work Assignment. The Contractor may not begin work until a traffic control plan is approved by the County. Except in an emergency, modifications to the traffic control plans require the County's written approval. 1.04 SPECIFIC REQUIREMENTS A. The work for MOT may include the following: 1) All roads will be kept open to two-way traffic during construction, except one-way roads and where otherwise approved in the MOT. Except in approved detoured areas, the Contractor will maintain one lane of traffic in each direction (each lane 11-foot wide minimum)at all times by using existing or constructing temporary pavement. 2) Portions of work phases may be worked concurrently with the approval of the County, provided traffic is properly maintained. 3) Temporary pavement will consist of six-inch thick suitable base and one-inch thick asphalt concrete surface;cost is included in MOT. 4) Construction of major side streets can be phased similarly to maintain one lane of traffic in each direction (each lane 1l-foot wide minimum) at all times by using existing or constructing temporary pavement. 5) Unless provided for under the hems Bid, all cost of all barricades, signing, flagmen, and temporary pavement marking are included in the cost of MOT. The Contractor will erect and maintain all barricades,warning signs,and delineators. 12116/11 Page 1 of 2 Section 01550 EXHIBIT D 6) Detouring of traffic to other roads to by-pass the project area must be approved by the Sarasota County Public Works Department before implemented. 7) The Contractor shall remove any existing striping conflicting with the MOT plan during construction and provide adequate signing and/or striping. Advanced "road closed" warning signs shall be placed at side streets at the direction of the County. 8) Paved temporary connections shall be provided at intersections as directed by the County. 9) Alternate access will be provided to all residences and businesses whenever construction interferes with the existing means of access. The Contractor is not permitted to isolate residences or businesses. 10) Major intersections shall have through movements maintained at all times during construction except during short periods of time approved by the County. I I) Traffic shall be maintained on paved,dust free surfaces at all times. 12) The resetting of traffic signs on side streets and the resurfacing and/or pavement marking on detour roads and/or side streets before and after construction is completed shall be included in the cost of Maintenance of Traffic. 13) The County shall approve any alteration of approved traffic patterns prior to implementation. 14) The Contractor is responsible for establishing a work schedule so that any location under construction will not be left in a hazardous condition at the completion of the work day. 15) When construction activities require flagmen for traffic control, the Contractor will employ the appropriate number of trained, competent flagmen, and will provide them with appropriate equipment in good condition. 16) Temporary approaches or crossings and intersections with trails, roads, streets, businesses,residences,and parking lots and parking garages will be provided and maintained in a safe condition by the Contractor. The Contractor shall take precautions to protect the work and the safety of the public. END OF SECTION 12/I6/11 Page 2 of Section 01550 EXHIBIT D SECTION 02400 SOD RESTORATION PART 1 -GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. Work under this section consists of furnishing all labor, material and equipment to replace and maintain all grassed areas disturbed during construction of each Work Assignment by the furnishing and placing sod,as directed by the County. 1.02 REFERENCE DOCUMENTS A. Materials used in this work shall conform to the following requirements of Florida Department of Transportation Standard Specifications for Road and Bridge Construction, current edition: I) Sod-Section 981-3 2) Fertilizer-Section 982 3) Water-Section 983 1.03 SUBMITTALS A. Submit certifications and identification labels for all sod and fertilizer supplied. PART 2—PRODUCTS 2.01 SOD A. Grassed areas disturbed by the Contractor's operation shall be restored with sod of the same type as the existing lawn grass type. B. The sod shall be taken up in commercial-size rectangles, preferably 12-inch by 24-inch or larger,except where 6-inch strip sodding is called for. C. The sod shall be sufficiently thick to secure a dense stand of live grass. The sod shall be live, fresh and uninjured at the time of planting. It shall have a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. It shall be reasonably free of weeds and other grasses. It shall be planted as soon as possible after being dug and shall be shaded and kept moist from the time it is dug until it is planted. D. Sod should be handled in a manner to prevent breaking or other damage. Sod shall not be handled by pitch forks or by dumping from trucks or other vehicles. Care shall be taken at all times to retain the native soil on the roots of each sod roll during stripping and handling. Sod that has been damaged by handling during delivery, storage or installation will be rejected. 2.02 FERTILIZER A. Chemical fertilizer shall be supplied in suitable bags with the net weight certification of the shipment. Fertilizer shall be 12-8-8 and comply with Section 982 of the FDOT Standard Specification for Road and Bridge Construction. 12/16/11 Page 1 of 3 Section 02400 EXHIBIT D B. The numerical designations for fertilizer indicate the minimum percentages (respectively) of(1) total nitrogen, (2)available phosphoric acid and(3) water soluble potash, contained in the fertilizer. C. The chemical designation of the fertilizer shall be 12-8-8, with at least 50 percent of the nitrogen from a non water-soluble organic source. The nitrogen source may be a urea- formaldehyde source provided it is not derived from a waste product of the plastic industry. 2.03 EQUIPMENT A. The device for spreading fertilizer and seed shall be capable of uniformly distributing the material at the specified rate. PART 3-EXECUTION 3.01 SOD BED PREPARATION A. Areas to be restored shall be cleared of all rough grass, weeds, and debris, and brought to an even grade. B. The soil shall then be thoroughly tilled to a minimum 6-inch depth. C. The areas shall then be brought to proper grade, free of sticks, stones, or other foreign matter over '/: inch in diameter or dimension. The surface shall conform to finish grade, less the thickness of the sod, free of water-retaining depressions. 3.02 INSPECTION A. The County shall verify that soil preparation and related preceding work has been completed.Work will not begin until conditions are satisfactory. 3.03 SOD HANDLING AND INSTALLATION A. During delivery,prior to planting,and during the planting of sod areas,the sod panels shall at all times be protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting so as not to be damaged by sweating or excessive heat and moisture. B. After completion of soil conditioning as specified above, sod panels shall be laid tightly together so as to make a solid sodded lawn area. On mounds and other slopes, the long dimension of the sod shall be laid perpendicular to the slope. Immediately following sod laying the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered. C. Sod shall be placed to restore all areas where grass existed prior to construction; on all slopes of 3 horizontal on 1 vertical (3:1)or greater; in all areas where erosion of soils will occur; along edge of roads, driveways, and structures; and as directed by the County. Sod shall be pinned as necessary on sloped areas to maintain the tight placement of sod panels. 12/16!11 Page 2 of 3 Section 02400 EXHIBIT D 3.04 SOD MAINTENANCE A. The sod shall produce a dense, well established growth. The Contractor shall be responsible for the repair, mowing (6" maximum height) and re-sodding of all eroded or bare spots until project acceptance. Sod repair shall be accomplished as in the original work. B. Sufficient watering shall be done by the Contractor to maintain adequate moisture for optimum development of the sodded areas. Sodded areas shall receive no less than I.5 inches of water per week for at least 2 weeks. Thereafter,the Contractor shall apply water for a minimum of 60 days as needed until the sod takes root and starts to grow or until final acceptance,whichever is latest. END OF SECTION 12/16/11 Page 3 of 3 Section 02400 EXHIBIT D This page left blank intentionally EXHIBIT D SECTION 02539 CLEANING,TELEVISING,PHOTOGRAPHS AND ASSESSMENT PART 1 GENERAL 1.0I DESCRIPTION A. Work to be performed under this section includes cleaning, televising/pictures,and assessing manholes and storm water structures located throughout Sarasota County,Florida. 1.02 SUMMARY A. The Contractor shall perform the flushing, cleaning, closed circuit televising/pictures (DVD format),and assessment of each manhole/structure specified in the Work Assignment. B. Cleaning shall include, as required, removal of sand, silt, and debris; water jetting/pressure washing; root removal; scales and corrosion scraping and removal; and the proper collection and disposal of the resulting cleaning operations debris. C. Televising shall include producing and supplying two(2)copies of the pictures/digital audio- video records in DVD format, and the Cleaning and Television Inspection Log of each manhole and storm water structure specified and directed. D. Assessment shall include defect/observation coding as established by NASSCO's Manhole Assessment and Certification Program (MACP) for all manholes/structures cleaned and televised.Assessment shall be conducted by personnel certified in NASSCO's MACP.Rating and ranking system shall follow methods established by NASSCO Pipeline Assessment and Certification Program(PACP). 1.03 REQUIREMENTS A. The Contractor shall conduct his operations in strict accordance with all applicable Federal, State,and Local safety codes and regulations,and shall be responsible to maintain and ensure the safety of the public and work personnel at the project site. The Contractor shall, at all times, conform to all applicable Occupational Safety and Health Administration (OSHA) Standards. B. Television inspection video operator shall comply with the National Association of Sewer Service Companies (NASSCO). The Contractor shall have television inspection personnel certified in NASSCO's Manhole Assessment and Certification Program(MACP). C. The Contractor shall be responsible for the loading, transportation, and disposal of all waste materials generated by its operations, to the nearest approved landfill, meeting all Local, State,and Federal rules and regulations. D. The Contractor shall ensure compliance with the latest editions of Chapter 40 CFR Part 263. "Standards Applicable to Transporter's of Hazardous Waste" and Chapter 17-730, Part 3 of the Florida Administrative Code(FAC),as applicable. 1/17/13 Page I of 6 Section 02539 EXHIBIT D E. The Contractor shall conform to traffic control and maintenance of traffic (MOT) requirements of the State of Florida Department of Transportation(FDOT), and the Sarasota County Public Work, Mobility Standards, when working within public roadways and rights- of-ways. F. The Contractor shall mobilize and be on site within ten (10) days following issuance of the Notice to Proceed for each Work Assignment by the County, unless otherwise agreed to by the Contractor and the County. In the case of an emergency, the Contractor shall respond within twenty four(24)hours of the telephone notification by the County, to be followed by the issuance of a written Work Assignment. G. The Contractor shall inform the County in writing of its planned work schedules and shall afford the County reasonable opportunity to observe and inspect the Contractor's work in progress. The County will be advised of all scheduling changes. Once work has begun in an area,the Contractor shall complete the work without interruption. H. The Contractor shall provide the County with a forty eight(48)hours notice prior to the start of work. 1.04 SUBMITTALS A. Contractor shall submit to the County for review and approval: 1) Names and qualifications of sub-contractor, personnel and equipment to be assigned to the cleaning and televising work. No cleaning or televising work shall commence until this submittal has been approved. 2) Two(2)copies of the cleaning and television inspection logs for each manhole/structure shall be submitted with each payment application. 3) Two(2) copies of the DVD's of television inspections performed for each manhole and storm water structure specified in the Work Assignment shall be submitted with each payment application. 4) Three(3)copies of the final assessment report shall be provided to the County at the time of the Work Assignment completion. Final payment will not be made until the final assessment report is received and approved by the County. 1.05 CLEANING A. The manholes/structures shall be cleaned by removing dirt, rock, sand, mots and other deleterious materials from the manholes/structures.The cleaning equipment shall be capable of removing grease, roots, protrusions, and scale and corrosion (tuberculation) from the manholes and storm water structures. The cleaning process may be accomplished while the manhole/structure is flowing,however,by-pass pumping may be required. B. All necessary precautions are to be taken to protect the manholes/structures from damage resulting from the cleaning process. Damage to the manholes/structures or flooding of private or public property, resulting from the cleaning operation, shall be the responsibility of the Contractor to correct. 1.06 CLEANING EQUIPMENT A. The cleaning system shall utilize a device capable of dislodging sediments found in sewer and storm water manholes and structures without damaging their structural integrity. 1/17/13 Page 2 of 6 Section 02539 EXHIBIT D B. The equipment shall include a high velocity gun for washing and scouring manhole and storm water structure walls and floors. The gun shall be capable of producing flows from a fine spray to a solid stream. C. The cleaning devices shall have sufficient power to force and move the debris for extraction. D. The cleaning equipment shall come complete with water tank,auxiliary engines,pumps,and hose reels. E. Where required,equipment shall be provided by the Contractor which is capable of removing roots and removing scale and rust build-up(turberculation) without damage to the manholes and storm water structures. F. The cleaning method employed shall maintain normal flows during the cleaning process. G. Solids shall be removed by vacuuming the debris to the surface. Approved equipment shall decant and separate the water from the solids before it is transported to an approved disposal site.Liquid decanted from the solids shall be returned to the pipeline system. 1.07 REMOVAL OF DEBRIS A. Materials generated by the cleaning operation shall be removed by vacuuming the manhole and storm water structure. Suitable plugs and by-passing, or internal temporary piping, shall be used to prevent the movement of solids to adjacent sections of pipe. B. Waste materials and debris resulting from the cleaning operations,shall be removed,drained of excess fluid, and conveyed by the Contractor to an approved waste disposal site. The disposal site shall be accessible during Contractor working hours. All permits required for Ioading and transporting the waste material shall be the responsibility of the Contractor.The Contractor shall coordinate disposal of this material with the County.Under no circumstances shall the debris removed for the pipelines be dumped onto the streets or into ditches, catch basins,or storm water system. C. Liquid that is properly decanted from the waste material can be drained into the pipeline system after obtaining County approval, D. Unless otherwise provided for in the price schedule of the bid form,all costs associated with the removal, draining, loading, transporting, and disposal of debris and waste materials generated by the cleaning operation shall be considered incidental to the cleaning of the manholes and storm water structures,and therefore considered included in the Unit Prices bid for cleaning. 1.08 TELEVISION/PHOTOGRAPH INSPECTION A. Tuuipment and TV Picture Quality: The TV camera must be specifically designed for manhole and storm water structure inspection, small, rugged and waterproof. The camera must have its own light source suitable to provide a clear bright color picture of the entire structure. The camera shall have the ability to turn and view into the upstream and downstream pipe, and focus on any pipe to manhole/structure connection damage or defect. The camera,television monitor,and other components of the video system shall be capable of 1/17/13 Page 3 of 6 Section 02539 EXHIBIT D producing a picture quality adequate for the purposes of the inspection. The County shall determine the adequacy of the picture quality when the work is started. B. TV Inspection Procedures: I) The camera system shall be capable of assessing (making visible) all interior manhole and storm water structure surfaces any time during the inspection.Excessive water in the manhole/structure shall be removed by the Contractor for proper inspection. C. Documentation: Documentation of the television inspection shall be prepared by the Contractor at the site on a daily basis.The County shall observe that documentation(entering voice data on the video DVD and preparing computer generated inspection logs) is being properly, accurately and legibly done during the TV inspection of each manhole/structure. The County shall sign the Contractor's daily logs as evidence that the work was observed. D. Operating Personnel: Television inspection video operator shall comply with the National Association of Sewer Service Companies (NASSCO). The Contractor shall have television inspection personnel certified in NASSCO's Manhole Assessment and Certification Program (MACP). E. Digital photographs and inspection logs of each structure identified to be rehabilitated may be completed in lieu of the TV inspection requirements. Pre and post rehabilitation photographs are required. The camera for taking photographs shall be a minimum of 10 mega pixels and proper lighting and complete coverage of each structure shall be required. F. Payment Request Submittals: The Contractor shall provide copies of the audio-video or digital photograph DVD's,and the Inspection Logs to the County with each Pay Request. 1.09 WATER: The water present in the pipelines may be utilized to provide necessary fluid for the cleaning devices.The use of potable water from a public,private,or reclaimed water system for manhole and storm water structure cleaning shall be permitted,and may be required.The cost of any water used for cleaning shall be the Contractor's responsibility. See Public Bid Disclosure Act Form,page BD-2 for costs of meter and water usage. PART 2 PRODUCTS—NOT USED PART 3 EXECUTION 3.01 SYSTEM FLOW CONTROL A. The Contractor shall divert the upstream system flow around the manhole/structure being cleaned and televised, as necessary, and discharge the intercepted flow to a downstream manhole or other suitable outlet. By-pass set-up and operation shall be as specified in the Technical Specifications. B. Where manholes/structures are determined by the County to be of a critical nature and cannot be by-passed during normal work hours,cleaning and televising work shall be required at low flow periods,which may include nighttime hours. C. If system flow is minimal and cleaning and televising can be performed in a timely manner, bypassing may not be required. 1/17/13 Page 4 of 6 Section 02539 EXHIBIT D D. The use of an internal by-pass pipe, properly installed and operational, may be approved by the County.The Contractor must demonstrate that the method used will not interfere with the cleaning,televising,and assessment work to be performed. E. Interruption of Sanitary Sewer Flows: 1) The Contractor shall place informational door hangers on customer's doors forty eight (48) hours prior to commencement of work in a particular area. The Contractor shall make every effort possible to notify each customer whose service may be affected by the cleaning and televising operations. 2) At no time will any service Iateral remain inoperative for more than an eight (8) hour period. Any service outage for more than 8 hours will be temporarily by-passed into the mainline sanitary sewer in a manner approved by the County and at the Contractor's expense. F. The Contractor shall be responsible for any system back-up or any damage that may be caused by the Contractor's operations. 3.02 CLEANING AND TELEVISING A. The Contractor shall clean and televise the manholes and storm water structures to be repaired and coated. The interior surface of the manholes/structures shall be cleaned with high pressure water jet equipment.The Contractor shall remove waste product build-up,hard scales(tuberculation), roots, debris,grease,and other deleterious materials before any repair or coating work is performed. All manhole/structure damage, and infiltration points shall be noted on the digital video record (DVD) and recorded in the cleaning and television inspection logs. B. The Contractor shall notify the County if any severe problems are discovered during televising. If conditions such as damaged upstream or downstream piping or major blockages are found,or where additional damage would occur if cleaning is attempted or continued,the Contractor shall notify the County and request further direction on how to proceed. C. Any damage caused by the Contractor to any existing pipe or structure will be immediately repaired to a condition equal to or better than its original condition at the Contractor's expense. 3.03 PROTRUDING ROOTS: When directed by the County, existing roots that protrude into the manhole or storm water structure shall be removed to within one-quarter(1/4") inch of the inside wall of the manhole/structure by means of mechanical equipment. Root protrusions shall be ground using grinding tools specifically designed for this purpose. The finished product shall be uniform and smooth to accept the repair and coating products to provide a proper seal. 3.04 TRAFFIC CONTROL AND MAINTENANCE OF TRAFFIC: Manholes and storm water structures to be cleaned and televised may be in backyard easements; or in light traffic subdivision roadways, collector roads, or highways requiring Maintenance of Traffic plans conforming to Florida Department of Transportation and/or Sarasota County requirements. 3.05 CLEANUP: Cleanup is an essential part of the work. As the work progresses and is completed, the Contractor shall clean the various work sites of all excess materials and debris, completely restoring all work areas to the satisfaction of the County.This cleanup shall be done as promptly 1/17/13 Page 5 of 6 Section 02539 EXHIBIT D as practicable and shall not be left until the end of the project.No part of the work is considered complete and no payment will be made until cleanup has been completed and accepted by the County. 3.06 FINAL ACCEPTANCE A. AudioNideo DVD or Digital Photographs: Inspection of manholes and storm water structures cleaned shall be by television or digital photograph inspection. The Contractor shall provide the County with two(2)copies of the digitized video discs DVD(Granite XP or equal)or digital photographs,with data-view and accurate footage displayed as follows: 1) Street name and nearby address 2) Manhole/structure numbers 3) Any noted manhole/structure defect or damage,with assessment of damage 4) Any visible infiltration,with an assessment and estimate of inflow rate B. Inspection Log: Two (2) copies of the cleaning and television/photographic inspection logs for each manhole/structure completed for the Work Assignment shall be submitted to the County prior to final payment of the Work Assignment. C. Assessment Report: Three (3) copies of the final assessment report and one completed electronic data base in Excel (to be provided per work assignment), meeting NASSCO requirements, shall be provided to the County at the time of the Work Assignment completion. Final payment will not be made until the final assessment report is received and approved by the County. END OF SECTION (/17/13 Page 6 of 6 Section 02539 EXHIBIT D SECTION 02540 ANCILLARY SERVICES PART 1 GENERAL 1.01 SCOPE A. The Contractor shall provide for the mobilization of personnel,and equipment;bypass pumping as required; and the maintenance of traffic for each Work Assignment. B. The work includes furnishing all labor,tools,equipment and materials and performing all operations necessary to mobilize,bypass pump,and control traffic as specified and directed. 1.02 REQUIREMENTS A. The Contractor shall conduct his operations in strict accordance with all applicable Federal, State,and Local safety codes and regulations,and shall be responsible to maintain and ensure the safety of the public and work personnel at the project site. The Contractor shall, at all times, conform to all applicable Occupational Safety and Health Administration (OSHA) Standards. B. The Contractor shall conform to traffic control and maintenance of traffic (MOT) requirements of the State of Florida Department of Transportation(FDOT), and the Sarasota County Public Work, Mobility Standards, when working within public roadways and rights- of-ways. 1.03 MOBILIZATION A. Mobilization shall conform to Section 01505 of the Technical Specification. 1.04 BY-PASS PUMPING A. Furnish,operate,and maintain by-pass pumping equipment as required.Pump motors shall be equipped with mufflers that conform to the Sarasota County Noise Ordinance, and as specified below. 1.05 MAINTENANCE OF TRAFFIC A. Maintenance of traffic shall conform to Section 01550 of the Technical Specifications. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment may be new or used,suitable for the intended purpose,but must not violate requirements of applicable codes and standards. B. Any materials or equipment supplied under this section which is deemed unsuitable by the County shall be removed from the project and replaced by the Contractor at no additional cost to the County. 12/16/11 Page 1 of 3 Section 02540 EXHIBIT D PART 3 EXECUTION 3.01 BYPASS PUMPING A. The Contractor shall supply primary and back-up pumps,conduits, fuel and other equipment, including all stand-by equipment, to divert the flow around the facilities in which work is to be performed. B. The by-pass system shall be of sufficient capacity to handle existing flows plus additional flow that may occur during a rain event. The Contractor shall be responsible for furnishing the necessary labor and supervision to set up and operate the by-pass pumping systems. C. A float ball type level control and monitoring system shall be implemented. The pump shall be equipped with high level alarm functions with auto-dialer control capable of calling the Contractor and up to four (4) additional phone numbers. One phone number shall be dedicated to a County designee. D. The design of the temporary by-pass systems shall be the responsibility of the Contractor, however, such systems shall be subject to approval by the County. The Contractor shall submit two (2) sets of detailed drawings, including pump type, make and model, manufacturer's flow data, hydraulic calculations, curves,specifications, a description of the temporary by-pass equipment and a by-pass plan to the County for approval at least ten(I0) days prior to the installation and operation of any temporary by-pass system. E. The by-pass plan must include specific site sketches and diagrams. A sequential order of pumping operation procedures shall include a description of by-pass monitoring,maintaining of suction screens, fueling, odor control, and life safety and security. The Contractor shall provide emergency contact(s)-24!7 phone number(s),to the County. F. Noise levels between 7:00 p.m. and 7:30 a.m. shall not exceed 70 dB measured at a distance of 25 feet from the pump motor.All pumps shall be of a quiet pack type unit. G. If the Contactor' s operations disrupt system flows,except for such brief periods as expressly required and approved by the County,the Contractor shall immediately make all repairs,and do all work necessary to restore flows to the satisfaction of the County, at no additional cost to the County.The by-pass operation shall progress continuously on a 24-hour per day,7-day per week basis, until flow is re-established. The Contractor shall provide the services of emergency repair crews on call 24 hours per day. H. Any fines or damage caused by not maintaining system flows as specified above shall be the responsibility of the Contractor. 3.02 MAINTENANCE OF TRAFFIC(MOT) A. Contractor shall be responsible for the design, submittal, and approval of the Project's maintenance of traffic (MOD plans by the proper reviewing agencies. It will be the Contractor's responsibility to set up and maintain the MOT according to State and Local transportation agency regulations. All MOT work shall conform to the requirements of the Sarasota County Public Works-Mobility Standards. B. The Contractor shall at all times conduct the work as to ensure the least passible disruption to traffic and inconvenience to the general public, including nearby residents,and to ensure the protection of persons and property,in a manner satisfactory to the County. 12116111 Page 2 of 3 Section 02540 EXHIBIT D C. The Contractor shall not begin work until the Maintenance of Traffic Plan is approved in writing by the County and Sarasota County Public Works-Mobility.Any modification to the M.O.T.plan requires County written approval. D. All spills caused by Contractor's operation will be cleaned up immediately. Dust will be controlled by the Contractor on a daily basis. E. All costs in connection with the Maintenance of Traffic work shall be included in the unit and/or lump sum prices established under the Price Schedule of the Bid Form. END OF SECTION • 12/16/11 Page 3 of 3 Section 02540 EXHIBIT D This page left blank intentionally EXHIBIT D SECTION 02757 MANHOLE AND STORMWATER STRUCTURE REHABILITATION PART 1 —GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. Work under this section includes furnishing all labor, materials,accessories,equipment,and tools and performing all operations required to furnish and install manhole and storm water structure repairs and interior coatings for corrosion protection and infiltration elimination, in accordance with the Contract Documents,Work Assignments,and as directed by the County. B. Work also includes providing all necessary labor, equipment, and tools for the proper removal and disposal of the existing deteriorated and failed lining and coating systems, as applicable. C. Items of work covered under this section include cleaning,surface preparation,and repair of manhole and stormwater structure interiors, including box culverts, sealing leaks and defects with approved cementitious or chemical grout, and applying an approved interior coating, where directed. D. Work also includes the repair of manhole benches and inverts; removal of roots; manhole chimney repairs and/or replacements; and manhole rim and cover replacements; all as specified below,described in the Work Assignment,and directed by the County. E. The Contractor shall observe all standards of safety for confined space entry and chemical usage as stipulated by OSHA,and other federal, state and local agencies. These include, but are not limited to, air quality monitoring, safety harnesses and equipment, air/oxygen breathing apparatus, the wearing of chemical resistant safety suits where applicable, and minimum number of workers on the job site. The Contractor shall comply with the manufacturer's Materials Safety Data Sheet(MSDS)for the products used under this section. F. When required by coating manufacturer, the concrete must be fully hydrated, prior to application of the coating to the concrete,masonry, or brick surfaces. Contractor shall assure that the hydration process for newly installed structures has reached its completion prior to application of coating. 1.02 SUBMITTALS A. The Contractor shall submit complete sets of Product Data and Material Safety Data Sheets for the repair systems and interior coating system to the County for review and approval, prior to scheduling any repair and coating work. B. The Contractor shall submit manufacturer's application and installation instructions to the County for all products used. C. The Contractor shall provide documentation to the County that the manufacturer has a minimum of five(5)years experience in producing the proposed coating system,and that this proposed system produced successful protection and rehabilitation of manholes and stormwater structures. 12116/11 Page I of 6 Section 02757 EXHIBIT D 1.03 WARRANTY A. The coating manufacturer shall supply the County a minimum five (5) year manufacturer's written warranty of the selected coating system against failure to adhere to the manholes and stormwater structures,failure against abrasion,acid,hydrogen sulfide attack,chemical attack, microbiologically induced corrosion, pinhole development, or any other defect which would lead to deterioration or infiltration. B. Any dispute between the Contractor and the manufacturer regarding fault of defects shall not affect this warranty to the County. If failure is detected by the County within this five(5)year period, the coatings shall be repaired or replaced to the satisfaction of and at no cost to the County. PART 2—PRODUCTS 2.01 GENERAL A. Interior manhole and stormwater structure coating systems specified herein shall be resistant to abrasion, acid, hydrogen sulfide attack, chemical and corrosion attack; and prevent infiltration. B. This specification provides for polyurethane coating system as follows: 1) Spray applied self priming polyurethane resin based coating system containing 100% solids, and volatile organic compound (VOC) free. The coating shall be a minimum of 1/4" thick for new construction and from 1/2" thick to 1" thick for rehab construction, applied in one or two coats. The product shall be SprayWall'D, as manufactured by SprayRoq Protective Lining Systems,Birmingham,AL;or equal. C. The materials used shall be designed, manufactured, and intended for use in sanitary sewer and storm water system manholes and structure protection and rehabilitation. The materials shall have been successfully used in manhole and stormwater structure construction and rehabilitation projects as determined by the County, base on information provided by the Contractor. D. The selected product or system must bear the manufacturer's certification that it will fulfill the requirements described herein when applied in accordance with the manufacturer's written instructions. The Contractor shall be certified by the manufacturer to install the approved repair and coating system;and shall supply a list of locations and references for at least three(3)projects,in which the product was successfully installed and operational for the past 5 years. 12/16/11 Page 2 of 6 Section 02757 EXHIBIT D 2.02 PATCHING MIX A. A quick setting, fiber reinforced, cementitious compound, shall be used as a patching and profiling mix. It shall be mixed and applied per manufacturer's recommendation and meet the following minimum requirements: Compressive Strength ASTM C109 1,400 psi @ 6 Hour 5,000 psi @ 28 Days Flexural Strength ASTM C293 550 psi @ 28 Days Shrinkage ASTM C596 0%®90%R.N. Bond Strength ASTM C321 145 psi @ 28 Days 2.03 INFILTRATION CONTROL MIX A. A rapid setting cementious or chemical product(Strong-Plug,DeNeef AC-400,Avanti AV-I 18, or equal), specifically formulated for leak control shall be used to stop minor water infiltration. The product shall be mixed and applied according to manufacturer's recommendations,and capable of stopping visible leaks. 2.04 HIGH INFILTRATION GROUTING MIX A. A rapid setting cementious grout (Strong-Plug, or equal), shall be used for stopping very active infiltration,and filling voids, cracks, missing mortar, and other substrate defects. The product shall be mixed and applied according to manufacturer's recommendations. The cementitious grout shall be volume stable having a minimum I day compressive strength of 50 psi,and a 28 day compressive strength of 250 psi. B. A rapid setting chemical acrylic, acrylic based, or urethane based grout (DeNeef AC400, Avanti AV-202,or equal),specifically formulated for stopping very active infiltration may be substituted with approval of the County. The chemical grout shall consist of a principal sealant constituent, an initiator (trigger), and a catalyst, and be mixed and applied in accordance with manufacturer's recommendations. C. Application may include drilling of the manhole walls and pressure grouting the exterior to produce a grout curtain capable of stopping visible leaks. 2.05 MANHOLE RING AND COVER REPLACEMENTS shall conform to the typical details;shall be watertight with no perforations in the cover;and shall be capable of withstanding H-20 traffic loading in paved areas. 2.06 MANHOLE CHIMNEY REPLACEMENTS shall conform to the typical details;and based on existing conditions as directed,shall be pre-cast concentric or eccentric cone sections;pre-cast top slab sections;and/or pre-cast concrete rings or non-metallic(HDPE)adjustment rings. In no case shall brick be used to adjust ring and cover to finish grade. 2.07 RAIN WATER PROTECTOR inserts shall be as manufactured by FRW Industries, Conroe, Texas, or equal. Inserts shall be complete with a self-cleaning relief valve. Relief valves shall operate on a pressure differential of'h psi.Neoprene gaskets shall be installed under the insert lip to insure a leak proof seal. 2.08 WATER 12/16/11 Page 3 of 6 Section 02757 EXHIBIT D A. Water shall be clean and potable. 2.09 BONDING COMPOUND A. Material shall be a modified cementitious bonding compound that protects exposed reinforcing steel, enhances bond of overlay to substrate, and is compatible to the selected coating system. 2.10 POLY URETHANE RESIN BASED COATING MATERIALS A. The resin based coating shall be used to form a structurally enhanced monolithic coating covering all interior manhole and stormwater structure surfaces including walls, inverts, and benches, and shall have an applied minimum density of 81 +/- pounds/cubic foot, with the following minimum properties: Compressive Strength ASTM D695 7,500 psi @ 28 days Flexural Strength ASTM D790 12,000 psi @ 28 days Tensile Strength ASTM D638 7,000 psi @ 28 days Shrinkage ASTM D2566 <0.50%@ 95%R.H. Adhesion to Concrete ASTM D454 1 Substrate Failure Bond Strength ASTM C882 >1,600 psi @ 28 days PART 3—EXECUTION 3.01 GENERAL A. The repair of manholes and stormwater structures, including concrete box culverts, may be limited to patching only, infiltration control and patching, coating only, or a combination thereof. The County shall direct the rehabilitation of each such structure, and measure and pay for the repair system and coating method(s)actually used and approved. B. Sanitary sewer and/or storm water flow control, as specified in the technical specifications shall be exercised by the Contractor as required to ensure that no flowing sewage and/or storm water comes into contact with the manhole or structure surfaces being coated. C. New concrete structures shall be cured for at least 30 days prior to application of resin based coatings. 3.02 PREPARATION A. The manhole and structure surfaces,including box culverts,shall be clean,structurally sound and free from oil, grease, loose mortar, paints, existing protective lining or coating systems, efflorescence,laitance,or other deleterious materials or substances. B. Existing leaks and defects shall be sealed and repaired prior to application of the coating with the use of the products referenced above.The Contractor shall bring the interior surfaces to a smooth profile by filling voids,cracks,missing mortar,and correcting other substrate defects. C. An approved patching mix shall be used to repair manhole inverts and benches. Repaired finish of inverts and benches shall conform as closely as possible to the typical details. 12/16/11 Page 4 of 6 Section 02757 EXHIBIT D D. Where directed, deteriorated manhole chimneys shall be repaired and rebuilt with an approved patching mix,or replaced per the typical details. Extensive repairs shall require the use of steel dowels and high strength concrete or grout formed to the original shape of the chimney,where required and directed by the County. E. Where directed,manhole ring and covers shall be installed per typical details and as follows: 1) Ring and cover assembly shall be placed in a full bed of mortar. 2) Paved surfaces shall be restored to an "as good" condition acceptable to the governing right-of-way agency. 3) In unpaved areas, the cover shall be set one (1") inch above finished grade with the surrounding surfaces returned to an"as good"condition,acceptable to the County. 4) The manhole rim and cover in its final position, shall be capable of withstanding H2O traffic loading; shall be constructed such that is does not rattle or have movement when hit by traffic; and be set flush with the finished pavement grade, when located in paved areas. 3.03 APPLICATION OF POLYURETHANE COATING A. The resin based coating system shall be applied over the entire interior of the manholes and stormwater structures in accordance with manufacturer's instructions and recommendations, with a minimum thickness of 1/4" for new construction and from 1/2" thick to 1" thick for rehab construction, as recommended by the coating manufacturer. Application shall be performed by a manufacturer certified applicator, as applicable. Appropriate protective equipment shall be used. B. When applied to highly deteriorated concrete, masonry, or brick surfaces lacking in interior mortar,a cementitious based concrete patching mix shall be used to create a smooth surface, with a minimum of 1/2"thickness at its thinnest point,prior to application of the urethane or epoxy coating. C. Coating system shall be thoroughly mixed and applied with a heated plural component spray system, cleaned and free of any build-up. Coating shall be applied by a trained technician certified by the manufacturer. D. The final application shall have a minimum of 2 hours cure time, or as otherwise recommended by the manufacturer, before being subjected to active sewage and/or storm water flows. E. Traffic shall not be allowed over manholes and structures for 6 hours after the coating application has been completed,or as otherwise recommended by the manufacturer. 3.04 TESTING AND INSPECTION A. After the coating application specified herein has been completed, the manholes and stormwater structures shall be subjected to visual inspection and third party testing. B. Visual inspections for water tightness, completeness of coating, and coating thickness shall be performed by the County and the Contractor.All observed visible leaks and defects in the 12/16/11 Page 5 of 6 Section 02757 EXHIBIT D coating shall be repaired by the Contractor to the County's satisfaction. There shall be no visible infiltration. C. The Contractor shall provide coating thickness test apparatus as approved by the coating manufacturer, and shall test the coating thickness of each manhole and stormwater structure in the presence of the County. D. Third party testing will consist of holiday (spark) testing of the coating, and/or adhesion (bond) testing of the coating to the substrate per applicable ASTM testing methods,and shall meet the physical requirements listed in the technical specifications. Type and frequency of testing shall be determined by the County. Initial testing shall be scheduled and paid for by the County. The contractor shall repair any holiday found or damage to the coating resulting from adhesion testing at no additional expense to the County. I). Should the coating fail to meet initial test requirements,the contractor will be directed to perform additional testing at Contactor's expense. Failure of adhesion testing will require additional tests in the structure to determine the limits of the defective application. The contractor shall remove any defective coating and replace per manufacturer's specifications and requirements at no additional expense to the County. E. During the course of the warranty period, and prior to expiration of the warranty period, the new or rehabilitated manholes and stormwater structures may be visually inspected for water tightness and coating condition by the County. All observed visible leaks and defects in the coating shall be repaired and re-coated by the Contractor to the County's satisfaction, at no additional cost to the County. There shall be no visible infiltration or evidence of infiltration such as stains,etc,in order to be found acceptable. END OF SECTION 12/16/11 Page 6 of 6 Section 02757 EXHIBIT E SECTION 11 EPA STORMWATER MANAGEMENT GUIDANCE U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA) POLLUTION PREVENTION PLAN &. PERMIT GUIDANCE NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) EXHIBIT E SECTION 11 `w. A BRIEF GUIDE TO REQUIREMENTS FOR DEVELOPING AND IMPLEMENTING POLLUTION PREVENTION PLANS FOR CONSTRUCTION ACTIVITIES Storm water runoff is part of the natural hydrologic cycle. However, human activities, particularly urbanization, can alter natural drainage patterns and add pollutants to the rainwater and snowmelt that run off the earth's surface and enter our Nation's rivers, lakes, streams, and coastal waters. In fact, recent studies have shown that storm water runoff is a major source of pollutants impairing our sport and commercial fisheries, restricting swimming, and affecting the navigability of many of our nation's waters. Recognizing the importance of this problem, Congress directed the U.S. Environmental Protection Agency (EPA) to develop a federal program under the Clean Water Act to regulate certain high priority storm water sources. The issuance of storm water discharge permits under the National Pollutant Discharge Elimination System (NPDES) is a major part of the Agency's efforts to restore and maintain the nation's water quality. In October 2000, the EPA authorized the Florida Department of Environmental Protection (DEP) to implement the NPDES stormwater permitting program in the State of Florida (with the exception of Indian country lands). The program regulates point source discharges of stormwater runoff from certain construction sites and was developed by EPA in two phases: Phase I regulates "large"construction activity (disturbing 5 or more acres of total land area) and Phase II regulates "small" construction activity (disturbing between 1 and 5 acres of total land area). The "operator" (i.e., the entity that owns or operates the project and has authority to ensure compliance) of regulated construction sites must obtain an NPDES stormwater ( permit and Implement appropriate pollution prevention techniques to minimize erosion and sedimentation and properly manage stormwater. DEP adopted under Rule 62-621.300(4), F.A.C., the Generic Permit for Stormwater Discharge from Large and Small Construction Activities (CGP) (DEP Document 62-621.300(4)(a)) which is applicable to Phase I large construction and Phase II small construction. It is important to note that the permit required under DEP's NPDES Stormwater permitting program is separate from the Environmental Resource Permit (ERP) required under Part IV, Chapter 373, F.S., a stormwater discharge permit required under Chapter 62-25, F.A.C. or any local government's stormwater discharge permit for construction activity. DEP's permitting program regulates construction activity that meets the following criteria: • Contributes stormwater discharges to surface waters of the State or into a municipal separate storm sewer system (MS4). • Disturbs one or more acres of land. Less than one acre also is included if the activity is part of a larger common plan of development or sale that will meet or exceed the one acre threshold. Disturbance includes clearing, grading and excavating. The purpose of this document is to describe the steps that must be completed in order for a construction site to comply with the pollution prevention plan requirements contained in the CGP. A detailed manual on how to develop and implement your pollution prevention plan is available from the US EPA. The manual, Developing Your Stormwater Pollution Prevention Plan: A Guide for Construction Sites, dated May 2007, provides specific information and a listing of other references that you may find useful. 3 Aug 09 Revision. EPA STORMWATER MANAGEMENT GUIDANCE EPA-1 EXHIBIT E SECTION 11 You may request a copy of this manual from Public Works Mobility, Road Program Management, 1001 Sarasota Center Boulevard, Sarasota FL 34240, telephone 941-861- 0876, or download a '.pdf' copy from htto://cfpub.epa.gov/npdes, choose "2012 Construction General Permit" and then click on the link "SWPPP", then choose "Developing Your Stormwater Pollution Prevention Plan: A Guide for Construction Sites, dated May 2007". It is Important to note that permit requirements will vary from state to state and permit to permit; therefore, you should read your permit carefully. The requirements for Stormwater Pollution Prevention Plans are listed in Florida's NPDES Stormwater Generic Permit for Stormwater Discharge from Large and Small Construction Activities. Additional information on the NPDES Stormwater Program for Construction Activity, including instructions on how to obtain permit coverage, is available on-line at http://www.deo.state.fl.us/water/stormwater/npdes/construction 1.htm. 3 Aug 09 Revision EPA STORMWATER MANAGEMENT GUIDANCE EPA-2 EXHIBIT E State of Florida Department of Environmental Protection Generic Permit For Stormwater Discharge from Large and Small Construction Activities February 2009 This permit is issued under the provisions of Section 403.0885,Florida Statutes,and applicable rules of the Florida Administrative Code pursuant to the Department's federally-approved National Pollutant Discharge Elimination System(NPDES)stormwater regulatory program. Stormwater discharge associated with large construction activity,as defined at 40 CFR Part 122.26(b)(14)(x)and herein,is regulated pursuant to Section 402(p)(2)of the federal Clean Water Act(CWA). Stormwater discharge associated with small construction activity,as defined at 40 CFR 122.26(b)(15)and herein, is regulated pursuant to Section 402(pX6)of the CWA.This permit constitutes authorization to discharge stormwater associated with large and small construction activities to surface waters of the State,including through a Municipal Separate Storm Sewer System(MS4). Until this permit is terminated,modified,or revoked,permittees that have properly obtained coverage under this permit are authorized to discharge to surface waters of the State,including through an MS4, in accordance with the terms and conditions of this permit. DEP Document No.62-621.300(4)(a) Effective February 17,2009 EXHIBIT E Part I.General Provisions A.Applicability and Coverage 1. Federal law prohibits the point source discharge of pollutants,including the discharge of stormwater associated with large or small construction activities pursuant to 40 CFR Part 122 and as defined in Part II of this permit,to waters of the United States without a National Pollutant Discharge Elimination System(NPDES)permit.The State of Florida has authority to administer the NPDES stormwater program pursuant to Section 403.0885, F.S.Operators that have stormwater discharge associated with large or small construction activities to surface waters of the State,including through a Municipal Separate Storm Sewer System(MS4),must obtain coverage either under a generic permit issued pursuant to Chapter 62-621,F.A.C.,or an individual permit issued pursuant to Chapter 62-620,F.A.C. 2. Coverage under this generic permit is available for stormwater discharges from large and small construction activities to surface waters of the State as defined in Section 403.031,F.S., including stormwater discharges associated with construction activity to surface waters of the State through an MS4. 3. This generic permit does not constitute authorization under Part IV of Chapter 373,F.S.,for the construction,alteration,operation,maintenance,abandonment,or removal of any stormwater management system,dam,impoundment,reservoir,or appurtenant work or works,including dredging or filling in,on or over wetlands and other surface waters,as determined by the methodology authorized in Subsection 373.421(1),F.S. 4. This generic permit authorizes the discharge of stormwater associated with construction activity under the State's federally-approved NPDES stormwater program only and does not supersede the requirement to obtain a stormwater discharge authorization pursuant to an environmental resource permit(ERP)under Part IV,Chapter 373,F.S.; an environmental resource permit from a Department-approved delegated local government;or any other required federal,state, or local government permit. B. Eligibility 1. This permit authorizes the discharge of stormwater associated with large and small construction activity,as defined in Part II of this permit,occurring after the effective date of this permit. 2. This permit authorizes stormwater discharge associated with construction activity that is mixed with stormwater discharges associated with industrial activity other than construction,where: a. the industrial source other than construction is located on the same site as the construction activity; b. stormwater discharges associated with industrial activity from the areas of the site where construction activities are occurring are in compliance with the terms of this permit; and c. stormwater discharges associated with industrial activity from the areas of the site where industrial activity other than construction are occurring are in compliance with the terms of a different generic permit(e.g.,Multi-Sector Generic Permit for Stormwater Discharge Associated with Industrial Activity)or individual permit authorizing such discharges. 3. Limitations on Coverage.The following stormwater discharges from construction sites are not authorized by this permit: a. stormwater discharges that originate from the site after construction activities have been completed and the site has undergone final stabilization; DEP Document No.62-621.300(4)(a) Effective February 17,2009 2 EXHIBIT E b. discharges that are mixed with sources of non-stormwater,other than discharges identified in Part IV.A.3.of this permit; c. stormwater discharge associated with construction activity that is covered under an existing generic or individual permit.Such discharges may be authorized under this permit after the existing individual permit or generic permit term of coverage expires,provided the existing permit did not establish numeric limitations for such discharges;or d. stormwater discharge associated with construction activity that the Department has determined to be or may reasonably be expected to be causing or contributing to a violation of a surface water quality standard. C.Obtaining Authorization 1. In order for stormwater discharge associated with construction activity to be authorized under this generic permit,an operator must: a. Meet the eligibility requirements in Part I.B.of this permit; b. Develop and implement a stormwater pollution prevention plan(SWPPP)in accordance with the requirements of Part V of this permit;and c. Submit a completed Notice of Intent(NOI)in accordance with the requirements of Part III of this permit,including submittal of the appropriate processing fee as established in paragraph 62- 4.050(4)(d),F.A.C. 2. The Department may deny coverage under this permit or require submittal of a revised NOI based on the Department's determination that the NOI is incomplete,the permit fee has not been paid,or the submittal otherwise is not in accordance with the requirements of this generic permit. Part II.Definitions For the purposes of this generic permit, the following definitions shall apply,unless otherwise indicated: 1. "Best Management Practices"or"BMPs"means schedules of activities,prohibitions of practices,maintenance procedures,and other management practices to prevent or reduce the pollution of surface waters.BMPs also include treatment requirements,operating procedures,and practices to control site runoff, spillage or leaks,sludge or waste disposal,or drainage from raw material storage. 2. "Construction Activity"means the act or process of developing or improving land which involves the disturbance of soils and includes clearing,grading,and excavation. 3. "Commencement of Construction"means the initial disturbance of soils associated with clearing,grading,or excavating activities or other construction activities. 4. "Department"or"DEP"means the Florida Department of Environmental Protection. 5. "Final Stabilization"means that all soil disturbing activities at the site have been completed, and that a uniform(e.g.,evenly distributed,without large bare areas)perennial vegetative cover with a density of at least 70%for all unpaved areas and areas not covered by permanent structures has been established or equivalent permanent stabilization measures(e.g.,geotextiles) have been employed. 6. "Large Construction Activity"means construction activity that results in the disturbance of five(5)or more acres of total land area. Large construction activity also includes the disturbance of less than five acres of total land area that is part of a larger common plan of development or sale that will ultimately disturb five acres or more. DEP Document No.62-621.300(4)(a) Effective February 17,2009 3 EXHIBIT E 7. "Municipal Separate Storm Sewer System"or"MS4"means a large, medium,or small MS4 as defined in Chapter 62-624, F.A.C. 8. "NOP"means notice of intent to be covered by this permit(see Part III of this permit). 9. "NOT"means notice of termination(see Part VIII of this permit). 10. "NPDES"means the Department's federally-approved National Pollutant Discharge Elimination System program. 11. "Operator"means the person, firm,contractor,public organization or other legal entity that owns or operates the construction activity and that has authority to control those activities at the project necessary to ensure compliance with the terms and conditions of this permit. 12. "Qualified Inspector"means a person that: a. has successfully completed and met all requirements necessary to be fully certified through the DEP Stormwater Erosion and Sedimentation Control Inspector Training Program; b. has successfully completed an equivalent formal training program;or c. is qualified by other training or practical experience in the field of stormwater pollution prevention and erosion and sedimentation control. 13. "Small Construction Activity"means construction activity that results in the disturbance of equal to or greater than one(1)acre and less than five(5)acres of total land area.Small construction activity also includes the disturbance of less than one acre of total land area that is part of a larger common plan of development or sale that will ultimately disturb equal to or greater than one acre and less than five acres. 14. "Stormwater"means the flow of water which results from,and which occurs immediately following,a rainfall event. 15. "Stormwater discharge associated with construction activity" means the discharge of stormwater from large or small construction activities,including areas where soil disturbing activities,construction materials handling or storage,equipment storage or maintenance are located. 16. "Surface Waters of the State" means those surface waters that are defined in section 403.031, F.S. 17. "Water Management District"or"WMD"means the Northwest Florida Water Management District,the Suwannee River Water Management District,the St.Johns River Water Management District,the Southwest Florida Water Management District or the South Florida Water Management District. Part III.Notice of Intent Requirements A.Deadlines for Notification. 1. Operators seeking coverage under this generic permit to authorize stormwater discharge associated with construction activity for new large or small construction activities, for which commencement of construction begins after the effective date of this permit, shall file an NOI for coverage under this permit at least two(2)days before commencement of construction. 2. For construction activities where the operator changes,the new operator shall file an NOI for coverage under this permit at least two(2)days before assuming control of the project and the previous operator shall file an NOT to terminate permit coverage in accordance with Part VIII of this permit. B.Contents of Notice of Intent. DEP Document No.62-621.300(4)(a) Effective February 17,2009 4 EXHIBIT E 1. In order to obtain coverage under this permit, the operator of the construction activity having an associated stormwater discharge shall submit a completed Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities,DEP Form 62- 621.300(4Xb), including the applicable permit processing fee as specified in paragraph 62- 4.050(4)(d),F.A.C. By completing,signing,and submitting an NOI, the operator is certifying that they meet all eligibility requirements of this permit and are informing the Department of their intent to be covered by,and comply with,the terms and conditions of this generic permit.The Notice of Intent shall be signed in accordance with Part VII.C.of this permit by the operator. C. Where to Submit. 1. NOIs shall be submitted either electronically or by paper copy. a. The Department encourages the electronic submission of NOIs through the NPDES Stormwater Program's electronic permitting application available at http:Iiwww.dep.state.fl.usiwaterfstormwater/npdes/. b. If the operator chooses to submit the NOI by paper copy,the NOI shall be submitted to the following address: NPDES Stormwater Notices Center,MS#2510 Florida Department of Environmental Protection 2600 Blair Stone Road Tallahassee,Florida 32399-2400 2. A copy of the NOI or letter from DEP confirming coverage under this generic permit shall be posted at the construction site in a prominent place for public viewing(such as alongside a building permit). D. Additional Notification. I. Projects that discharge stormwater associated with construction activity to a municipal separate stormwater system(MS4) shall submit a copy of the NOI to the operator of the MS4. E. Period of Coverage. 1. Coverage under this generic permit is effective two(2)days after the date of submittal of a complete NOI to the Department. 2. Coverage under this generic permit is limited to a term not to exceed five years from the effective date of coverage. F. Permit Coverage Renewal. 1. If the project will continue to have storrnwater discharge associated with construction activity beyond the initial five year term of coverage,the operator shall submit a new NOI at least two(2) days before expiration of the current term of coverage under this permit. Part IV.Special Conditions,Management Practices and Other Non-numeric Limitations A. Prohibition of Non-Stormwater Discharges. DEP Document No.62-621.300(4)(a) Effective February 17,2009 5 EXHIBIT E 1. Except as provided in paragraphs I.B.2.and IV.A.3.,all discharges covered by this permit shall be composed entirely of stormwater associated with construction activity. 2. Except as specified in 1V.A.3.below,discharges of material other than stormwater associated with construction activity must be in compliance with a Department permit(other than this permit) issued for the discharge,or be exempt therefrom. 3. The following non-stormwater discharges are authorized by this permit provided the non- stormwater component of the discharge is in compliance with paragraph V.D.5.:discharges from fire fighting activities; fire hydrant flushings;waters used to spray off loose solids from vehicles (wastewaters from a more thorough cleaning,including the use of detergents or other cleaners is not authorized by this part)or control dust in accordance with Part V.D.2.c.(2);potable water sources including waterline flushings;irrigation drainage;routine external building washdown which does not use detergents;pavement washwaters where spills or leaks of toxic or hazardous materials have not occurred(unless all spilled material has been removed)and where detergents are not used;air conditioning condensate;springs;and foundation or footing drains where flows are not contaminated with process materials such as solvents. 4. Discharges resulting from ground water dewatering activities at construction sites are not covered by this permit.Applicants for these discharges must obtain coverage under the Department's Generic Permit for the Discharge of Produced Ground Water from any Non-contaminated Site Activity pursuant to subsection 62-621.300(2),F.A.C. B. Releases in Excess of Reportable Quantities. 1. The discharge of hazardous substances or oil in the stormwater discharge(s)from a facility or activity shall be prevented or minimized in accordance with the applicable stormwater pollution prevention plan for the facility or activity.This permit does not relieve the operator of the reporting requirements of 40 CFR part 117 and 40 CFR part 302. Where a release containing a hazardous substance in an amount equal to or in excess of a reporting quantity established under either 40 CFR 117 or 40 CFR 302, occurs during a 24 hour period: a. The operator is required to notify the State Warning Point(800-320-0519 or 850-413-9911) as soon as he or she has knowledge of the discharge; b. The operator shall submit,within 14 calendar days of knowledge of the release,a written description of: the release(including the type and estimate of the amount of material released),the date that such release occurred,the circumstances leading to the release,and remedial steps to be taken,to the Florida Department of Environmental Protection,NPDES Stormwater Section,Mail Station 2500,2600 Blair Stone Road,Tallahassee,Florida 32399-2400;and c. The stormwater pollution prevention plan required under Part V of this permit must be modified within 14 calendar days of knowledge of the release to:provide a description of the release, the circumstances leading to the release,and the date of the release. In addition,the plan must be reviewed to identify measures to prevent the recurrence of such releases and to respond to such releases,and the plan must be modified where appropriate. 2. This permit does not authorize the discharge of hazardous substances or oil resulting from an on-site spill. Part V.Stormwater Pollution Prevention Plan A.A stormwater pollution prevention plan shall be developed and implemented for each construction site covered by this permit. Stormwater pollution prevention plans shall be prepared in accordance with good engineering practices.Equivalent erosion and sediment control plans prepared as an DEP Document No.62-621.300(4)(a) Effective February 17,2009 6 EXHIBIT E environmental resource permit requirement under Part IV,Chapter 373,F.S.,may serve as the pollution prevention plan provided all of the elements of this section are included in such an alternative plan.The plan shall identify potential sources of pollution that may reasonably be expected to affect the quality of stormwater discharge associated with construction activity. In addition,the plan shall describe and ensure the implementation of best management practices which will be used to reduce the pollutants in stormwater discharge associated with construction activity and to assure compliance with the terms and conditions of this permit.Facilities must implement the provisions of the stormwater pollution prevention plan required under this part as a condition of this permit.Failure to develop and implement a stormwater pollution prevention plan in accordance with the requirements of this part shall be deemed a violation of this permit and the permittee shall be subject to enforcement action. B.Deadlines for Plan Preparation and Compliance. 1.The pollution prevention plan shall: a. Be completed(including certification by the operator in accordance with Part VII.C.)prior to the submittal of an NOI to be covered under this permit and updated as appropriate; b. The plan shall provide for compliance with the terms and schedule of the plan beginning with the initiation of construction activities. C.Keeping Plans Current. I. The permittee shall amend the plan whenever there is a change in design,construction, operation,or maintenance,which has a significant effect on the potential for the discharge of pollutants to surface waters of the State or an MS4,including the addition of or change in location of stormwater discharge points,and which has not otherwise been addressed in the plan.The permittee also shall amend the plan if it proves to be ineffective in eliminating or significantly minimizing pollutants from sources identified under Part V.D.I.of this permit, or in otherwise achieving the general objectives of controlling pollutants in stormwater discharge associated with construction activity. In addition,the plan shall be amended to identify any new contractor and/or subcontractor that will implement a measure of the stormwater pollution prevention plan(see Part V.D.6.). Amendments to the plan shall be prepared,signed,dated and kept as attachments to the original plan. D.Contents of Plan. I. Site Description.Each plan shall provide a description of pollutant sources and other information as indicated: a. A description of the nature of the construction activity; b. A description of the intended sequence of major activities which disturb soils for major portions of the site(e.g.,grubbing,excavation,grading); c. Estimates of the total area of the site and the total area of the site that is expected to be disturbed by excavation,grading,or other construction activities; d. Existing data describing the soil or the quality of any discharge from the site and an estimate of the size of the drainage area for each discharge point; e. A site map indicating drainage patterns and approximate slopes anticipated after major grading activities,areas of soil disturbance,an outline of areas which may not be disturbed,the location of major structural and nonstructural controls identified in the plan,the location of areas where stabilization practices are expected to occur,surface waters,wetlands and locations where stormwater is discharged to a surface water or MS4;and DEP Document No.62-621.300(4)(a) Effective February 17,2009 7 EXHIBIT E f. The latitude and longitude of each discharge point and the name of the receiving water(s) for each discharge point. 2. Controls.Each plan shall include a description of appropriate controls,BMPs and measures that will be implemented at the construction site.The plan shall clearly describe for each major activity identified in Part V.D.l.b.appropriate control measures and the timing during the construction process that the measures will be implemented. For example,perimeter controls for one portion of the site will be installed after the clearing and grubbing necessary for installation of the measure,but before the clearing and grubbing for the remaining portions of the site.Perimeter controls shall be actively maintained until final stabilization of those portions of the site upward of the perimeter control.Temporary perimeter controls shall be removed after final stabilization.All controls shall be consistent with the performance standards for erosion and sediment control and stormwater treatment as set forth in Rule 62-40.432,F.A.C.,the applicable environmental resource permitting requirements of the DEP or appropriate WMD relating to performance standards for erosion and sediment control and stormwater treatment and the guidelines contained in the State of Florida Erosion and Sediment Control Designer and Reviewer Manual,FDOT,FDEP(2007), incorporated by reference in Rule 62-621.300(4)(a),F.A.C.,and available on the Department's website at http://www.dep.state.fl.us/water/stormwater/npdes. a. Erosion and Sediment Controls. (1) Stabilization Practices. Each plan shall provide a description of interim and permanent stabilization practices,including site-specific scheduling of the implementation of the practices. Site plans should ensure that existing vegetation is preserved where attainable and that disturbed portions of the site are stabilized. Stabilization practices may include:temporary seeding,permanent seeding, mulching,geotextiles,sod stabilization,vegetative buffer strips,protection of trees,preservation of mature vegetation and other appropriate measures.A record of the dates when major grading activities occur,when construction activities temporarily or permanently cease on a portion of the site and when stabilization measures are initiated shall be included in the plan. Stabilization measures shall be initiated as soon as practicable,but in no case more than 7 days,in portions of the site where construction activities have temporarily or permanently ceased. (2) Structural Practices.Each plan shall include a description of structural practices to divert flows from exposed soils,store flows,retain sediment on-site or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. Such practices may include silt fences,earth dikes,diversions,swales,sediment traps,check dams, subsurface drains,pipe slope drains, level spreaders,storm drain inlet protection,rock outlet protection,reinforced soil retaining systems, gabions,coagulating agents and temporary or permanent sediment basins. Structural BMPs shall be placed on upland soils unless a State of Florida wetland resource management permit or environmental resource permit issued pursuant to Chapter 373,F.S.,and applicable regulations of the DEP or WMD authorize otherwise. (3) Sediment Basins. (a) For drainage basins with 10 or more disturbed acres at one time,a temporary(or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained,or equivalent control measures,shall be provided where attainable until final stabilization of the site.The 3,600 cubic feet of storage area per acre drained does not apply to flows from offsite areas and flows from onsite areas that are either undisturbed or have undergone final stabilization where such flows are diverted around both the disturbed area and the sediment basin.For drainage basins with 10 or more disturbed acres at one time and where a temporary sediment basin providing 3,600 cubic feet of storage per acre drained,or equivalent controls is not attainable,a combination of smaller sediment basins and/or sediment traps and other BMPs should be used.At a minimum,silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. DEP Document No.62-621.300(4)(a) Effective February 17,2009 8 EXHIBIT E (b) For drainage basins of less than 10 acres,sediment basins and/or sediment traps are recommended but not required. At a minimum,silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. (c) Areas that will be used for permanent stormwater infiltration treatment(e.g.,stormwater retention ponds)should not be used for temporary sediment basins unless appropriate measures are taken to assure removal of accumulated fine sediments,which may cause premature clogging and loss of infiltration capacity,and to avoid excessive compaction of soils by construction machinery or equipment. b.Permanent Stormwater Management Controls. Each plan shall include a description of stormwater management controls or BMPs(e.g.,stormwater detention or retention systems,vegetated swales,velocity dissipation devices at discharge points)that will be installed during the construction process to control pollutants in stormwater discharges that will occur during construction and after construction operations have been completed.This generic permit only addresses the installation of stormwater management controls and not the ultimate operation and maintenance of such controls after the construction activities have been completed and the site has undergone final stabilization. Under this generic permit,permittees are only responsible for the installation and maintenance of stormwater management BMPs prior to final stabilization of the site,and are not responsible for maintenance after stormwater discharges associated with construction activity have been eliminated from the site.However,all stormwater management systems and BMPs shall be operated and maintained in perpetuity after final stabilization in accordance with requirements set forth in the State of Florida environmental resource permit issued under Part IV,Chapter 373,F.S. c. Controls for Other Potential Pollutants. (1) Waste Disposal.The plan shall assure that waste,such as discarded building materials, chemicals, litter and sanitary waste are properly controlled in accordance with all applicable state, local and federal regulations.This permit does not authorize the discharge of solid materials, including building materials,to surface waters of the State or an MS4. (2) The plan shall assure that off-site vehicle tracking of sediments and the generation of dust is minimized. (3) The plan shall be consistent with applicable State and local waste disposal,sanitary sewer or septic system regulations. (4) The plan shall address the proper application rates and methods for the use of fertilizers, herbicides and pesticides at the construction site and set forth how these procedures will be implemented and enforced.Nutrients shall be applied only at rates necessary to establish and maintain vegetation. (5) The plan shall ensure that the application,generation and migration of toxic substances are limited and that toxic materials are properly stored and disposed. 3. Maintenance.The plan shall include a description of procedures that will be followed to ensure the timely maintenance of vegetation,erosion and sediment controls,stormwater management practices and other protective measures and BMPs so they will remain in good and effective operating condition. 4. Inspections. At least once every seven calendar days and within 24 hours of the end of a storm that is 0.50 inches or greater,a qualified inspector(provided by the operator)shall inspect all points of discharge into surface waters of the State or an MS4; disturbed areas of the construction site that have not been finally stabilized;areas used for storage of materials that are exposed to precipitation;structural controls;and locations where vehicles enter or exit the site as follows: a. Disturbed areas and areas used for storage of materials that are exposed to precipitation shall be inspected for evidence of,or the potential for,pollutants entering the stormwater system.The stormwater management system and erosion and sediment control measures identified in the plan DEP Document No.62-621.300(4)(a) Effective February 17,2009 9 EXHIBIT E shall be observed to ensure that they are operating correctly. Discharge locations or points shall be inspected to ascertain whether erosion and sediment control and stormwater treatment measures are effective in preventing or minimizing the discharge of pollutants,including retaining sediment onsite pursuant to Rule 62-40.432,F.A.C.Locations where vehicles enter or exit the site shall be inspected for evidence of offsite sediment tracking. b. Based on the results of the inspection,all maintenance operations needed to assure proper operation of all controls,BMPs,practices or measures identified in the stormwater pollution prevention plan shall be done in a timely manner,but in no case later than 7 calendar days following the inspection.If needed,pollution prevention controls,BMPs and measures identified in the plan shall be revised as appropriate,but in no case later than 7 calendar days following the inspection. Such modifications shall provide for timely implementation of any changes to the plan within 7 calendar days following the inspection. c. A report summarizing the scope of the inspection;name(s)and qualifications of personnel making the inspection; the date(s)of the inspection;rainfall data;major observations relating to the implementation of the stormwater pollution prevention plan;and actions taken in accordance with paragraph V.D.4.b.of this permit,shall be made and retained,in accordance with Part VI of this permit,as part of the stormwater pollution prevention plan. Such reports shall identify any incidents of non-compliance. Where a report does not identify any incidents of non-compliance,the report shall contain a certification that the facility is in compliance with the stormwater pollution prevention plan and this permit.The report shall be signed in accordance with Part VII.C.of this permit. 5. Non-Stormwater Discharges.Except for flows from fire fighting activities,sources of non- stormwater listed in Part IV.A.3.of this permit that are combined with stormwater discharges associated with construction activity must be identified in the plan.The plan shall identify and ensure the implementation of appropriate pollution prevention and treatment measures for the non- stormwater component(s)of the discharge. 6. Contractor/Subcontractor Certification. a. The stormwater pollution prevention plan must clearly identify,for each measure identified in the plan,the contractor(s)and/or subcontractor(s)that will implement the measure.All contractors and subcontractors identified in the plan must sign a copy of the certification statement in Part V.D.6.b.of this permit.All certifications must be included in the stormwater pollution prevention plan. b. Certification Statement for Contractors/Subcontractors.All contractors and subcontractors identified in a stormwater pollution prevention plan in accordance with Part V.D.6.a.of this permit shall sign a copy of the following certification statement before conducting any activities at the site: I certify under penalty of law that I understand,and shall comply with,the terms and conditions of the State of Florida Generic Permit for Stormwater Discharge from Large and Small Construction Activities and this Stormwater Pollution Prevention Plan prepared thereunder." The certification must include the name and title of the person providing the signature in accordance with Part VII.C. of this permit; the name,address and telephone number of the contracting firm;and the date the certification is made. Part VI.Retention of Records A. The permittee shall retain copies of stormwater pollution prevention plans and all reports required by this permit,and records of all data used to complete the Notice of Intent to be covered by this permit,for a period of at least three years from the date that the site is finally stabilized. DEP Document No.62-621.300(4)(a) Effective February 17,2009 10 EXHIBIT E B. The permittee shall retain a copy of the stormwater pollution prevention plan and all reports, records and documentation required by this permit at the construction site,or an appropriate alternative location as specified in the NQI,from the date of project initiation to the date of final stabilization. Part VII.Standard Permit Conditions A.Any permit noncompliance constitutes a violation of Section 403.161,F. S.and is grounds for enforcement action; for permit coverage termination,or revocation; or for denial of permit coverage renewal. B.All of the general conditions listed in Rule 62-621.250, F.A.C.,are adopted herein by reference. C. Signatory Requirements. 1. All Notices of Intent,Notices of Termination,stormwater pollution prevention plans,reports, certifications or information either submitted to the Department or the operator of a municipal separate storm sewer system,or that this permit requires be maintained by the permittee,shall be signed as set forth in Rule 62-620.305,F.A.C. 2. Inspection reports prepared pursuant to Part V.D.4.c.of this permit shall be signed by the qualified inspector that prepared them as well as by a responsible authority for the operator as specified in Part VII.C.1, above. 3. Any person signing documents under this permit,except contractor/subcontractor certifications under Part V.D.6.,shall make the following certification: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information, the information submitted is,to the best of my knowledge and belief,true,accurate,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations." Part VIII.Termination of Coverage A.Notice of Termination. 1. Where a site has been finally stabilized(see Part II for the definition of final stabilization) and all stormwater discharges authorized by this permit are eliminated,the permittee shall submit a completed Notice of Termination(DEP Form 62-621.300(6)),signed in accordance with Part VII.C. of this permit,within 14 days of final stabilization of the site to terminate coverage under this permit. 2. Elimination of stormwater discharges associated with construction activity means that all disturbed soils at the site have been finally stabilized and temporary erosion and sediment control measures have been removed or will be removed at an appropriate time,or that all stormwater discharges associated with construction activity from the site that are authorized by this generic permit have otherwise been eliminated. DEP Document No.62-621.300(4)(a) Effective February 17,2009 11 EXHIBIT E 3. For construction activities where the operator changes,the existing operator shall file an NOT in accordance with this Part within 14 days of relinquishing control of the project to a new operator. B. Where to Submit. 1. A permittee shall submit a Notice of Termination either electronically or by paper copy. a. The Department encourages the electronic submission of NOTs through the NPDES Stormwater Program's electronic permitting application available at kup://www.dep.state.fl.ustwateristormwaterinpdes,'. b. If the operator chooses to submit the NOT by paper copy, the NOT shall be submitted to the following address: NPDES Stormwater Notices Center,MS#2510 Florida Department of Environmental Protection 2600 Blair Stone Road Tallahassee,Florida 32399-2400 2. Projects that discharged stormwater associated with construction activity to a municipal separate storm sewer system(MS4)shall submit a copy of the NOT to the operator of the MS4. DEP Document No.62-621.300(4)(a) Effective February 17,2009 12 EXHIBIT E l o NOTICE OF INTENT ' TO USE �� GENERIC PERMIT FOR STORMWATER FLO A ER Immummamilsw DISCHARGE FROM LARGE AND SMALL CONSTRUCTION ACTIVITIES (RULE 62-621.300(4), F.A.C.) This Notice of Intent(NO1) form is to be completed and submitted to the Department before use of the Generic Permit for Stormwater Discharge From Large and Small Construction Activities provided in subsection 62-621.300(4), F.A.C. The type of project or activity that qualifies for use of the generic permit, the conditions of the permit and additional requirements to request coverage are specified in the generic permit document [DEP Document 62-621.300(4)(a)J. The appropriate generic permit fee,as specified in paragraph 62-4.050(4Xd),F.A.C.,shall be submitted with this NOI in order to obtain permit coverage. Permit coverage will not be granted without submittal of the appropriate generic permit fee. You should familiarize yourself with the generic permit document and the attached instructions before completing this NOI form. Please print or type information in the appropriate areas below. I. IDENTIFICATION NUMBER: Project ID: 11. APPLICANT INFORMATION: A.Operator Name: B.Operator Status: C.Address: D.City: E.State: F.Zip Code: G.Responsible Authority: H.Responsible Authority's Phone No.: I.Responsible Authority's Fax No.: J.Responsible Authority's E-mail Address: Ill. PROJECT/SITE LOCATION INFORMATION: A.Project Name: B.Project Address/Location: C.City: D.State: E.Zip Code: F.County: G.Latitude: " ' " Longitude: ° H.Is the site located on Indian Country Lands? 0 Yes 0 No I.Water Management District: Page 1 of 5 DEP Form 62-621 300(4)(b) Effective February 17,2009 EXHIBIT E t*' J.Project Contact: K.Project Contact's Phone No.: L.Project Contact's Fax No.: M.Project Contact's E-mail Address: IV. PROJECT/SITE ACTIVITY INFORMATION: ;; ma11 0 Large Construction(Project will disturb five or more acres of land.) J � e aci ❑Small Construction(Project will disturb one or more acres but less than five acres of land.) B.Approximate total area of land disturbance from commencement through completion of construction: acres SW$PR I ocatitxi. ❑Address in Part II above 0 Address in Part Ill above ❑Other address(specify below) ,. ; D.SWPPP Address: E.City: F.State: G.Zip Code: H tt IOnRtaid& Start Date: Completion Date: V. DISCHARGE INFORMATION: 1 A.MS4 Operator Name(if applicable): B.Receiving Water Name: VI. CERTIFICATION: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. R bCcAuthortty.' ame an. MO t'.�k.,7Jrnw a! tie(� Or Pnnt Responsible Authority Signature: Date Signed: 1 Signatory requirements are contained in Rule 62-620.305,F.A.C. Page 2 of 5 DEP Fonn 62.621 300(4)(b) Effective February 17,3009 EXHIBIT E INSTRUCTIONS—DEP FORM 62-621.300(4)(b) NOTICE OF INTENT(NOI)TO USE GENERIC PERMIT FOR STORMWATER DISCHARGE FROM LARGE AND SMALL CONSTRUCTION ACTIVITIES Who Must File an NOI?: Federal law at 40 CFR Part 122 prohibits the point source discharge of pollutants,including the discharge of stormwater associated with large construction activities as defined at 40 CFR 122.26(b)(14)(x)or small construction activities as defined at 40 CFR 122.26(b)(15),to waters of the United States without a National Pollutant Discharge Elimination System (NPDES)permit. Under the State of Florida's authority to administer the NPDES stormwater program at 403.0885,F.S., operators that have stormwater discharge associated with large or small construction activities to surface waters of the State, including through a Municipal Separate Storm Sewer System(MS4),must obtain coverage either under a generic permit issued pursuant to Chapter 62-621,F.A.C.,or an individual permit issued pursuant to Chapter 62-620,F.A.C. Where to File NOI: The Department encourages the electronic submission of NOls using the Department's Interactive Notice of Intent(iNOI) available at http:Jiwww.dep.state.flus/wateristormwater/npdes/. As an alternative,NOIs may be submitted by paper copy to the following address: NPDES Stormwater Notices Center,MS#2510 Florida Department of Environmental Protection 2600 Blair Stone Road Tallahassee,Florida 32399-2400 Permit Fee: Permit fees for large and small construction activities to be covered under the generic permit are specified in paragraph 62- 4.050(4)(d),F.A.C. The appropriate generic permit fee(either for large or small construction activities)must be submitted along with the completed NO1 in order to obtain coverage under the generic permit. Generic permit coverage will not be granted without payment of'the appropriate permit fee. If the NOI is submitted electronically,the permit fee shall be paid on-line by credit card. If the NOl is submitted using a paper copy,the permit fee shall be paid by either check or money order made payable to: `Florida Department of Environmental Protection". Part I—Identification Number: Enter the project's DEP identification number(generic permit coverage number)if known. If an ID number has not yet been assigned to this project(i.e.,if this is a new project),leave this item blank. Part 11—Applicant Information: Item A.: Provide the legal name of the person,firm,contractor,public organization or other legal entity that owns or operates the construction activity described in this NOI. The operator is the legal entity that has authority to control those activities at the project necessary to ensure compliance with the terms and conditions of the generic permit. Item B.: Enter the appropriate one letter code from the list below to indicate the legal status of the operator: F=Federal;S=Stale;P= Private;M Public(other than federal or state);0 Other Items C.—F.: Provide the complete mailing address of the operator,including city,state and zip code. Page 3 of 5 DEP Form 62.621.300(4)(b) Effective February 17,2009 EXHIBIT E Items G.—J.: Provide the name,telephone and fax number(including area code)and E-mail address of the person authorized to submit this NOI on behalf of the operator(e.g.,Jane Smith,President of Smith Construction Company on behalf of the operator,Smith Construction Company;John Doe,Public Works Director on behalf of the operator,City of Townsville;etc.). This should be the same person as indicated in the certification in Part VI. Part HI—Project/Site Location Information: Items A.—E.: Enter the official or legal name and complete street address,including city,state and zip code of the project. Do not provide a P.O.Box number as the street address. If it lacks a street address,describe the project site location(e.g., intersection of State Road I and Smith Street). Item F.: Enter the county in which the project is located. Item G.: Enter the latitude and longitude,in degrees-minutes-seconds format,of the approximate center of the project. Item H.: Indicate whether the project is located on Indian Country Lands. Item I.: Enter the appropriate five or six letter code from the list below to indicate the Water Management District the project is located within: NWFWMD=Northwest Florida Water Management District SRWMD Suwannee River Water Management District SFWMD =South Florida Water Management District SWFWMD Southwest Florida Water Management District SJRWMD —St.John's River Water Management District Items J.—M.: Give the name,telephone and fax number(including area code)and E-mail address of the project contact person. The project contact is the person who is thoroughly familiar with the project,the facts reported in this NOI and who can be contacted by the Department if necessary. Part IV—Project/Site Activity Information: Item A.:Check the appropriate box to indicate whether the project involves large construction activity or small construction activity. Check one box only. "Large Construction Activity"means construction activity that results in the disturbance of five(5)or more acres of total land area. Large construction activity also includes the disturbance of less than five acres of total land area that is part of a larger common plan of development or that will ultimately disturb five acres or more. "Small Construction Activity"means construction activity that results in the disturbance of equal to or greater than one(1) acre and less than five(5)acres of total land area. Small construction activity also includes the disturbance of less than one acre of total land area that is part of a larger common plan of development or sale that will ultimately disturb equal to or greater than one acre and less than five acres. Item B.:Provide the approximate total area of land disturbance,in acres,that the project will involve from commencement of construction through completion. Items C.-G.: Indicate the location where the Stormwater Pollution Prevention Plan(SWPPP)can be viewed. Provide the address where the SWPPP can be viewed if other than as provided in Parts II or III of the NOI. Note that to be eligible for coverage under the generic permit,the SWPPP must have been prepared prior to filing this Not. Item H.: Enter the estimated construction start and completion dates in the MM/DD/YY format. Page 4 of 5 DEP Form 62-621.300(4)(6) Effccuve February 17,2009 EXHIBIT E Part V—Discharge Information: To be covered under a CGP,the facility must have the potential to discharge stormwater associated with construction activity to a MS4,a surface water body or both. NOls submitted without discharge information cannot be processed. Item A.: If stormwater from the project discharges to a municipal separate storm sewer system(MS4),enter the name of the operator of the MS4(e.g.,City of Tallahassee MS4,Orange County MS4,FDOT District 5 MS4,etc.). If stormwater from the project does not discharge to an MS4 but to surface waters of the State,leave this item blank or indicate"NIA"and skip to Item B.of this part. Please note that if the project discharges stormwater to an MS4,you must provide the MS4 operator with a copy of the completed NO!. Item B.:If the project discharges stormwater to surface waters of the State,and not to an MS4,enter the name of the receiving water body to which the stormwater is discharged. Please provide the first named water body to which the stormwater from the project is discharged(e.g.,Cypress Creek,Tampa Bay,unnamed ditch to St.Johns River,Tate's hell Swamp,etc.). In certain cases,stormwater from the project will discharge to both an MS4 and surface waters of the State. In this case, complete both Item A.and Item B. Part VI—Certification: Type or print the name and official title of the Responsible Authority signing the certification. Please note that this must be the same person indicated in Item II.G.as the Responsible Authority. Sign and date the certification. Section 403.161,F.S.,provides severe penalties for submitting false information on this application(NOI)or any reports or records required by a permit. There are both civil and criminal penalties,in addition to the revocation of permit coverage for submitting false information. Rule 62-620.305,F.A.C.,requires that the NOI and any reports required by the permit be signed as follows: A. For a corporation,by a responsible corporate officer as described in Rule 62-620.305,F.A.C.; B. For a partnership or sole proprietorship,by a general partner or the proprietor,respectively;or C. For a municipality,state,federal or other public facility,by a principal executive officer or elected official. Page 5 of 5 DEP Form 62-621.300(4)(b) Effective February 17,2009 EXHIBIT F INSURANCE REQUIREMENTS For purposes of this Exhibit F, the terms "Vendor," "Contractor" and "Consultant" shall be interchangeable and the terms "Contract," "Term Contract" and "Agreement" shall be interchangeable. CONTRACTOR'S INSURANCE Contractor shall, on a primary basis and at its sole expense, maintain in full force and effect, at all times during the life of this Contract, insurance coverage (including endorsements) and limits as described herein. These requirements, as well as the County's review or acceptance of insurance maintained by Contractor, are not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. Insurance requirements itemized in this contract and required of the Contractor shall extend to all sub-contractors to cover their operations performed under this contract. The Contractor shall be responsible for any modifications, deviations, or omissions in these insurance requirements as they apply to sub-contractors. Insurance carriers providing coverage required herein must be licensed to conduct business in the State of Florida and must possess a current A.M. Best's Financial Strength Rating of A- Class VII or better. Each insurance policy required by this contract shall apply separately to each insured against whom claim is made and suit is brought, except with respect to limits of the insurer's liability. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this contract and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject. Contractor shall furnish Certificates of Insurance to the County Administrative Agent evidencing the types and amounts of coverage, including endorsements, required by this Contract prior to commencement of work and prior to expiration of the insurance contract, when applicable. Such Certificate(s) of Insurance shall, to the extent allowable by the insurer, include a minimum thirty (30) day notice of cancellation (10 days for non-payment of premium) or non-renewal of coverage. Notwithstanding these notification requirements, the Contractor will be required to provide County with 5 day prior written notice of any policy cancellation or non- renewa I. The County reserves the right to review, modify, reject, or accept any required policies of insurance , including limits, coverage, or endorsements, herein from time to time throughout the term of this Contract. County reserves the right, but not the obligation, to review and reject any insurer providing coverage due to its poor financial condition or failure to operate legally. Page 1 of 2 EXHIBIT F INSURANCE REQUIREMENTS A. WORKERS' COMPENSATION: Contractor agrees to maintain Workers' Compensation insurance on in accordance with Florida Statutes, Chapter 440. Employers Liability to be included with a minimum limit of $500,000 per accident/per disease/per employee. If work is to be performed over or adjacent to navigable water and involves maritime exposure, applicable LHWCA, Jones Act, or other maritime law coverage shall be included. In the event the Contractor has leased" employees, the Contractor or the employee leasing company must provide evidence of a Workers' Compensation policy for all personnel on the worksite. B. COMMERCIAL GENERAL LIABILITY: Contractor agrees to maintain Commercial General Liability per ISO form CG0001 or its equivalent, including but not limited to coverage for premises and operations, personal injury, products & completed operations, liability assumed under an insured contract, and independent contractors with limits of not less than $1,000,000 each occurrence, $2,000,000 aggregate covering all work performed under this contract. There shall be no exclusions for explosion, collapse and underground hazards. Contractor agrees to endorse Sarasota County Government as an additional insured on the Commercial General Liability coverage. C. BUSINESS AUTOMOBILE LIABILITY: Contractor agrees to maintain Business Automobile Liability with limits not less than $1,000,000 combined single limit for each accident covering all Owned, Non-Owned & Hired automobiles used in the performance of this contract. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If the Contractor is shipping a product via common carrier, the contractor shall be responsible for any loss or damage sustained in delivery/transit. D. UMBRELLA/EXCESS LIABILITY: Contractor agrees to maintain Umbrella or Excess Liability with limits not less than $2,000,000 each occurrence and in the aggregate. Coverage shall follow the terms of the underlying insurance, including the additional insured provisions. Page 2 of 2