87
SPECIAL CONDITIONS A. TERMS OF CONTRACT The resulting contract will commence upon award and will result in a one time Purchase. B. PROHIBITION OF CONTACT Under no circumstances should any prospective organization or individual, or anyone acting for or on behalf of a prospective organization or individual, seek to influence or gain the support of any member of the City Council, public official or City staff favorable to the interest of any prospective organization or individual. Likewise, contact with City Council, any public official or city staff against the interests of other prospective organization (s) and or individual(s) is prohibited. Any such activities will result in the exclusion of the prospective organization or individual from consideration by the City. C. BID PERFORMANCE & PAYMENT BONDS A Bid Security Bond shall be submitted with the final bid, if the total bid is greater than $125,000.00, in an amount equal to at least five percent (5%) of the total amount of the final bid, or the equivalent in the form of a certified check or money order made payable to the City of Naples, Florida. Upon the award of the bid to the successful bidder, both bid performance bond and the payment bond will be required in the amount of one hundred percent (100%) of the price specified in the contract. Also proof of insurance from the successful bidder is required at the time of award as well. D. QUESTIONS Questions regarding this bidder packet must be received in writing in the Purchasing Division, NO LATER THAN TEN CALENDAR DAYS PRIOR TO THE BID CLOSING DATE TO ENSURE AN ANSWER IS PROVIDED PRIOR TO CLOSING. Direct all questions to: J.F. Workman, CPPO, CPPB City of Naples 270 Riverside Circle Naples, Florida 34102 PH: (239) 213-710x FX: (239) 213-7105 [email protected]

SPECIAL CONDITIONS A. TERMS OF CONTRACTdnhiggins.com/rss/Technical_Specifications.pdf · SPECIAL CONDITIONS A. TERMS OF CONTRACT ... The work includes the construction of a cantilever

Embed Size (px)

Citation preview

SPECIAL CONDITIONS

A. TERMS OF CONTRACT The resulting contract will commence upon award and will result in a one time Purchase. B. PROHIBITION OF CONTACT Under no circumstances should any prospective organization or individual, or anyone acting for or on behalf of a prospective organization or individual, seek to influence or gain the support of any member of the City Council, public official or City staff favorable to the interest of any prospective organization or individual. Likewise, contact with City Council, any public official or city staff against the interests of other prospective organization (s) and or individual(s) is prohibited. Any such activities will result in the exclusion of the prospective organization or individual from consideration by the City. C. BID PERFORMANCE & PAYMENT BONDS

A Bid Security Bond shall be submitted with the final bid, if the total bid is greater than $125,000.00, in an amount equal to at least five percent (5%) of the total amount of the final bid, or the equivalent in the form of a certified check or money order made payable to the City of Naples, Florida. Upon the award of the bid to the successful bidder, both bid performance bond and the payment bond will be required in the amount of one hundred percent (100%) of the price specified in the contract. Also proof of insurance from the successful bidder is required at the time of award as well.

D. QUESTIONS Questions regarding this bidder packet must be received in writing in the Purchasing Division, NO LATER THAN TEN CALENDAR DAYS PRIOR TO THE BID CLOSING DATE TO ENSURE AN ANSWER IS PROVIDED PRIOR TO CLOSING. Direct all questions to:

J.F. Workman, CPPO, CPPB City of Naples

270 Riverside Circle Naples, Florida 34102

PH: (239) 213-710x FX: (239) 213-7105 [email protected]

TABLE OF CONTENTS

DIVISION 1: GENERAL REQUIREMENTS

01010 Summary of Work 3 01050 Professional Field Services 2 01065 Permits and Fees 1 01300 Submittals 1 01410 Testing and Quality Control 2 01530 Temporary Barriers and Controls 3

DIVISION 2: SITE WORK

02050 Demolition 3 02100 Site Preparation 1 02110 Clearing & Land Preparation 2 02200 Earthwork 5 02220 Excavation and Backfilling 4 02221 Trenching, Backfilling and Compacting 2 02262 Steel Sheet Piling 6 02278 Turf Reinforcement Mat 2 02370 Riprap System 3 02401 Dewatering and Cofferdam 3 02433 Storm Drainage System – Reinforced Concrete Pipe 3 02435 Turbidity Control & Monitoring 2 02436 Environmental Protection 3 02930 Landscaping 7 02950 Exotics Removals 3

DIVISION 3: CONCRETE

03100 Concrete Formwork and Accessories 3

DIVISION 5: METALS

05500 Miscellaneous Metal Fabrications 3

DIVISION 1: GENERAL REQUIREMENTS SECTION 01010 SUMMARY OF WORK

GENERAL

SUMMARY: The work includes the construction of a cantilever sheet pile wall with an overflow weir; excavation of subsurface highly organic material and disposal; backfilling and compaction; construction of earthen embankments; stabilization of embankment side slopes; installation of concrete drainage pipe; construction of fabriform and rip rap overflow weir structures, and installation of shrubs, grasses and aquatic vegetation.

PROJECT DESCRIPTION: This project consists of the construction of a stormwater treatment filter marsh system (Riverside Filter Marsh) for the City of Naples Goodlette Road Pump Station. Presently, stormwater from the Goodlette Road Pump Station enters untreated into the Gordon River. The Riverside Filter Marsh will intercept stormwater runoff from the Goodlette Road Pump Station for treatment prior to its discharge into the Gordon River. The Gordon River is listed as an impaired water body for nutrients, dissolved oxygen, biochemical oxygen demand, and coliform by the Florida Department of Environmental Protection (FDEP).

The stormwater treatment filter marsh system is a 1.4-acre system that incorporates a sediment sump and two treatment marshes. The system will be installed in an upland area between a mangrove wetland and the A parking lot. The stormwater will be routed into the proposed system by a sheet pile wall installed across the existing pump discharge channel. This upstream portion of the channel becomes the sediment sump, where trash and heavy sediments are collected. Runoff is then directed through two linked filter marshes which will provide additional retention time and uptake of nutrients. After the stormwater has passed through the treatment train it will be discharged into the existing mangrove wetland for final polishing and then allowed to flow into the Gordon River. When water levels rise in the filter marshes, fabriform weirs will allow water to overflow into the mangrove wetland where the treated water will move as sheet flow out to the Gordon River. During extreme high flow events, water will overtop the weir in the sheet pile wall and bypass the system, directly flowing into the Gordon River, preventing potential flooding of adjacent and upstream properties. The treatment marshes are designed as wet ponds containing wetland plant species with high nutrient uptake potentials. Upland vegetation will be planted around the filter marshes, and over the connecting pipe. The filter marshes are designed for stormwater treatment and an enhancement to the wildlife habitat surrounding the mangrove.

CONTRACT ACTIVITIES:

The CONTRACTOR shall install weirs, construct an embankment, and provide bank stabilization and protection of the work area to control access to the job site. The CONTRACTOR shall re-vegetate embankments after grading, per plan. CONTRACTOR shall submit an embankment protection plan for CITY approval to demonstrate the turf matting is in compliance with the plans and specifications. The contractor will provide an as built of all construction for City Records and permit compliance.

WORK PERFORMED BY OTHERS:

The CONTRACTOR shall be responsible for any work performed by sub-contractors or other entities acting under the supervision of the CONTRACTOR.

CONTRACTOR'S USE OF PREMISES:

During construction activities, the CONTRACTOR shall be responsible for maintaining all access roads and city property in good condition, including grading, drainage and removing sediments from public paved roads.

SEQUENCE, COORDINATION ACTIVITIES AND SCHEDULED DATES:

General: The CONTRACTOR will coordinate its work with other adjacent contractors, landowners and CITY activities, with specific attention to access and staging areas. Construction sequence shall be determined by CONTRACTOR subject to the following needs for continuous access and operation by others and approved by the ENGINEER.

Suggested Construction Sequence: A suggested sequence of construction has been prepared by the Design Engineer and is presented below.

Sequence of major activities: (1) Install area erosion and sedimentation controls for the two filter marshes and connecting

pipeline (2) Existing fence removal (3) Clearing and grubbing for marshes and connecting pipe (4) Excavate and haul material (5) Construct filter marshes (including drainage pipe, weirs, berms, etc.) (6) Install turf reinforcement matting, seeding, sod and vegetation (7) Install erosion and sedimentation controls in existing Goodlette Road pump discharge

channel (8) Install sheet pile wall and overflow weir (9) Install riprap (10) Install new fencing (11) Prepare “as Built survey” (12) Obtain final approval from CITY’S representative (13) Remove erosion and sedimentation controls (14) Maintain vegetation

CONTRACTOR may suggest modifications to the sequence provided the access and operation requirements are satisfied, compliance with the overall contract period is achieved, and permitting requirements are maintained.

Scheduled Events: Schedule the Work to conform to the dates provided for coordination with the work performed by the CITY and others.

INSPECTION COORDINATION: The CONTRACTOR shall provide access to the WORK for the CITY AND THEIR REPRESENTATIVE as requested for inspection. The CONTRACTOR shall provide 48 hours notice of its intention to begin new WORK activities.

COPIES OF DOCUMENTS: The CITY will furnish one digital copy of the 100% construction drawings the geotechnical report, the FDEP Noticed General, and USACE Nationwide 27 Permit to the CONTRACTOR upon request.

MANUFACTURER'S INSTRUCTIONS:

Installation:

When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including a copy to the CITY’S representative.

Maintain one complete set of instructions at the job site during installation and until completion.

LIST OF DRAWINGS:

Contract Drawings:

Sheet C100 – Cover Sheet

Sheet C201 – Existing Conditions I

Sheet C202 – Existing Conditions II

Sheet C203 – Existing Conditions III

Sheet C301 – Proposed Site Plan I

Sheet C302 – Proposed Site Plan II

Sheet C303 – Proposed Site Plan III

Sheet C304 – Cross Sections I

Sheet C305 – Cross Section II

Sheet C401 – Erosion Control Plan I

Sheet C402 – Erosion Control Plan II

Sheet C403 – Erosion Control Plan III

Sheet C404 – Sheet Pile Weir Plan and Profile

Sheet C405 – Sheet Pile Details

Sheet C406 – Demucking Plan I

Sheet C407 – Demucking Plan II

Sheet C408 – Demucking Plan III

Sheet C501 – Planting Plan I

Sheet C502 – Planting Plan II

Sheet C503 – Planting Plan III

Sheet C601 – Erosion Control Details I

Sheet C602 – Erosion Control Details II

Sheet C603 – Drainage Details

END OF SECTION

SECTION 01050 PROFESSIONAL FIELD SERVICES

GENERAL

The CONTRACTOR shall engage a professional surveyor and mapper registered in the State of Florida to perform the necessary layout, survey control, as-builts and benchmarks as required by the construction plans and permits.

The CONTRACTOR shall provide construction staking.

Perform all construction layout and reference staking necessary for the proper control and satisfactory completion of the Work.

Run a level circuit between vertical control points indicated to check plan benchmarks and establish new benchmarks where necessary.

The CONTRACTOR shall be responsible for the placement and preservation of adequate ties and reference to all control points, whether established by him or found on the project, necessary for the accurate reestablishment of all base lines or centerlines shown on the Plans.

All land ties (i.e. section corners, fractional section corners, and similar items) that may be lost or destroyed during construction shall be carefully referenced and replaced.

As Builts: The CONTRACTOR shall provide grade stakes in the field showing design and constructed conditions with cut and fill marks. Staking shall be at a spacing to capture all design features but no greater than a 25 foot grid.

After acceptance of final grades by the CITY’S representative, stakes shall be removed. The CONTRACTOR shall provide 8 signed and sealed surveys including design and constructed features and benchmarks. One CD will be submitted including as built designs.

SURVEYING STANDARDS for water control structures:

A permanent mark shall be established identifying the elevation measuring point on the rim of all water control structures.

All vertical elevations shall commence from a minimum of two National Geodetic Survey (NGS) second order or better published benchmarks.

All elevations shall be established to NGS third order standards and certified to those standards by a Professional Surveyor and Mapper registered in the state of Florida.

All level runs shall be double run (forward and back) or looped into two NGS second order or better published benchmarks.

A site benchmark shall be set, as required by the CITY, if one does not exist. The benchmark shall consist of a minimum of two eighty pound bags of concrete mix, a ferrous piece of material able to be located with a magnetic locator, and a survey cap (supplied by the CITY) stamped with the site designation.

All elevations shall be established in the North American Vertical Datum of 1988 (NAVD88).

If there are no second orders or better published benchmarks within six miles of the site, contact the CITY prior to commencement.

Contact the CITY prior to commencement to check for previously established site benchmarks that may be suitable to use.

RECORDS AND SUBMITTALS:

Submittal:

Provide the CITY the data required for the individual responsible for layout and records.

At the end of the Project, submit to the CITY a certified as built site survey showing coordinates and elevations of the completed Work.

Cross-sections: Filter marsh cross-sections shall be submitted on a 25 foot spacing

END OF SECTION

SECTION 01065 PERMITS AND FEES

Unless otherwise specified, the CONTRACTOR shall submit to the City’s Representative for review and approval, obtain and pay for all permits and licenses related to his work, except as otherwise provided herein. This includes a Stormwater Pollution Prevention Plan (SWPPP), and NPDES construction permits, equipment transport permits, and dewatering permits and others not provided herein.

The CONTRACTOR will be issued copies of all permits obtained by the CITY at the pre-construction conference. The contractor is responsible for posting a copy of the permits at the site and maintaining them at all times during construction. The CONTRACTOR shall be responsible for familiarizing himself with the permits and shall abide by the permit conditions at all times.

END OF SECTION

SECTION 01300 SUBMITTALS

GENERAL

GENERAL INFORMATION:

Submittals to the CITY’S representative include, as a basis for approval of the use of Materials proposed for incorporation in the Work, the following items:

• Shop drawings for all proposed materials, structures and piping,

• Schedule, • Copies of all permits obtained by CONTRACTOR, • Survey as builts, • Product data, • Landfill delivery tickets, • Rip rap delivery tickets, • Water quality monitoring as required by permits, • Laboratory test results and delivery tickets for borrow

fill material, • In-place field density test as outlined in the Geotechnical

Report, • Tags from grass seed bags, • Soil pH test, • Material installation forms from manufacture, • Test results as required by permits, including water

quality sampling etc,, and • Documentation of out of compliance notifications and

resolution as required by permits.

END OF SECTION

SECTION 01410 TESTING AND QUALITY CONTROL

GENERAL

CONTRACTOR QUALITY CONTROL: The CONTRACTOR shall provide and maintain an effective quality control program that meets the minimum testing requirements and construction oversight that are required within the construction documents, permits and referenced in the Report of Geotechnical Explorations.

Establish a quality control system to perform sufficient inspection of all items of Work, including that of Subcontractors, to ensure conformance to the Specifications and Drawings with respect to the materials, workmanship, construction, equipment performance, and identification.

After the Contract is awarded and before construction begins, the CONTRACTOR shall meet with the CITY’S representative to discuss quality control requirements. The meeting shall develop mutual understanding relative to details of the system, including the CONTRACTOR’s forms to be used for recording the quality control operations, inspections, administration of the system, and the interrelationship of CONTRACTOR and CITY’S inspection representative.

All compliance inspections shall be recorded on appropriate forms, including but not limited to the specific items required in each section of the Technical Specifications. Those forms, including record of corrective actions taken, shall be furnished to the CITY’S representative. The CITY'S quality control representative shall maintain a check off list of all deficiencies which are not corrected the same day as they are discovered.

Should recurring deficiencies in an item or items indicate that the quality control system is not adequate; the CONTRACTOR shall take such corrective actions as may be directed by the CITY’S representative.

CONTRACTOR shall submit a written quality control plan for review, describing the activities and listing those inspections and testing activities that the CONTRACTOR will perform prior to beginning the Work. The CONTRACTOR’s Quality Control Plan shall describe how communication will occur in timely notification to allow for test and inspection activities performed by the CITY, or its representatives, for on -site construction activities.

TESTING LABORATORY SERVICES: All tests which require the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to the CITY’S representative. The laboratory shall be staffed with experienced technicians, properly equipped, certified, and fully qualified to perform the tests in accordance with the specified standards.

TESTING LABORATORY SERVICES FURNISHED BY CONTRACTOR: Testing laboratory services in connection with tests (which are identified as the CONTRACTOR's responsibility in the Contract Documents) shall be performed and paid for by the CONTRACTOR, and a certified copy of the results will be furnished to the CITY’S representative within 5 days of the test.

The CONTRACTOR is also responsible for testing and inspection services required, achieving an effective quality control program, to assure that the work strictly complies with the contract requirements. CONTRACTOR shall pay all costs for such services. The CONTRACTOR will secure the services of a third-party materials testing company, for field and laboratory tests, for

concrete testing and testing outlined in the Geotechnical Report. The CONTRACTOR shall pay all charges for services on: cast-in-place concrete; moisture density (Proctor) and relative density tests on embankment, fill and backfill materials; and in-place field density tests on embankments and fills. Field sampling and testing will be performed in the general manner indicated in the Specifications. Any failed tests will require retesting and is the responsibility of the CONTRACTOR to pay for.

The testing laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test.

TRANSMITTAL OF TEST REPORTS:

Written reports of test and engineering data furnished by CONTRACTOR shall be submitted as specified in SECTION 01300.

END OF SECTION

SECTION 01530 TEMPORARY BARRIERS AND CONTROLS

GENERAL

SUMMARY:

This Section includes General Requirements for:

Protection of Work

Protection of existing property

Barriers

Security

Environmental controls

Access roads and parking areas

Traffic control and use of roadways

Related Work Specified Elsewhere:

SECTION 02435 TURBIDITY CONTROL AND MONITORING

SECTION 02436 ENVIRONMENTAL PROTECTION

EXECUTION

SAFETY AND PROTECTION OF WORK AND PROPERTY:

General:

Provide for the protection of the Work as follows. Provide protection at all times against rain, wind, storms, condensation, or heat so as to maintain all Work, Equipment and Materials free from injury or damage. At the end of each day all new Work likely to be damaged shall be appropriately protected.

Notify CITY’S representative immediately at any time operations are stopped due to conditions which make it impossible to continue operations or to obtain proper results.

Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, pits, and trenches dewatered sufficiently to permit continuous construction. Contractor is responsible for obtaining Dewatering Permits.

Property Other than CITY’S:

Provide for the protection of property as follows. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations; including roads, parking and drainage areas, weather station, phase system, and other facilities.

Names and telephone numbers of representatives of the power company having jurisdiction over power lines in the Work area can be obtained from the CITY’S representative. CONTRACTOR shall contact the power company a minimum of 7 calendar days prior to performing Work within 500 feet of power transmission line property, right-of-way or easement lines.

The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others.

Restore all property affected by CONTRACTOR's operations to the original or better condition.

BARRIERS:

General:

Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the weather station, utilities, protect the public, and to protect the Work, existing facilities, adjacent wetlands, trees, and plants outside the work area from construction operations. Barriers shall be removed after approval from CITY’S representative.

Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes.

Maintain barriers in good repair and clean condition for adequate visibility.

Repair damage caused by installation and restore area to original or better condition. Clean the area.

ENVIRONMENTAL CONTROLS:

Dust Control:

If appropriate to the site location and lay down area, and at the discretion of the CITY’S representative, provide positive methods and apply dust control materials to minimize raising dust from construction operations.

Cover materials transported to and from site as necessary to prevent depositing material on roadways or creating dust.

Water and Erosion Control:

Provide methods to control surface water to prevent damage to the Project, the site, or adjoining properties and water bodies as specified in SECTION 02435 TURBIDITY CONTROL AND MONITORING and permits.

Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and waste disposal areas, to prevent erosion and sedimentation.

Hold the areas of bare soil exposed at one time to a minimum.

Provide temporary control measures such as berms, dikes, silt fence, floating turbidity boom, and drains.

Control fill, grading, and ditching to direct surface drainage away from excavations and other construction areas, and to direct drainage to retention areas for water quality treatment.

Provide, operate, and maintain pump equipment of adequate capacity to control surface and ground water.

Dispose of drainage water in a manner to prevent flooding, erosion, water quality problems, or other damage to any portion of the site or to adjoining areas including river and adjacent mangrove area.

Install and maintain all Turbidity Control devices to maintain Compliance with permits. The CONTRACTOR is responsible for

correcting all non-compliance issues immediately at the contractor’s expense.

Debris Control and Clean-Up:

Keep the premises free, at all times, from accumulations of debris, waste materials, and rubbish from construction operations and employees. It is acceptable for any trash, debris or other foreign objects to go into adjacent wetlands or water bodies. Responsibilities shall include:

Adequate trash receptacles about the site, emptied promptly when filled.

Periodic cleanup to avoid hazards or interference with operations at the site and to maintain the site in a reasonably neat condition.

The keeping of construction materials in a neat and orderly fashion.

Immediate cleanup to protect the Work and adjacent areas by removing splattered concrete, oil, paint, corrosive liquids, and other hazardous substances before impacting adjacent areas.

Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements - clean street when dirt is tracked onto the Roadways.

All debris shall be removed from the sites and all environmental impacts addressed to the satisfaction of the CITY’S Representative prior to final approval by the CITY.

Pollution Control:

Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations.

Provide equipment and personnel and perform emergency measures required to contain any spillages, and to remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off-site in approved locations, and replace with suitable compacted fill and topsoil.

Take special measures to prevent harmful substances and turbid water from entering public waters, sanitary, or storm sewers.

Equipment working adjacent to the wetland shall use vegetable oil as hydraulic fluid. Substitution must be approved by the CITY’S representative.

If hazardous materials are discharged, report to authorities as required by Law or Regulations and notify CITY.

TRAFFIC CONTROL AND USE OF ROADWAYS:

Traffic Control:

Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site and off-site access roads, and parking areas. This includes barricades and other devices or personnel as

necessary to adequately protect the public. Prepare and submit Traffic Control Plan to CITY’S representative for acceptance. Obtain FDOT Permit Application for hauling as necessary.

Remove temporary equipment and facilities when no longer required. Restore grounds, paved surfaces and other damaged or disturbed areas to original, better, or specified conditions.

Provide and maintain suitable detours or other temporary expedients as necessary.

Maintenance:

Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions.

All operations and repairs shall meet the approval of owners or agencies having jurisdiction.

SECURITY:

The CONTRACTOR is solely responsible for initiating and maintaining security at the construction site. CONTRACTOR shall take all necessary precautions for the security of, and shall provide the necessary protection to:

Materials incorporated into the work or stored on-site prior to incorporation into the work and equipment.

Temporary field offices, restroom facilities and sheds, and their contents.

The CONTRACTOR shall replace, in kind, any materials or equipment lost, damaged or destroyed at its own expense.

END OF SECTION

DIVISION 2: SITE WORK SECTION 02050 DEMOLITION

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall include the removal of existing structures to limits indicated on drawings where earthwork or other construction operations are to be performed as specified herein. The CITY shall not be responsible for the condition of any items to be removed, salvaged, or breakage at cutoff limits. All DAMAGE to structures outside the work area will be repaired by the Contractor, at the Contractor’s Expense.

RESPONSIBILITIES:

The CONTRACTOR shall not commence demolition of structure(s) prior to obtaining permission from the CITY. Demolition to occur shall include, but not be limited to, outfall structures and segments of drainage pipes into the filter mash area, and a portion of the existing fence along the City’s property and the solid waste facility parking area as noted on the plans.

Condition of structures to be demolished:

The CITY assumes no responsibility for actual condition of structures to be demolished.

Conditions existing at time of inspection for bidding purposes will be maintained by CITY insofar as practicable.

Explosives: The use of explosives will not be permitted.

The CONTRACTOR shall ensure the safe passage of persons around the area of demolition and clearing. The CONTRACTOR shall conduct operations to prevent injury to adjacent structures, other facilities, and persons.

The CONTRACTOR shall protect structures, pavement, and other existing facilities that are to remain in place, from damage due to demolition operations.

Traffic:

The CONTRACTOR shall conduct operations and the removal of debris to ensure minimum interference with existing access roads and other adjacent, occupied or used facilities.

Do not close, block or otherwise obstruct access roads or other occupied or used facilities without permission from the CITY.

The CONTRACTOR shall promptly repair damages caused to adjacent facilities by demolition operations at no cost to the CITY, including pavement.

EXECUTION

DEMOLITION:

The CONTRACTOR shall provide services for effective air and water pollution controls as required by local authorities having jurisdiction.

If hazardous materials are found, the CONTRACTOR shall notify the CITY immediately.

The CONTRACTOR shall completely backfill below-grade areas and voids resulting from demolition work. The CONTRACTOR shall provide fill consisting of approved soil, gravel or sand (free of trash and debris) and compact fill to approximate density of surrounding soil.

DISPOSAL OF DEMOLISHED MATERIALS:

The CONTRACTOR shall remove debris, rubbish, and other materials resulting from demolition operations.

If hazardous materials are encountered during demolition operations, the CONTRACTOR shall comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution.

The CONTRACTOR shall transport materials removed from demolished structures and properly dispose of them at an approved site according to the State, Federal, and local regulations and provide received tickets from disposal site to CITY’S representative.

CONNECTIONS TO EXISTING FACILITIES AND FEATURES:

The CONTRACTOR shall cut and remove portions of existing features as required to allow proper installation of new construction.

The CONTRACTOR shall shore, brace and maintain existing structure(s) in a safe condition until embankments and other construction features are completed.

CLEANUP AND REPAIR:

Upon completion of demolition work, the CONTRACTOR shall remove tools, equipment and demolished materials from site.

The CONTRACTOR shall repair areas impacted by demolition performed and return structures and surfaces to conditions existing or better than prior to commencement of demolition work. The CONTRACTOR shall repair adjacent construction or surfaces soiled or damaged by demolition work.

The CONTRACTOR shall remove or modify, as indicated on the plans, existing items within the SIH fence limits to the extent necessary in order to permit construction of the work. The CONTRACTOR shall properly dispose of the material at an approved site according to the State, Federal, and local regulations.

Any environmental spills or accidents shall be addressed and cleaned up in accordance with State and Local regulations.

PAVEMENT REMOVAL AND REPLACEMENT:

The CONTRACTOR shall protect from damage by construction operations, all pavements, including all base courses, surface courses and curb and gutters, adjacent to the work area.

Any base course or surface course curbs, gutters, etc. damaged or removed shall be restored by the CONTRACTOR in accordance with applicable requirements of these specifications and the drawings, to the CITY’S satisfaction and to the satisfaction of the governing authority having jurisdiction over the work area.

Any damage or removed to pavement will require the CONTRACTOR to replace the entire appropriate area, as determined by the CITY’S representative.

Any pavement damaged or removed shall be replaced with the same type and composition of material removed/damaged to ensure equal or greater structural adequacy. The surface material shall be the same as the existing surface. The repair shall include the preparation of the subgrade, placing and compacting of base material, priming of base, and the placement of the surface material.

Asphalt concrete pavement joints shall be mechanically sawed if pavement is required to be removed.

Compaction tests for replaced materials shall be taken as necessary and indicated by the CITY to ensure appropriate replacement of pavement.

The width of all repairs shall extend a minimum of 12” beyond the damaged or removed pavement.

PIPING

Field cutting of pipe, where required, shall be performed in accordance with the manufacturer’s instructions. Cuts shall be carefully done, without damage to existing piping, so as to leave a smooth end. Piping damaged by improper or careless methods of cutting, age or other circumstances shall be replaced to repair at no additional cost to the CITY.

The open ends of piping shall be closed where required by a plug or cap in accordance with the manufacturer’s instructions and applicable specification to prevent soil, water and other foreign matter from entering the piping

FENCING

Chain link fence along the south and west project boundary will be removed by the CONTRACTOR prior to commencement of construction activities. The CONTRACTOR will install a new fence along the perimeter of the new filter marsh per the drawings after construction is finalized and approved by the CITY’S representative. The chain link fence installed by the CONTRACTOR will be of similar or better quality than the existing fence. All costs associated with the removal and disposal of the existing fence, and the reinstallation of the new fence, will be borne by the CONTRACTOR.

END OF SECTION

SECTION 02100 SITE PREPARATION

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, materials, and equipment necessary to complete site preparation within the areas shown on the Drawings and specified herein including observation of permit conditions.

RESPONSIBILITIES:

The CONTRACTOR shall make all excavations for piping and appurtenant structures in any material encountered to the depth and grades required, shall backfill and compact such excavations and dispose of excess or unsuitable materials from excavation, and shall provide and place necessary borrow material to properly backfill excavations, all as indicated on the drawings, specified herein, or as directed by the CITY’S representative.

EXECUTION

STANDARD CLEARING AND GRUBBING: Standard site clearing and grubbing, in accordance with FDOT Specification Section 110.2, shall be performed within the areas shown on the Drawings or otherwise noted in the above referenced specification. Exotic and Nuisance species, along the perimeter of the mangrove and throughout the project area, shall be removed as described in the permits, in accordance with SECTION 02950 EXOTICS REMOVAL.

EROSION CONTROL: The CONTRACTOR shall prevent and control erosion and water pollution as per and Florida Department of Environmental Protection (FDEP) regulations and permit conditions.

UNDERGROUND UTILITIES: The CONTRACTOR shall provide all necessary liaisons with other utilities (underground) by notification, 48 hours in advance, of any digging or construction activity by telephoning the appropriate Utility Notification Center and local utilities.

END OF SECTION

SECTION 02110 CLEARING AND LAND PREPARATION

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall include the removal of trees and other vegetation from areas where earthwork or other construction operations specified herein are to be performed. This section also includes land preparation activities for excavation and fill areas.

SUBMITTALS:

Prior to beginning the work, the CONTRACTOR shall submit a detailed plan for clearing and land preparation in conformance with permits. The plan shall detail the sequence of work and describe the CONTRACTOR'S planned method of clearing and land preparation activities and shall be approved by the CITY’S representative.

RESPONSIBILITIES:

The CONTRACTOR shall ensure the safe passage of persons around areas of clearing and land preparation. The CONTRACTOR shall conduct its operations to prevent injury to adjacent structures, vegetation designated to remain, other facilities and persons.

The CONTRACTOR is advised that site access will require caution due to the possible presence of a soft compressible layer of organic fibrous and non-fibrous peats and marls. These soils may be unstable under heavy and/or repeated traffic loads especially when in a saturated condition. The CONTRACTOR shall visit site and become acquainted with ground conditions to be encountered prior to bidding the work.

EXECUTION

GENERAL CLEARING:

The CONTRACTOR shall remove the majority of the above grade vegetative matter in the areas indicated on the plans and in the permits. The CONTRACTOR shall complete the work of Clearing and Land Preparation as outlined below.

Grass, weeds, or woody-stalked vegetation shall be removed from work areas.

Completely remove all designated exotic/hazardous trees within the designated project boundaries, in accordance with SECTION 02950 EXOTICS REMOVAL.

All woody debris that measures over three-quarters inch in diameter and longer than 18-inches shall be removed.

Remove all stumps and backfill resulting excavation with approved material in the filter marshes and connector pipe area. Exotic and Nuisance Vegetation around the perimeter of the mangrove swamp shall be treated immediately with an herbicide approved by the CITY, in accordance with SECTION 02950 EXOTICS REMOVAL.

All plant material (whole or chipped) will be removed from the project area and disposed of at a location authorized by the CITY. Disposal of the stockpile shall be accomplished at a maximum of every 15 workdays.

Remove any garbage or other waste debris uncovered during clearing.

On completion of the clearing, remove all sticks, rubbish and other extraneous material and rake the ground surface in order to leave a smooth and clean appearance.

Clearing and land preparation shall proceed sufficiently ahead of earthwork activities to minimize disruption and allow time for determination of the adequacy of the clearing procedure.

All work shall be performed in accordance with approved principles of modern arboricultural methods.

The edge of clearing shall be delineated with the edge of the silt fence.

All work shall be performed without damage to existing amenities, including trees and shrubs. The CONTRACTOR shall be responsible for repair and replacement of existing amenities to the satisfaction of the CITY. The CONTRACTOR shall protect all vegetation, habitats, or amenities on the project location and adjacent areas.

The CONTRACTOR shall haul all organic materials and other debris to an approved landfill or disposal site. The CONTRACTOR shall provide documentation of receipt of material to the CITY’S representative.

CLEARING WITHIN AREAS OF NATIVE VEGETATION:

The CONTRACTOR shall remove exotic trees/plants, hazardous material, trash, and debris and leave the site clean with a smoothly raked finish grade. Every reasonable effort shall be made to protect native vegetation designated to remain. Areas disturbed by work operations shall be restored to original or better condition, including, but not limited to, filling, grading, repair of parking areas, and seeding/mulching as directed by the CITY’S representative.

END OF SECTION

SECTION 02200 EARTHWORK

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, equipment, and materials for all excavating, trenching, filling, construction of embankment, backfilling, compacting, grading, placing a 3 inch layer of top soil over the backfilled and compacted earthwork to provide growing median for the plants, and all related items of earthwork necessary to complete the work indicated or specification.

SECTION 02050 DEMOLITION

SECTION 02110 CLEARING AND LAND PREPARATION

SECTION 02220 EXCAVATION AND BACKFILLING

SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING

SECTION 02262 STEEL SHEET PILING

SECTION 02401 DEWATERING AND COFFERDAM

SECTION 02433 STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE

APPLICABLE PUBLICATIONS:

American Society of Testing Materials (ASTM):

D698 – Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Standard Effort (12,400 ft-lbf/ ft3 (600 kN-m/m3))

D1557 - Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Modified Effort (56,000 ft-lbf/ ft3 (2,700 kN-m/m3))

D2487 – Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System)

D4253 – Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table

D4254 – Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density

Florida Department of Transportation (FDOT)

"Standard Specifications for Road and Bridge Construction," latest edition, (FDOT)

Miscellaneous Project Data:

Subsurface soil data logs are provided for the CONTRACTOR’S reference:

Report Of Geotechnical Exploration: Prepared by: MACTEC Engineering and Consulting, dated: June 11, 2009

DEFINITIONS:

Granular Fill: described in SECTION 02220 EXCAVATION AND BACKFILLING.

Structural Fill: Described in SECTION 02220 EXCAVATION AND BACKFILLING. Structural backfill shall be placed where indicated on the Drawings. Structural backfill shall be performed in the dry (above the established groundwater level) and is required where stable backfill is needed to maintain slopes and grades.

Unclassified Fill: Unclassified Fill shall be material used to bring areas to grade where there is no potential for slope erosion and the fill will not support a structure of critical function. Unclassified backfill shall be placed where neither granular backfill nor structural backfill are shown on the Drawings.

SUBMITTALS: The CONTRACTOR shall submit cross-sections for record purposes for earthen embankments as described in this Section.

CERTIFICATIONS AND TESTING: Field density tests in accordance with ASTM Standards, for each type of material used in backfilling is required and shall be in accordance with SECTION 01410 – TESTING AND QUALITY CONTROL. Failure to meet the specified density will require the CONTRACTOR to re-compact and re-test, at his own expense, those areas directed by the CITY’S representative.

PRODUCTS

MATERIALS ENCOUNTERED:

The CONTRACTOR shall excavate and remove peat materials (highly organic material) in accordance with the plans. Refer to the Report of Geotechnical Exploration for representative subsurface soil stratification. Boring data indicates that the muck extends peat to an approximate elevation of -7.0 feet. The CONTRACTOR shall consider all materials encountered in excavations, excluding peat unless the quantities are less than 10 percent of the total volume, as suitable for use in unclassified fill, providing that they consist of two or more well graded soils to achieve the required compaction as specified in this Section.

The CONTRACTOR shall use only material that is free of debris, roots, and organic matter in select fill areas. Peat materials are not suitable for use in structural fill.

Cohesionless materials include gravels, gravel-sand mixtures, sands, and gravelly sands generally exclusive of clayey and silty material - materials which are free-draining and for which impact compaction will not produce a well-defined moisture-density relationship curve and for which the maximum density by impact methods will generally be less than by vibratory methods.

Cohesive materials include silts and clays generally exclusive of sands and gravel. These are materials for which impact compaction will produce a well-defined moisture-density relationship curve. The CONTRACTOR shall furnish materials for each type of fill indicated.

Structural backfill: Structural Backfill shall be material that is free of debris, roots, organic matter and peat. Structural backfill shall be material excavated for the WORK (native) or may be imported. The CONTRACTOR may blend native materials to achieve a material that meets the requirements for Structural Backfill. Select backfill shall be free from seeds of nuisance or exotic species. Structural Backfill shall meet the following Unified Soil Classification System (ASTM D2487) designations:

Earthen Embankments: SP, SP-SM/SP-SC, SC, SM

Structure Backfill: SP, SW, SP-SM/SP-SC, SC, SM

Unclassified Backfill: Material excavated for the WORK or imported that can be compacted to the required density. Unclassified backfill shall be free from seeds of nuisance or exotic species.

Clean Topsoil: Organic matter without exotic and nuisance species.

The CONTRACTOR shall consider all materials encountered, regardless of type, character, composition and condition thereof, unclassified other than as indicated above. The CONTRACTOR shall estimate the quantity of various materials included prior to submitting Bid Form. Rock and trash encountered shall be handled at no additional cost to the CITY.

EXECUTION:

SITE PREPARATION:

Clearing and Demolition: The CONTRACTOR shall perform clearing and demolition as specified in SECTION 02050 DEMOLITION and SECTION 02110 CLEARING AND LAND PREPARATION.

EXCAVATION AND TRENCHING:

Trenching for Pipes: The CONTRACTOR shall perform trenching for pipes as shown, required and specified in accordance with SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING, and SECTION 02433 – STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE, the drawings and FDOT standard specifications.

Sheeting and Bracing: The CONTRACTOR shall provide sheeting and bracing as required or shown in accordance with the following provisions.

Use when required by the specifications or drawings or where resulting slopes from excavation or trenching might endanger in-place or proposed structures.

Provide materials on site prior to start of excavation. Adjust spacing and arrangement as required by conditions encountered.

Remove sheeting and bracing as backfill progresses. Fill voids left after withdrawal with sand or other approved material.

Comply with all applicable sections of OSHA.

Comply with all requirements of the Florida Trench Safety Law.

Excavation for Structures: The CONTRACTOR shall perform excavation for structures as shown, required and specified below:

Excavate area adequate to permit efficient erection and removal of forms.

Trim to neat lines where details call for concrete to be deposited against earth.

Excavate by hand in areas where space and access will not permit use of machines.

Notify the CITY’S representative immediately when excavation has reached the depth indicated.

Restore bottom of excavation to proper elevation with concrete in areas over excavated.

Conform to the requirements of SECTION 02221 – TRENCHING, BACKFILLING AND COMPACTING and SECTION 02433 – STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE.

Demucking: The CONTRACTOR shall remove all organic soils from areas below structures, piping, and earthen embankments to the lines and grades indicated on the plans. Areas shall be demucked to an elevation of -7.0 ft, or until no organic material is present, whichever is less. All demucking depths shall be approved by the CITY’S representative prior to stabilization and backfilling. Materials excavated shall not be used for backfill of structures or pipes and shall be placed in random fill zones only. Excavation of Existing Earthen Embankments: The CONTRACTOR shall perform excavation by a method acceptable to the CITY’S representative and meeting the requirements of these specifications and the drawings. Excavation limits shall be clearly identified and approved by the CITY’S representative prior to initiation of the work.

The backfill material shall be placed in horizontal layers not exceeding 6-inches in compacted thickness at wing walls, end bents or end rest piers, under the haunches of the pipe and around box culverts and all structures, including pipe culverts.

CONTACTOR shall obtain a minimum density of 100% of the Standard Proctor maximum density as determined by AASHTO T-99, Method C.

EMBANKMENT:

Earthen Embankment:

Material excavated below the existing ground water will have a high moisture content, and shall be dried, prior to reuse to obtain suitable moisture content (within plus or minus two percent of optimum moisture content ) to permit placement and compaction. Drying may consist of allowing the material to drain for a sufficient period to achieve the necessary moisture content or by mechanical means.

Following soil drying, materials shall be placed in the berm above existing grade in horizontal layers not exceeding 12 inches in loose thickness and compacted as to design requirements.

The CONTRACTOR shall place the structural fill portion of the earthen embankment to the lines and grades indicated; AT NO LOCATION SHALL THE COMPLETED TOP ELEVATION BE LOWER THAN INDICATED. Completed side slopes shall be uniform from top to toe of the berm or embankment, and shall be smoothly transitioned. The CONTRACTOR shall perform embankment work as shown on the Drawings and in accordance with these specifications.

Materials suitable for select fill shall be placed in horizontal layers not exceeding 12 inches in loose thickness and compacted to design requirements.

Rocks not exceeding the acceptable size shall be distributed throughout the embankment such that rock to rock contact is avoided. Rock particles greater than three inches in average diameter shall be removed.

Final Dressing of Slopes: Following completion of embankment placement and compaction, the CONTRACTOR shall grade embankment slopes and adjacent transition areas reasonably smooth and free from irregular surface changes. The CONTRACTOR shall comply with the following:

Degree of finish shall be that ordinarily obtained from blade grader or similar operations.

Provide roundings at bottom of slopes and other breaks in grade.

Cross-Sections: Provide field measured cross-sections of the final embankments to the CITY’S representative for record purposes, plotted at the same stations as the detailed cross-sections shown on the plans.

BACKFILLING:

Pipe Embedment and Backfill: The CONTRACTOR shall perform pipe embedment and backfill as required, shown and specified in accordance with SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING and SECTION 02433 STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE.

Structures: The CONTRACTOR shall perform backfilling for structures in accordance with SECTION 02433 STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE and the following:

Structure backfill shall be constructed using material suitable for use in structural fill Lifts shall not exceed 12 inches.

Structure backfill shall be compacted to 95 percent of the Modified Proctor maximum dry density ASTM D1557.

Backfill only after concrete has attained 70 percent design strength.

Backfill adjacent to structures only after a sufficient portion of the structure has been built to resist the imposed load.

Remove all debris from excavation prior to placement of material.

Place backfill in level layers of thickness within compacting ability of equipment used.

Perform backfilling simultaneously on all sides of structures.

Unclassified Backfill shall be placed in 12-inch lifts to the lines and grades shown on the drawings or as approved by the CITY. The CONTRACTOR shall compact unclassified backfill to a density approximating the density of surrounding native material and in a manner that will not allow settlement of the completed area.

Topsoil: a minimum of 3 inch of clean topsoil shall be disc/raked into the top 6 inch of the embankment to provide nutrients for the vegetation.

MAINTENANCE:

The CONTRACTOR shall protect newly graded areas from actions of the elements.

The CONTRACTOR shall fill, repair and re-establish grades to the required elevations and slopes for any area that shows settling or erosion through the period of vegetative establishment discussed in SECTION 02930 LANDSCAPING.

END OF SECTION

SECTION 02220 EXCAVATION AND BACKFILLING

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, materials, and equipment to perform the excavation and backfilling as shown on the Drawings.

SECTION 02110 CLEARING LAND PREPARATION

SECTION 02401 DEWATERING AND COFFERDAM

SECTION 02262 STEEL SHEET PILING

SECTION 02200 EARTHWORK

SECTION 02930 LANDSCAPING

APPLICABLE PUBLICATIONS:

American Society of Testing Materials (ASTM)

D698 Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Standard Effort (56,000 ft-lbf/cu. ft.)

D1557 Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Modified Effort (12,400 ft-lbf/cu. ft.)

D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table

D4254 Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density

Florida Department of Transportation

Standard Specifications for Road and Bridge Construction, latest edition, (FDOT)

Miscellaneous Project Data:

Report of Geotechnical Exploration: Prepared by MACTEC Engineering and Consulting, Inc., dated June 11, 2009

Subsurface Soil Test Boring Records

Laboratory Test Results

SUBMITTALS: The CONTRACTOR shall submit, prior to the start of work, the planned method of construction of the embankments shown on the Drawings, or as specified herein, for the CITY’S representative’s review. This plan shall also indicate the intended construction sequence for backfilling operation.

CERTIFICATIONS AND TESTING: Field density tests in accordance with ASTM Standards, for each type of material used in backfilling is required. Failure to meet the specified density will require the CONTRACTOR to re-compact and re-test, at its own expense, those areas directed by the CITY.

PRODUCTS

GRANULAR STRUCTURAL FILL: The CONTRACTOR shall provide satisfactory granular structural backfill material which shall consist of material free of muck, stumps, rocks, or other material considered unacceptable by the CITY’S representative. Granular structural fill shall be utilized when backfilling is performed below the established ground water surface. Granular structural backfill should consist of a mixture of clean sands (less than 12 percent passing the No. 200 sieve [0.075 mm opening]) and granular bedding material (washed No. 4

stone). The granular fill shall consist of a mixture of at least 50 percent gravel sized material (material retained on the No. 4 sieve [4.75 mm opening]).

The CONTRACTOR may blend native materials or mix borrow materials to achieve a material that meets the requirements for Structural Backfill. Select backfill shall be free from seeds of nuisance or exotic species. Structural Backfill shall meet the following Unified Soil Classification System (ASTM D2487) designations:

Granular Structure Fill: GW, GP, GW-GM, GW-GC, GP-GC, SP, SW, SP-SM/SP-SC

STRUCTURAL FILL: The CONTRACTOR shall provide satisfactory structural backfill material which shall consist of material free of muck, stumps, rocks, or other material considered unacceptable by the CITY’S representative. Structural fill should consist of an inorganic, non-plastic, granular soil containing less than 12 percent material passing the No. 200 mesh sieve (relatively clean sand with a Unified Soil Classification of SP or SP-SM).

EMBANKMENT FILL: The CONTRACTOR shall provide embankment fill free of muck, stumps, roots, brush, vegetation or other material considered undesirable by the CITY’S representative. The CONTRACTOR may blend native materials or mix borrow materials to achieve a material that meets the requirements for Embankment fill. Select backfill shall be free from seeds of nuisance or exotic species. Structural Backfill shall meet the following Unified Soil Classification System (ASTM D2487) designations:

Earthen Embankments: SP, SP-SM/SP-SC, SC, SM

EXECUTION

SITE PREPARATION:

Clearing and Grubbing: The CONTRACTOR shall perform clearing and grubbing in accordance with SECTION 02110 CLEARLING AND LAND PREPARATION and the following provisions:

Perform only in areas where earthwork or other construction operations are to be performed or otherwise shown on Drawings.

Protect tops, trunks, and roots of existing trees that are to remain on the site.

Clear areas and dispose of other trees, brush and vegetation before starting construction.

Remove tree stumps and roots larger than three inches in diameter and backfill resulting excavations with approved material.

Stripping: The CONTRACTOR shall remove topsoil from areas within limits of excavation and areas designated to receive compaction as shown on the Drawings, required and as provided below:

Scrape area clean of all brush, grass, weeds, roots and other material.

Strip to depth of approximately six inches or to a sufficient depth to remove excessive roots in heavy vegetation or brush areas and as required segregating topsoil.

Stockpile topsoil in areas where it will not interfere with construction operations or existing facilities. Stockpiled topsoil shall be reasonably free of subsoil, debris and stones larger than two inches in diameter.

EXCAVATION OF PEAT (MUCK) MATERIAL: The CONTRACTOR shall excavate and remove materials to include peat (highly organic material). The excavation shall be performed for a minimum lateral distance of at least 5 feet beyond the proposed footprint of the overflow water control structures, drainage pipes and storm structures.

The depth of excavation may vary across the site, however is generally to elevation -7.0 ft or until no organic material is present, whichever is less. It is the responsibility of the CONTRACTOR to verify the depth of the muck and the amount of material to be removed. Demucking shall be performed in accordance with the drawings. Boring data indicates that peat material may extend to an approximate elevation of -7.0 feet. Excavation of the peat stratum (demucking) can be performed in the wet (below the established groundwater surface). Excavation and demucking activities must be observed and documented by a geotechnical engineer or qualified, experienced senior engineering technician.

DISPOSAL OF SURPLUS AND UNSUITABLE MATERIAL: The CONTRACTOR shall dispose of all excess or unsuitable material off-site and provide the CITY’S representative with receipts of delivery.

STOCKPILE OF EXCAVATED MATERIAL: The CONTRACTOR may stockpile excavated materials in areas shown on the Drawings.

PLACEMENT OF GRANULAR FILL: Following the excavation of peat material the CONTRACTOR shall place a filter fabric along the excavation bottom and sides. The initial material backfilled should consist of a granular structural fill mixture of clean sands and granular bedding material (washed No. 4 stone). Care shall be taken to ensure that the granular fill material is uniformly placed and tamped. The top of the granular bedding material shall extend to elevation +1 feet and be covered with a filter fabric.

PLACEMENT OF STRUCTURAL FILL: The CONTRACTOR shall place structural backfill true to the lines, grades and cross sections shown in the Drawings or as directed by the CITY’S representative. Structural backfill shall be deposited above the granular structural fill material and shall be placed in the dry. Structural fill shall be placed in horizontal layers not exceeding twelve inches in depth measured loose, and shall be compacted to a minimum density of not less than 95 percent of the Modified Proctor dry density as determined by ASTM D1557. Backfill shall not be placed against fresh concrete without the approval of the CITY’S representative.

PLACEMENT OF EMBANKMENT FILL: The CONTRACTOR shall construct embankments true to the lines, grades and cross sections shown on the Drawings or as directed by the CITY’S representative. Embankments shall be placed by the CONTRACTOR in successive layers of not more than twelve inches in thickness, measured loose, for the full width of the embankment. Each layer of the material used in the formation of the embankments shall be compacted by the CONTRACTOR to a minimum density of at least 92 percent of the Modified Proctor maximum dry density as determined by ASTM D1557 Standards. Unreasonable roughness of the surface shall be dressed out. Rocks and boulders shall be removed. All areas disturbed shall be graded by the CONTRACTOR so that water drains freely at all points after construction.

COMPACTION EQUIPMENT: Backfill shall be placed carefully around pipes or tanks to avoid damage to coatings, wrappings, or tanks. Backfill shall not be placed against foundation walls prior to 7 days after completion of the walls. As far as practicable, backfill shall be brought up evenly on each side of the wall and sloped to drain away from the wall. Backfill shall be compacted around all pipes to eliminate voids between the pipe and the compacted fill

GRADING: The CONTRACTOR shall perform grading as shown on the Drawings, required and provided for below:

Grade and compact all areas within the project area, including excavated and filled sections and adjacent transition areas, reasonably smooth, and free from irregular surface changes.

Degree of finish shall be that ordinarily obtained from blade grader or scraper operations except as otherwise specified.

Finished rough grades shall be not more than one quarter foot above those indicated with due allowances for topsoil.

Finish all ditches, swales and gutters to drain readily.

Provide roundings at top and bottom of banks and at other breaks in grade.

CLEANUP: The CONTRACTOR shall cleanup the site as required and provided for below:

Clear surfaces of all stones, roots, grading stakes and other objectionable materials.

Keep paved areas clean and promptly remove rock or dirt dropped upon surfaces.

PROTECTION AND MAINTENANCE: The CONTRACTOR shall maintain the embankments through the period of regulative establishment discussed in SECTION 02930 LANDSCAPING. The maintenance shall include repairs of any erosion, slides, or other damages.

END OF SECTION

SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, materials and equipment necessary for complete and proper trenching, backfilling and compacting as specified herein.

SECTION 02200 EARTHWORK

SECTION 02433 STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE

APPLICABLE PUBLICATIONS:

American Society of Testing Materials (ASTM):

D698 - Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Standard Effort (12,400 ft-lbf/ ft3 (600 kN-m/m3))

D1557 - Standard Test Methods for Laboratory compaction Characteristics of Soil Using the Modified Effort (56,000 ft-lbf/ ft3 (2,700 kN-m/m3))

D4253 - Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table

D4254 - Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density

Florida Department of Transportation (FDOT):

Standard Specifications for Road and Bridge Construction, latest edition, (FDOT)

Miscellaneous Project Data:

Subsurface soil data logs are provided for the CONTRACTOR’S reference:

REPORT OF GEOTECHNICAL EXPLORATION – Prepared by MACTEC Engineering and Consulting Inc., Dated: June 11, 2009

RESPONSIBILITIES:

The CONTRACTOR shall make all excavations for piping and appurtenant structures in any material encountered to the depth and grades required, shall backfill such excavations and dispose of excess or unsuitable materials from excavation, and shall provide and place necessary borrow material to properly backfill excavations, all as indicated on the drawings, specified herein, or as directed by the CITY’S representative.

Excavation, dewatering, sheeting and bracing required shall be carried out so as to prevent any possibility of undermining or disturbing the foundations of any existing structure parking areas or work, and so that all work may be accomplished and inspected in the dry, except as directed by the CITY’S representative.

WARRANTY:

The CONTRACTOR shall warrant the WORK against defects for one year from the date of Substantial Completion.

PRODUCTS

MATERIALS: The CONTRACTOR shall furnish materials as required to complete the Work under this Section for this prospect.

EXECUTION

EXTENT OF OPEN EXCAVATION: The CONTRACTOR shall perform the excavation such that at any time the amount of excavation open will be held to a minimum consistent

with normal and orderly prosecution of the work, or as restricted by permit conditions.

TRENCH EXCAVATION: The CONTRACTOR shall perform trench excavation in accordance with the following.

All excavation for piping shall be open cut. Trench sides shall be approximately vertical between an elevation of one foot above the top of the pipe and the centerline of the pipe. Trenches may be excavated by machinery to a depth that will not disturb the finish grade.

Trench width shall be as narrow as practical and shall not be widened by scraping or loosening material from the sides.

EXCAVATION BELOW NORMAL GRADE:

In the event the CONTRACTOR through error or carelessness excavates below the elevation required, the CONTRACTOR shall at his own expense backfill with selected gravel and compact to obtain suitable pipe bedding all as directed and to the satisfaction of the CITY’S representative.

In the event unstable or unsuitable bedding material is encountered at or below the pipe bedding level, the CONTRACTOR shall remove such material and replace it with suitable compacted material.

BACKFILLING TRENCHES:

The CONTRACTOR shall be responsible for obtaining the necessary inspections before, during and after backfilling and shall re-excavate, refill and perform all such related work to obtain satisfactory test results.

The CONTRACTOR shall use excavated materials classified as embankment fill for backfilling and such grading on the site as is required. The CONTRACTOR shall dispose of any excess fill or unstable material and provide the CITY’S representative with delivery receipt tickets for its proper disposal. Pipe trenches shall be backfilled with fine, loose embankment fill (SECTION 02220 EARTHWORK), free from large stones, carefully deposited on both sides of pipe and thoroughly and carefully rammed until enough fill has been placed to provide a cover of at least one foot above the pipe. Care shall be taken to alter final grade of pipe, place earth embedment as follows:

With level bottom layer at proper grade to receive and uniformly support pipe barrel throughout its length.

Form shallow depression under each joint to facilitate jointing.

Add second layer simultaneously to both sides of the pipe with care to avoid displacement of the pipe.

Place material in maximum 6-inch lifts.

BACKFILLING OF TRENCH OPEN AREAS: The CONTRACTOR shall place material in 6-inch maximum lifts after filling one foot above pipe as previously described. The top one-foot layer shall be compacted to 92 percent of Modified Proctor maximum dry density as measured by ASTM D1557. Each layer shall be compacted to the density of adjacent soils. Restore the surface to original grade and place seed and vegetation as required by the contract documents.

END OF SECTION

SECTION 02262 STEEL SHEET PILING PART 1 – GENERAL 1.01 SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, materials, and equipment required to install the Type PZ27, Grade 50 metal sheet piling as shown on the Drawings and specified herein.

SECTION 02200 EARTHWORK

SECTION 02220 EXCAVATION AND BACKFILLING

SECTION 05500 MISCELLANEOUS METAL FABRICATIONS

1.02 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

A. American Welding Society (AWS)

AWS D1.1/D1.1M (2008; Errata 2009) Structural Welding Code – Steel

American Society of Testing Materials (ASTM) INTERNATIONAL

ASTM A 690/A 690M (2007) Standard Specification for High-Strength Low-Alloy Nickel, Copper, Phosphorus Steel H-Piles and Sheet Piling with Atmospheric Corrosion Resistance for Use in Marine Environments

ASTM A 6/A 6M(2008a) Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling

1.03 SUBMITTALS The CONTRACTOR shall submit the following information in accordance with SECTION 1300 SUBMITTALS.

A. Metal Sheet Piling 1. Detail drawings for sheet piling, including fabricated

sections showing complete piling dimensions and details, driving sequence and location of installed piling.

2. The drawings shall include details of top protection, special reinforcing tips, tip protection, lagging, splices, fabricated additions to plain piles, cut-off method, corrosion protection, and dimensions of templates and other temporary guide structures for installing piling.

3. Provide details of the method for handling piling to prevent permanent deflection, distortion or damage to piling interlocks.

B. Product Data 1. Submit driving records of the completed sheet piling

driving operations, including a system of

identification that shows the disposition of approved piling in the work, driving equipment performance data, piling penetration rate data, piling dimensions and top and bottom elevations of installed piling.

C. Pile Driving Equipment 1. Complete descriptions of sheet piling driving

equipment including hammers, protection caps and other installation appurtenances, prior to commencement of work. Descriptive information includes manufacturer's name, model numbers, capacity, rated energy, hammer details, cushion material, helmet, templates, and jetting equipment.

1.04 RESPONSIBILITIES A. Delivery

1. Materials delivered to the site shall be new and undamaged and shall be accompanied by certified test reports. Provide the manufacturer's logo and mill identification mark on the sheet piling as required by the referenced specifications.

B. Storage and Handling 1. Store and handle sheet piling in the manner

recommended by the manufacturer to prevent permanent deflection, distortion or damage to the interlocks; as a minimum, support on level blocks or racks spaced not more than 10 feet apart and not more than 2 feet from the ends. Storage of sheet piling should also facilitate required inspection activities and prevent damage to coatings and corrosion prior to installation.

1.05 CERTIFICATIONS AND TESTING A. For each shipment, submit certificates identified with

specific lots prior to installing piling. Include in the identification data piling type, dimensions, chemical composition, mechanical properties, section properties, heat number, and mill identification mark.

B. Interlock Tension Strength Test A. Submit, for approval, the procedure for testing the

tension strength of piling interlocks prior to testing sheet piling. The procedure for testing shall be at least two 3-inch long coupons taken randomly from different as-produced pilings of each heat. Test shall conform to the piling manufacturer's standard and will be approved by the CITY.

C. Interlocked Joint Strength in Tension Test

A. Submit, for approval, the procedure for testing sheet piling interlocked joint strength in tension, prior to testing piling.

D. Materials Tests A. Certified materials tests reports showing that sheet

piling and appurtenant metal materials meet the specified requirements, for each shipment and identified with specific lots prior to installing materials. Material test reports shall meet the requirements of ASTM A 6/A 6M.

E. Pile Driving Record A. Record for each sheet pile driven, as specified, to

include at a minimum:

Name of structure and pile number

Driven pile length

Pile length after cut off

Pile cut off and tip elevations

Ground surface elevation during driving

Final driving resistance and pressure gauge readings or hammer stroke

Date and time of day pile is driven

Heaving or re-driving data

Remarks concerning pile-driving operations F. Requirements for material tests, workmanship and other

measures for quality assurance shall be as specified in SECTION 05500 MISCELLANEOUS METAL FABRICATIONS.

1.06 INSPECTION COORDINATION A. The CONTRACTOR shall provide access to the WORK for the

CITY as requested for inspection. The CONTRACTOR shall provide 48-hour notice of its intention to begin new WORK activities.

1.07 WARRANTY A. The CONTRACTOR shall warrant the EQUIPMENT, MATERIALS, and

PRODUCTS specified in this section against defective materials and workmanship with the MANUFACTURER’S standard warranty, but for no less than one year from the date of Substantial Completion.

PART 2 – PRODUCTS 2.01 METAL SHEET PILING

A. Metal sheet piling shall be hot-rolled steel sections conforming to ASTM A 690/A 690M, Grade 50, Type PZ27.

B. Interlocks 1. The interlocks of sheet piling shall be free-sliding,

provide a swing angle suitable for the intended installation but not less than 5 degrees when interlocked, and maintain continuous interlocking when installed.

2.02 APPURTENANT METAL MATERIALS A. Metal plates, shapes, bolts, nuts, rivets and other

appurtenant fabrication and installation materials shall conform to manufacturer's standards and to the requirements specified in the respective sheet piling standards and in SECTION 05500 MISCELLANEOUS METAL FABRICATIONS.

PART 3 – EXECUTION 3.01 EARTHWORK Perform in accordance with SECTION 02200 EARTHWORK and SECTION 02220 EXCAVATION AND BACKFILLING. Pre-excavation will not be permitted. Backfill as indicated. 3.02 INSTALLATION

A. Pile Driving Equipment: Provide pile-driving equipment conforming to the following requirements.

Driving Hammers: Hammers shall be steam, air, or diesel drop, single-acting, double-acting, differential-acting, or vibratory type. The driving energy of the hammers shall be between 8,750 and 16,000 foot pounds as recommended by the manufacturer for the piling weights and subsurface materials to be encountered. Repair damage to piling caused by use of a pile hammer with excess delivered force or energy.

Placing and Driving

Placing

Any excavation required within the area where sheet pilings are to be installed shall be completed prior to placing sheet pilings. Pilings properly placed and driven shall be interlocked throughout their length with adjacent pilings to form a continuous diaphragm throughout the length or run of piling wall.

Pilings shall be carefully located as shown or directed. Pilings shall be placed plumb with out-of-plumbness not exceeding 1/8 inch per foot of length and true to line. Place the pile so the face will not be more than 6 inches from vertical alignment at any point. Top of pile at elevation of cut-off shall be within 1/2 inch horizontally and 1/2 inch vertically of the location

indicated. Manipulation of piles to force them into position will not be permitted. Check all piles for heave. Re-drive all heaved piles to the required tip elevation.

Driving

Prior to driving pilings in water, a horizontal line shall be painted on both sides of each piling at a fixed distance from the bottom so that it shall be visible above the water line after installation. This line shall indicate the profile of the bottom elevation of installed pilings and potential problem areas can be identified by abrupt changes in its elevation. Pilings shall be driven with the proper size hammer and by approved methods so as not to subject the pilings to damage and to ensure proper interlocking throughout their lengths.

Driving hammers shall be maintained in proper alignment during driving operations by use of leads or guides attached to the hammer. Caution shall be taken in the sustained use of vibratory hammers when a hard driving condition is encountered to avoid interlock-melt or damages. The use of vibratory hammers should be discontinued and impact hammers employed when the penetration rate due to vibratory loading is 300 mm one foot or less per minute.

A protecting cap shall be employed in driving when using impact hammers to prevent damage to the tops of pilings. Pilings damaged during driving or driven out of interlock shall be removed and replaced at the CONTRACTOR's expense.

Pilings shall be driven without the aid of a water jet.

Adequate precautions shall be taken to ensure that pilings are driven plumb. Where possible, drive Z-pile with the ball end leading. If an open socket is leading, a bolt or similar object placed in the bottom of the interlock will minimize packing material into it and ease driving for the next sheet. If at any time the forward or leading edge of the piling wall is found to be out-of-plumb in the plane of the wall, the piling being driven shall be driven to the required depth and tapered pilings shall be provided and driven to interlock with the out-of-plumb leading edge; or other approved corrective

measures shall be taken to ensure the plumbness of succeeding pilings. The maximum permissible taper for any tapered piling shall be 1/8 inch per foot of length.

Pilings in each run or continuous length of piling wall shall be driven alternately in increments of depth to the required depth or elevation. No piling shall be driven to a lower elevation than those behind it in the same run except when the pilings behind it cannot be driven deeper. Incrementally sequence driving of individual piles such that the tip of any sheet pile shall not be more than 4 feet below that of any adjacent sheet pile. When the penetration resistance exceeds five blows per inch, the tip of any sheet pile shall not be more than 2 feet below any adjacent sheet pile. If the piling next to the one being driven tends to follow below final elevation it may be pinned to the next adjacent piling.

If obstructions restrict driving a piling to the specified penetration, the obstructions shall be removed or penetrated with a chisel beam. If the CONTRACTOR demonstrates that removal or penetration is impractical, the CONTRACTOR shall make changes in the design alignment of the piling structure as directed to insure the adequacy and stability of the structure. Pilings shall be driven to depths shown and shall extend up to the elevation indicated for the top of pilings. Piling driven to rock shall be seated individually on the rock. Pilings shall not be driven within 100 feet of concrete less than 7 days old.

Pre-augering or spudding of piles will not be permitted.

Cutting-Off and Splicing

Pilings driven to refusal or to the point where additional penetration cannot be attained and are extending above the required top elevation in excess of the specified tolerance shall be cut off to the required elevation. Pilings driven below the required top elevation and pilings damaged by driving and cut off to permit further driving shall be extended as required to reach the top elevation by splicing when directed at no additional cost to the CITY. If directed, pilings shall be spliced as required to drive them to depths greater than shown and extend them up to the required top elevation.

Pilings adjoining spliced pilings shall be full length unless otherwise approved. Splicing of pilings shall be as indicated. Ends of pilings to be spliced shall be squared before splicing to

eliminate dips or camber. Pilings shall be spliced together with concentric alignment of the interlocks so that there are no discontinuities, dips or camber at the abutting interlocks. Spliced pilings shall be free sliding and able to obtain the maximum swing with contiguous pilings. Welding of splices shall conform to the requirements of SECTION 05500 MISCELLANEOUS METAL FABRICATIONS. Shop and field welding, qualification of welding procedures, welders, and welding operators shall be in accordance with AWS D1.1/D1.1M.

The tops of pilings excessively battered during driving shall be trimmed when directed, at no cost to the CITY. Piling cut-offs shall become the property of the CONTRACTOR and shall be removed from the site.

Cut holes in pilings for bolts, rods, drains or utilities as shown or as directed. All cutting shall be done in a neat and workman-like manner. A straight edge shall be used in cuts made by burning to avoid abrupt nicks. Bolt holes in steel piling shall be drilled or may be burned and reamed by approved methods which will not damage the surrounding metal. Holes other than bolt holes shall be reasonably smooth and the proper size for rods and other items to be inserted. All holes in steel pilings on the wet side of cofferdams shall be made watertight by welding steel plates over the holes after the piling installation is completed. Do not use explosives for cutting.

Inspection of Driven Piling

Perform continuous inspection during pile driving. Inspect all piles for compliance with tolerance requirements. Bring any unusual problems that may occur to the attention of the CITY. Inspect the interlocked joints of driven pilings extending above ground. Pilings found to be out of interlock shall be removed and replaced at the CONTRACTOR’S expense.

END OF SECTION

SECTION 02278 TURF REINFORCEMENT MAT

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all materials, equipment, and labor necessary for the installation of the turf reinforcement mat (TRM). Installation of the TRM shall commence after placement of topsoil and approval of final as built survey.

SECTION 02200 EARTHWORK

SECTION 02930 LANDSCAPING

APPLICABLE PUBLICATIONS:

American Society for Testing and Materials (ASTM):

D4873 - Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples

Federal Highway Administration (FHWA):

FP-03 Section 713.18 as a type 5A, B and C Permanent Turf Reinforcement Mat

Erosion Control Technology Council (ECTC)

SUBMITTALS: Manufacture’s Literature: The CONTRACTOR shall make submittals in accordance with SECTION 01300 SUBMITTALS.

The CONTRACTOR shall submit, in booklet form, the manufacturer's literature for the product used on the job.

RESPONSIBILITIES:

STORAGE: Prior to use, the CONTRACTOR shall store the TRM in a clean, dry place, out of direct sunlight, not subject to extremes of either hot or cold and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D4873.

CERTIFICATIONS AND TESTING:

Soil surfaces shall be prepared and tested in accordance with SECTION 02200 EARTHWORK, and approved prior to installation of turf reinforcement mat.

WARRANTY:

The CONTRACTOR shall warrant the WORK and materials against defects for one year from the date of Substantial Completion.

PRODUCTS

The CONTRACTOR shall furnish TRM recommended for service consistent with the WORK. TRM shall be North American Green SC250; Landlok TRM 450 manufactured by Synthetic Industries; or approved equal by CITY’S representative.

EXECUTION

SURFACE PREPARATION:

The CONTRACTOR shall grade surface on which the TRM is to be installed to the neat lines and grades as shown on the drawings in accordance with SECTION 02200 EARTHWORK. The surface shall be smooth and free of loose rocks, clods, holes, depressions, projections, muddy conditions, and standing or flowing water.

INSTALLATION: The CONTRACTOR shall install the TRM in accordance with the manufacturer’s recommendations and the following requirements:

Prior to placement of the TRM, the CONTRACTOR shall notify the CITY’S representative who will inspect the soil surfaces for conformance.

The CONTRACTOR shall install the TRM on the approved prepared surfaces in accordance with the manufacturer’s specifications and the details shown on the drawings. The TRM shall extend one foot beyond the up-slope portion of the slope and be anchored in a terminal anchor trench a minimum of six inches deep by six inches wide. Anchor the rolled erosion control product (RECP) with a row of staples/stakes in the bottom of the trench at one foot spacings and backfill with compact soils. Apply seed to compacted soil and fold remaining 12-inch portion of

RECP’s back over seed and compacted soil. Secure RECP’s over compacted soil with a row of staples/stakes spaced one foot apart across the width of the RECP’s.

Roll the RECP’s down the slope. All RECP’s must be securely fastened to the soil surface by placing staples/stakes in appropriate locations according to manufacturer’s directions.

The edges of parallel RECP must be stapled with a four to five-inch overlap.

Consecutive RECP’s spliced down the slope must be placed end over end (shingle style) with an approximate three-inch overlap. Staple through overlapped area, approximately 12-inches apart across entire RECP’s width.

In loose soil conditions, the use of staple or stake lengths greater than six-inches may be necessary to properly secure the RECP’s.

Should the TRM be torn or punctured, or the overlaps or sewn joint disturbed, as evidenced by visible fabric damage, subgrade pumping, intrusion, or grade distortion; the backfill around the damaged or displaced area shall be removed and restored to the original approved condition. The repair shall consist of a patch of the same type of TRM being used, overlaying the existing TRM.

END OF SECTION

SECTION 02370 RIPRAP SYSTEM

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall provide all labor, materials, and equipment necessary for the construction of temporary and permanent riprap systems, including stone riprap, bedding stone and filter fabric, as indicated in the construction drawings. All material must be prewashed and clean from metals.

APPLICABLE PUBLICATIONS: The following standard specification shall apply to the work of this section:

American Society for Testing and Materials (ASTM):

C88 - Standard Test Method for Soundness of Aggregate by use of Sodium Sulfate or Magnesium Sulfate

C127 - Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Course Aggregate

C535 - Standard Test Method for Resistance to Degradation of Large Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine

American Association of State Highway and Transportation Officials (AASHTO)

T 85 Standard Method of Test for Specific Gravity and Absorption of Coarse Aggregate

T 120 Method of Test for Aggregate Durability Index

Florida Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition, (FDOT)

SUBMITTALS: Furnish submittals in accordance with SECTION 01300. The CONTRACTOR shall furnish testing certificates from either the pit of the rock source or a quality testing agency prior to acceptance of the rock source to verify the conformity to the requirements.

Filter Fabric: The CONTRACTOR shall submit manufacturer’s data for filter fabric demonstrating compliance with specified material properties, and including manufacturer’s recommendations for storage, handling, installation, and anchoring fabric.

MATERIALS

The CONTRACTOR has the option of using either limestone or natural stone for the rock riprap as long as the selected stone meets the size requirements. All stone used shall be pre-washed, and free from organic material, dirt, clay, sand, rock fines, metals and other materials not meeting the gradation limits.

RIPRAP - Limestone: The CONTRACTOR shall furnish stone for riprap (gradation B and C only) that shall be limestone, and shall be sound, durable and angular in shape. No more than 10% of the stone for any gradation shall have an elongation (ratio of greatest dimension to least dimension) greater than 3:1, and no stone shall have an elongation greater than 4:1. The riprap material shall conform to the following additional requirements.

Limestone riprap shall have the following properties:

Bulk specific gravity (saturated surface-dry basis) not less than 135 lbs/cu.ft when tested by ASTM C127 for gradation C.

RIPRAP – Local Native Stone: The CONTRACTOR shall provide local native stones for riprap from other sources. The native stone riprap shall be durable stones graded to provide a dense mass. Native stone riprap shall conform to the following requirements.

Local Native stones for riprap shall be graded in size to produce a dense mass. Riprap shall consist of dense, natural rock fragments. Stones shall be resistant to weathering and to water action; free from overburden, spoil, shale and organic material; and shall meet the gradation requirements below. Shale and stones with shale seams are not acceptable.

Riprap shall conform to the size types as follows:

Type B (12-inch Average Size) DIAMETER PERCENTAGE PASSING 18-inch 95-100 12-inch 25-75 6-inch 0-10

Type C (18-inch Average Size)

DIAMETER PERCENTAGE PASSING 24-inch 95-100 18-inch 25-75 12-inch 0-5

The greatest dimension of 50 percent of the stones shall be at least two-thirds but not more than 1-1/2 times the diameter of the average size. Neither the breadth nor thickness of any piece of riprap shall be less than one-third its length. Material shall be of shapes that will form a stable protection structure of required depth. Rounded boulders or cobbles shall not be used.

The acceptability of the stones will be determined by the CITY’S representative prior to placement.

FILTER FABRIC: The CONTRACTOR shall provide and install filter fabric conforming to the requirements of FDOT Section 985 for riprap filter.

PERFORMANCE

FIELD QUALITY CONTROL:

Field control of riprap gradation will be by visual inspection. Arriving loads not meeting specifications will be rejected.

SUBGRADE PREPARATION:

Dry Installation: The CONTRACTOR shall prepare the subgrade to the lines, slopes and elevations indicated. The CONTRACTOR shall clear the subgrade of sticks, stones, debris and other materials that could puncture the overlying filter fabric. The finished subgrade shall not vary from design grade by more than 2” at any location.

Sub aqueous Installation: The CONTRACTOR shall excavate the subgrade to the lines and grades shown. Tolerance shall be plus or minus 3 inches.

FILTER FABRIC: The CONTRACTOR shall provide and install filter fabric in accordance with the requirements of FDOT Section 514. Filter fabric shall be placed only on subgrade approved by the CITY’S representative.

GRANULAR BEDDING: The CONTRACTOR shall place bedding material beneath those areas to receive gradation C riprap, to a nominal depth of six inches.

Bedding material shall be spread uniformly over filter fabric material. Placement shall not commence until the CITY has approved subgrade preparation and filter fabric installation.

Placement methods, which segregate the bedding particles, will not be permitted.

Compaction of the bedding material will not be required, but material shall be finished to a reasonably even surface.

Tolerance shall be + three-tenths foot provided this tolerance is not continuous over an area greater than 200 square feet when placed in the dry, or greater than 400 square feet when placed sub aqueous.

CONTRACTOR shall maintain the bedding material until the riprap is in place.

RIPRAP: The CONTRACTOR shall proceed placing the riprap upon completion of filter fabric and bedding material (where required) and after receiving approval of the CITY’S representative to proceed. The CONTRACTOR shall place riprap in accordance with the following.

Stone shall be placed in such a manner as to produce a reasonably well-graded mass with the minimum practicable percentage of voids.

Place to full course thickness in one operation in a manner to avoid displacing or puncturing filter fabric.

Stone shall not be dropped from a height greater than two feet above the fabric.

Finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. Hand place or adjust if necessary to secure the desired results.

Surface Tolerances:

Dry Installation: The finished stone surface shall not vary from design grade by more than three inches at any location, except that any extreme of the tolerance shall not be continuous over an area greater than 100 square feet.

Sub aqueous Installation: The finished stone surface shall not vary from design grade by more than plus or minus one-half feet at any location; either extreme of the tolerance shall not be continuous over an area greater than 225 square feet.

MAINTENANCE: The CONTRACTOR shall maintain riprap until accepted. The CONTRACTOR shall replace riprap displaced by any cause prior to acceptance.

END OF SECTION

SECTION 02401 DEWATERING AND COFFERDAM

GENERAL

SCOPE:

Summary or Work: The CONTRACTOR shall furnish all permits, labor, material and equipment necessary for the removal of all surface and subsurface waters from excavation areas. This section includes the construction of a wellpoint system used in conjunction with an open excavation or cofferdam, temporary cofferdams with steel sheet piling and bracing, or other systems as proposed by the CONTRACTOR. The work requires the removal of temporary sheet piling and other temporary features at the completion of the work.

SECTION 01530 TEMPORARY BARRIERS AND CONTROL

SECTION 02262 STEEL SHEET PILING

SECTION 01300 SUBMITTALS

SUBMITTALS: The CONTRACTOR shall make submittals in accordance with SECTION 01300 SUBMITTALS and the following:

The CONTRACTOR shall submit to the CITY’S representative a dewatering plan and permit which includes qualifications of the design professional(s), the dewatering system and cofferdam design, dewatering equipment, safety procedures, sequence of construction permits and re-watering procedures, prior to the start of any such operations.

Submit certification that temporary cofferdam on other dewatering mechanisms has been designed to meet the criteria specified.

Two sets of prints of the cofferdam system shall be submitted to the CITY’S representative for reference.

The CONTRACTOR shall acquire all permits required to discharge water and protect waterways from turbidity during the dewatering operation.

RESPONSIBILITIES:

This is a performance specification. Except as otherwise specified or indicated, selection of equipment, materials, and methods shall be CONTRACTOR'S responsibility. The dewatering of any excavation areas and disposal of all water handled shall be in strict accordance with all local and state government rules and regulations and project permits.

The CONTRACTOR shall be responsible for the design of the dewatering system including, but not necessarily limited to, the temporary cofferdam, required pump equipment, temporary shoring, as well as any miscellaneous temporary structures required.

EXECUTION

PERFORMANCE: The CONTRACTOR shall furnish and install sheet pile cofferdams in accordance with the following.

The CONTRACTOR shall employ the services of an engineer registered in the State of Florida for the design of the cofferdam system. The walls and bracing shall be designed to withstand, without damage, the maximum water elevations indicated in the permit. Bracing will not be allowed to impart loads to the permanent structure. Temporary construction loads to a permanent structure in excess of those imparted during insitu operating conditions will not be allowed.

Approximate locations of cofferdam, structural characteristics and embedment depths shall be determined by the engineer designing the cofferdam. If a sheet pile cofferdam is proposed, it will be necessary to provide a sequence of construction that complies with the requirement of SECTION 02262 STEEL SHEET PILING and does not affect the integrity of the permanent components.

The layout and design of the interior and exterior bracing system for the cofferdam shall fully accommodate with appropriate factors of safety, all applied loading indicated. Those loadings may be increased if considered appropriate by the engineer designing the cofferdam.

Disturbance shall not extend outside the limits of disturbance as noted in the permit.

DEWATERING:

The CONTRACTOR shall provide adequate equipment for removal of storm, subsurface or cofferdam leakage waters, which may accumulate in the cofferdam interior.

The CONTRACTOR shall perform all concrete work in an area free from water. The CONTRACTOR shall furnish, install, maintain, and operate all necessary pumping and other equipment necessary for dewatering the work area.

All dewatering equipment shall be in first-class condition and shall at all times be maintained and operated at the efficiency and capacity necessary for maintaining the cofferdam interior free from standing water or wet conditions that prevent proper construction.

The CONTRACTOR shall comply with all local, state and federal regulations and permit requirements when disposing of water generated by dewatering operations.

TURBIDITY BARRIER: The CONTRACTOR shall install and maintain suitable turbidity barriers as described in SECTION 01530 TEMPORARY BARRIERS & CONTROLS.

REMOVAL OF DEWATERING SYSTEM AND COFFERDAMS:

The CONTRACTOR shall remove the dewatering system in such a manner as to allow groundwater elevations to slowly return to natural elevations.

The CONTRACTOR shall slowly flood the dewatered area to establish water surface elevations prior to removal of temporary cofferdams.

REGULATION SCHEDULE:

Noise Abatement: The CONTRACTOR shall furnish, install, and maintain throughout the course of the work, mufflers, noise-control enclosures, or other noise control methods, measures, and features on and around all dewatering pumps and their prime movers such that steady noise emanating from this equipment does not exceed the permissible sound levels defined in the local ordinances.

END OF SECTION

SECTION 02433STORM DRAINAGE SYSTEM – REINFORCED CONCRETE PIPE

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all labor, materials and equipment necessary for the installation of the storm drainage system including excavation, bedding, and backfill, as shown on the drawings and/or specified.

SECTION 02200 EARTHWORK

SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING

APPLICABLE PUBLICATIONS:

American Society for Testing and Materials (ASTM):

ASTM C76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe

C150 - Standard Specification for Portland Cement

C387 - Standard Specification for Packaged, Dry, Combined Materials for Mortar and Concrete

C443 - Standard Specification for Joints for Concrete Pipe and Manholes Using Rubber Gaskets

Florida Department of Transportation (FDOT): Standard Specifications for Road and Bridge Construction

SUBMITTALS: The CONTRACTOR shall make submittals in conformance with SECTION 01300 SUBMITTALS. Submit shop drawings for pipe, inlets, manholes, frames and covers.

INSPECTION COORDINATION: The CONTRACTOR shall provide access to the WORK for the CITY’S representative as requested for inspection. The Contractor shall provide 48 hours notice of its intention to begin new WORK activities.

WARRANTY:

The MANUFACTURER shall warrant the EQUIPMENT, MATERIALS and PRODUCTS specified in this section against defective materials and workmanship with the MANUFACTURER’S standard warranty, but for no less than one year from the date of Substantial Completion.

The CONTRACTOR shall warrant the WORK against defects for one year from the date of Substantial Completion.

PRODUCTS

REINFORCED CONCRETE PIPE:

The CONTRACTOR shall furnish piping and appurtenances for sewers shall be of the type and material specified. All pipe, fittings, jointing, materials, grates, manhole frames and covers, and other appurtenances shall be new material to be included in the work; and if not specifically described in these specifications, shall be of the best quality and entirely suitable for the service intended. The CITY’S representative, prior to installation, shall approve all such material.

The CONTRACTOR shall furnish reinforced concrete pipe for the construction of the storm drainage system which shall be manufactured in accordance with Section 449 of the FDOT Standard Specifications for Road and Bridge Construction and ASTM C76. The reinforced concrete pipe shall meet the design requirements for Class III pipe as specified in ASTM C76. Location and size of pipe is as shown on the drawings.

The CONTRACTOR shall furnish reinforced concrete pipe sealed by the use of round rubber gaskets. The rubber gaskets used shall meet the requirements as specified in Section 449 of the Standard Specifications for Road and Bridge Construction and ASTM C443.

Reinforced Concrete Pipe: Conform to ASTM C76 and the following additional requirements:

Cement shall be Type II conforming to ASTM C150 or Type I/II conforming to AASHTO M85.

The minimum Portland cement content shall be 470 lbs. per cubic yard.

The water/cement ratio shall not exceed 0.53.

All pipe reinforcement shall consist of ASTM A82, A496, A185, A497 or A615.

The CONTRACTOR shall provide the CITY with a Certificate of Compliance from the pipe manufacturer that the pipe and concrete mix conform in all respects to these specifications and other non-conflicting requirements of the reference ASTM Specifications.

Concrete Pipe Joints: Joints shall be T & G rubber gasketed type and furnished by the pipe manufacturer. Joints shall conform to ASTM C443, including performance requirements for joints. Pipe manufacturer shall furnish lubricants for joints.

Cement Mortar: Use mix of 1 part cement and 2 parts of clean, well-graded sand of which 100% will pass a one-eighth inch sieve or, optionally, premixed mortar conforming to ASTM C387, Type N may be used.

MANHOLES AND INLETS:

The CONTRACTOR shall furnish precast manholes and inlets manufactured in accordance with Section 425 of the FDOT Standard Specifications for Road and Bridge Construction and the Department of Transportation Road Design Standards.

The CONTRACTOR shall furnish manhole frames and covers, and inlet frames and of the type and duty as shown on the drawings. All castings shall be true to pattern in form, have the correct dimensions and be free from faults and cracks. Bearing surfaces between frames and covers shall be machine-fitted to prevent rocking.

EXECUTION

INSTALLATION:

The CONTRACTOR shall protect the pipe during storage and handling against impact shocks, and free fall. Pipe shall be kept clean at all times and no pipe shall be used that does not conform fully to standards or specifications.

The CONTRACTOR shall lay each pipe section in strict conformance with the line and grade as shown on the construction plans. The laying of pipe in finished trenches shall commence at the lowest point with the bell end laid upgrade.

The CONTRACTOR shall provide and maintain on the job site at all times, appropriate and well maintained equipment for checking the grade of the pipe being laid.

The CONTRACTOR may use any of the several type laser beam devices, provided it is in good repair and calibration and a level and level rod is used to check for grade at catch basins, manholes and outfalls. Use of levels and/or transits alone is discouraged and generally will not be permitted.

The CONTRACTOR shall, prior to, but not more than 24 hours prior to installing the pipe, place the rubber gasket on the tongue to the pipe, in accordance with the manufacturer's recommendations. The tongue end shall be protected at all times from the sun, blowing dust, or other deleterious agents. Gaskets shall be inspected before installation of the pipe and any loose or improperly affixed gaskets shall be removed and replaced.

The CONTRACTOR shall set the pipe firmly according to the lines and grade; and preparatory to making joints for concrete pipe, all surfaces of the portion of the pipe to be jointed shall be thoroughly cleaned. The pipe shall be laid with the groove upstream. A shallow excavation shall be made underneath the pipe at the joint.

The CONTRACTOR shall coat the entire interior of the groove, or bell, of the pipe with an approved vegetable soap lubricant immediately prior to installation. For o-ring gasket pipe, the spigot of the adjoining pipe, including the o-ring gasket recess, shall also be lubricated. Lubricate the o-ring gasket and install in the gasket recess of the spigot. Equalize the gasket around the entire spigot. For profile gasket pipe, lubricate only the interior bell surface of the pipe and install the gasket on the spigot end according to the manufacturer’s instructions. Self-lubricated, or internally lubricated, gaskets shall not be used. The groove and spigot ends shall be cleaned prior to application of the lubricant. The pipe shall then be aligned with the previously installed pipe and the joint pulled together. The joint shall be pulled by the use of interior or exterior pull jacks or winches, anchored by suitable means. The choice of methods and type of equipment will depend on trench conditions, type and size of pipe, and its ability to properly seat the gasket. If, while making the joint, the gasket becomes loose and can be seen through the exterior joint recess, when the joint is pulled up to within one inch of closure, the pipe shall be removed and the joint remade.

EARTHWORK: The CONTRACTOR shall perform excavation of trenches, preparation of trench bottoms, backfilling and other earthwork in connection with installation of storm sewers in accordance with the SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING. Extra care shall be taken to eliminate all voids around the pipe.

WATER CONTROL: The CONTRACTOR shall control water so that it does not interfere with the installation of piping and ability to achieve compaction. Dewatering shall be performed in accordance with project permits.

END OF SECTION

SECTION 02435 TURBIDITY CONTROL AND MONITORING

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall furnish all necessary equipment, labor and materials necessary to conform to State water quality standards as prescribed in Chapter 62-302, Florida Administrative Code and with permit conditions.

SUBMITTALS: The CONTRACTOR shall make submittals for the turbidity control and monitoring system in accordance with SECTION 01065 PERMITS AND FEES and SECTION 01300 SUBMITTALS and the requirements herein.

Provide proposed monitoring protocol and maintenance.

Provide monitoring data and reports.

PRODUCTS

CONTRACTOR shall supply floating turbidity boom with bottom weights and a depth to reach the bottom of the canal for placement as shown in the plans. The CONTRACTOR shall supply and install silt fence as shown in the plans.

EXECUTION

TURBIDITY BARRIERS:

The CONTRACTOR shall install and maintain turbidity barriers as noted in the drawings and where necessary to maintain turbidity releases at or below permit levels. Barriers shall be installed prior to any filling, backfilling, dredging, or excavation and maintained in place until construction is complete and turbidity from construction has dissipated. All barriers shall be adequately marked and appropriate signage erected to identify them as obstructions to navigation.

Any rips or tears that occur in the turbidity barrier material during use shall be repaired or replaced immediately by the CONTRACTOR at its expense. Rips or tears that occur in the turbidity barrier material in use that are not repaired or replaced immediately by the CONTRACTOR will result in a suspension of excavation and/or construction operations, and shall require repairs and replacements as a prerequisite to the resumption of work.

The CONTRACTOR shall keep in place and maintain all barriers until the WORK is complete and turbidity levels return to background levels based on visual inspection. Upon completion of use, the CONTRACTOR shall remove the turbidity barriers and associated items to an off-site location at its own expense.

The CONTRACTOR shall conduct its operations at all times in a manner that minimizes turbidity. The CONTRACTOR is required to conform to State water quality standards as prescribed in F.A.C. Chapter 62-302, and to meet the special requirements of any environmental permits that have been issued.

SILT FENCE:

A silt fence shall be installed per the plans.

Monitoring shall be weekly or immediately after a rainfall event. Maintenance of the silt fence includes items such as repairs due to tears, pushed over, dirt piled against it. Maintenance shall be conducted within 24-hours of the finding. Non repair will cause job shut down until released by the CITY’S representative.

MONITORING:

The CONTRACTOR shall conduct turbidity monitoring as defined in the permits.

Background Monitoring Location: 500 feet upstream of the construction area on the Gordon River at mid-depth in the water column.

Compliance Monitoring Location: Within the densest portion of any noted plume on the Gordon River.

Sampling Time: Water samples shall be as defined in the permits.

The CONTRACTOR shall submit monitoring data weekly and all data shall be submitted within one week of analysis. Documents submitted shall contain the following information:

Permit number

Dates of sampling and analysis

A statement describing the methods used in collection, handling, storage and analysis of the samples

A map indicating the sampling locations

A statement by the individual responsible for implementation of the sampling program concerning the authenticity, precision, limits of detection and accuracy of the data.

The CONTRACTOR shall submit monitoring reports that also include the following information for each sample that is taken:

Time of day samples taken

Depth of water body

Depth of sample

Antecedent weather conditions

If monitoring reveals levels greater than the State water quality standard for turbidity, construction activities shall cease immediately and not resume until corrective measures have been taken and turbidity has returned to acceptable levels. Turbidity violations and corrective measures shall be documented in the monitoring reports.

END OF SECTION

SECTION 02436 ENVIRONMENTAL PROTECTION

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall provide labor, equipment and materials for the prevention of environmental damage as the result of construction operations under this contract and for those measures set forth in other technical requirements of these specifications.

DEFINITIONS: For the purpose of this specification, environmental damage is defined as the presence of hazardous, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances; affect other species, biological communities, or ecosystems; or degrade the quality of the environment for aesthetic, cultural, and/or historical purposes. The control of environmental damage requires consideration of land, water, and air, and includes management of visual aesthetics, noise, solid waste, radiant energy and radioactive materials, as well as other pollutants.

SUBMITTALS: Within 20 calendar days after the Notice to Proceed, the CONTRACTOR shall submit an Environmental Protection Plan for review and acceptance by CITY’S representative. Approval of the plan shall not relieve the CONTRACTOR of his responsibility for adequate and continuing control of pollutants and appropriate environmental protection measures. Approval of the plan is conditional and predicated on satisfactory performance during construction. The CITY’S representative reserves the right to require the CONTRACTOR to modify the Environmental Protection Plan if it is determined that environmental protection requirements are not being met. No physical work at the site shall begin prior to acceptance of the Environmental Protection Plan. The plan shall include, but not be limited to the following:

A list of the Federal, State and Local laws, regulation and permits concerning environmental protection, pollution control and abatement that are applicable to the CONTRACTOR’s proposed operations and the requirements imposed.

Methods for protection of features to be preserved within the authorized work areas: The CONTRACTOR shall prepare a listing of methods to protect wetland water quality, fish and wildlife.

Procedures to be implemented are to provide the required environmental protection and to comply with applicable laws and regulations: The CONTRACTOR shall provide written assurance that immediate corrective action will be taken to correct pollution of the environment due to accident, natural causes or failure to follow the procedures set out in accordance with the Environmental Protection Plan.

Environmental monitoring plans.

Traffic control plan. Include plan for road cleanup during construction activities.

Drawings showing locations of proposed temporary activities, such as material storage areas or stockpiles of excess spoil or materials.

Erosion control methods.

Spill Prevention Methods: The CONTRACTOR shall identify any hazardous, potentially hazardous substances or other substances to be used on the job site and indicate intended actions to prevent accidental or intentional introduction of these materials into the air, ground, water, wetlands or drainage areas. The plan shall specify the actions that will be taken to meet the federal, state and local laws regarding labeling, storage, removal, transport and disposal of all hazardous or potentially hazardous substances.

Spill Contingency Plan for hazardous, toxic or petroleum material.

A work area plan, showing proposed activities and associated areas.

Identification of the person who shall be responsible for implementation of the Environmental Protection Plan. This person shall have authority to respond for the CONTRACTOR in all environmental protection matters.

A recycling and waste management plan. CONTRACTOR shall include waste minimization efforts in the Plan.

RESPONSIBILITIES:

Quality Control: The CONTRACTOR shall establish and maintain quality control for the environmental protection of all items set forth herein. The CONTRACTOR shall record on daily quality control reports or attachments thereto, any problems in complying with laws, regulations and ordinances, and corrective action taken.

Permits and Authorizations: The CONTRACTOR shall obtain all needed permits or licenses unless the CITY has already acquired them. The CONTRACTOR shall be responsible for implementing the terms and requirements of all permits issued for construction of the project.

ENVIRONMENTAL PROTECTION PLAN

NOTIFICATION: The CITY will notify the CONTRACTOR of any non-compliance with federal, state or local laws, permits or other elements of the CONTRACTOR’s Environmental Protection Plan. After receipt of such notice the CONTRACTOR shall inform the CITY’S representative of the proposed corrective action and take such action as approved. If the CONTRACTOR fails to comply, the CITY’S representative may order all work to cease until corrective action has been taken. No time extensions shall be granted or damages allowed for the suspension of work under this circumstance.

SUMMARY: The CONTRACTOR shall submit a written report within 30 days of completion of the project. This report shall delineate the absence, or occurrence, of environmental incidents during the course of the project.

TRAINING: The CONTRACTOR shall train its personnel in relevant phases of environmental protection. The training shall include methods of detecting and avoiding pollution, familiarization with pollution standards, and careful installation and monitoring of the project to ensure continuous environmental pollution control.

PROTECTION OF ENVIRONMENTAL RESOURCES

GENERAL: During the entire period of the Contract, the CONTRACTOR shall protect environmental resources within the project boundaries and those affected outside the limits of the boundary. The CONTRACTOR shall confine its activities to the areas defined by the drawing specifications and permits. Any deviations from the plans (borrow areas, disposal areas, staging areas, and alternate access routes) will require additional review by the CITY’S representative to ensure compliance with environmental rules and regulations.

PROTECTION OF LAND RESOURCES: Prior to the beginning of any construction the CONTRACTOR shall identify all land resources that are to be preserved or avoided within the work area. The CONTRACTOR shall not remove, cut, deface, injure, or destroy any land resources (trees, shrubs, vines, grasses, topsoil, or land forms) unless indicated in the plans or specifically authorized by the CITY. All damaged areas shall be restored to original or better condition.

DISTURBED AREAS: The CONTRACTOR shall effectively prevent erosion and control sedimentation through approved methods as identified in the Environmental Protection Plan.

PROTECTION OF WATER RESOURCES: The CONTRACTOR shall conduct his activities in a manner to avoid pollution of surface and ground water and wetlands. The CONTRACTOR’S construction methods shall protect wetland and surface water areas from damage due to mechanical grading, erosion, sedimentation vehicular traffic, and turbid discharges. No storage or stockpiling of equipment shall be allowed within any wetland area unless specifically authorized under permit.

Water directly derived from construction activities shall be collected in retention areas to allow settling of suspended materials. All monitoring of any water areas that are affected by construction activities shall be the responsibility of the CONTRACTOR.

OIL, FUEL AND HAZARDOUS SUBSTANCE SPILL PREVENTION: The CONTRACTOR shall prepare a spill contingency plan in accordance with 40CFR, Part 109. The CONTRACTOR shall prevent oil, fuel or other hazardous substances from entering the air, ground, drainage, and local bodies of water or wetlands. In the event that a spill occurs, despite design and procedural controls, the CONTRACTOR shall take immediate action to contain and cleanup the spill and report the spill immediately to the CITY’S representative. A written report providing certification of commitment of manpower, equipment and materials necessary to

prevent the spread and effect expeditious cleanup and disposal shall be submitted.

FISH AND WILDLIFE RESOURCE PROTECTION: The CONTRACTOR shall control and minimize interference with, disturbance to, and damage of fish and wildlife resources. If appropriate, threatened and endangered species that require specific protection measures shall be listed in the Environmental Protection Plan. The person designated as responsible for the Environmental Protection Plan shall be able to identify the threatened and endangered species listed in the Environmental Protection Plan. Any activity observed by the CONTRACTOR that may result in adverse impact to threatened or endangered species shall be reported immediately to the CITY and the CITY’S representative, who shall have sole authority for any work stoppages, creation of a buffer area, or restart of construction activities.

In the event that the CITY’S representative determines that an adverse impact to threatened or endangered species may occur as a result of the construction activities, the CITY shall notify the Corps of Engineers and the Fish and Wildlife Service. Adverse impact is defined as to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, collect, or to attempt to engage in any such conduct.

PROTECTION OF AIR RESOURCES: The CONTRACTOR shall minimize pollution of air resources. All activities, equipment, processes and work operated or performed in accomplishing the specified construction shall be in strict accordance with the applicable air pollution standards of the State of Florida (F.S. Chapter 403 and F.A.C. Section 200) and all Federal emission and performance laws and standards as appropriate. This includes control of particulates, burning and odors.

END OF SECTION

SECTION 02930 LANDSCAPING

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall provide all labor, equipment and materials for the landscaping with locally grown or harvested Florida native plant species as required, shown and specified in the construction drawings. For the purposes of this project, “locally” is defined as within 60 miles of the project site.

APPLICABLE PUBLICATIONS:

The following Standard Specifications shall apply to the work of this section as indicated.

Florida Department of Agriculture and Consumer Services

Grades and Standards for Nursery Plants/Division of Plant Industry, 1998

Florida Nursery, Growers, and Landscape Association approved planting practices

Florida Department of Transportation

Standard Specifications for Road and Bridge Construction (FDOT), latest edition

American Joint Committee on Horticultural Nomenclature

Standardized Plant Names, Species, Etc., 1942 Edition

American National Standards Institute (ANSI)

A300 guidelines

SUBMITTALS: The CONTRACTOR shall make submittals in accordance with SECTION 01300 SUBMITTALS and the following requirements.

Submit a written schedule of sources or suppliers of all materials for inspection and approval by the CITY’S representative before they are delivered and installed on the project.

A sample and analysis including pH of all planting soil types for approval by the CITY’S representative before the material is delivered and installed on the project.

Copies of the manufacturer’s specifications or analysis for all fertilizer, including data substantiating that proposed materials comply with specified requirements. Tags from bags of fertilizer used on the site shall also be provided.

If requested, provide a schedule of spraying, dusting materials or insecticide soaps to be used to control pests and disease infestation, the reason for their use, and the method to be used to apply the materials and the method of application before it is delivered and used on the project. Furnish documentation that the implementation of these control measures for pests and disease infestation is in strict compliance with all applicable regulations.

When the specified type, grade, quality, size, quantity, etc. of a material is not available, the CONTRACTOR shall submit a written request to the CITY’S representative for a substitution, along with written, documented proof that the material is not available. All substitutions considered must be locally grown or harvested Florida native species appropriate for the planting area. Before they are installed, all substitutions shall receive the approval of the CITY’S representative.

QUALIFICATIONS: The CONTRACTOR shall ensure that personnel handling planting chemicals and herbicide are appropriately licensed to do so and that the application of such chemicals is in compliance with the manufacturer’s printed literature and/or directions on the label.

RESPONSIBILITIES:

The CONTRACTOR shall be responsible for receiving, storing, maintaining (before and after planting), planting soil, fertilizer, mulch, water, temporary irrigation system, miscellaneous landscape accessories, bracing, etc.

The CONTRACTOR shall provide all plants required to perform the work covered by this section. All shrubs, trees, and groundcovers shall be locally grown or harvested Florida native plants.

The Drawings represent a schematic layout depicting the limits of the different plant species, and other typical details pertinent to the project. The CITY’S representative may make adjustments to the final location of the plants. The CITY’S representative reserves the right to adjust the number and locations of the designated types and species to be used at any of the locations shown.

The CONTRACTOR shall be responsible for making site subsurface investigations and examinations as he or she chooses in order to become familiar with the construction conditions under which the work will be performed.

Work Covered by Contract Documents: The CONTRACTOR shall provide all supervision, labor, materials, equipment, and tools, and perform all operations necessary to excavate, grade, plant, and backfill all landscape material indicated in the Drawings.

The CONTRACTOR shall procure all necessary permits to accomplish all of the work.

The CONTRACTOR is responsible for performing all work in accordance with all applicable regulations, ordinances, and code requirements from the appropriate city, county, state and/or federal jurisdiction the project is located in.

WARRANTY: The CONTRACTOR shall warrant plantings and landscaping in accordance with the following.

All plants shall be of the same grade and standard, as set forth in the latest revision of the “Florida Grades & Standards for Nursery Plants”, at the end of the 3 month warranty period as they were originally specified prior to installation.

All landscape elements and plant material, shall be guaranteed for a minimum of three (3) months from the date of Final Completion.

An inspection will be made one (1) month prior to the end of the specified Warranty Period to determine the status of landscape elements and plant materials.

Warranty replacement may be required for defective landscape elements and plant materials caused by:

Girding trunk and limbs

Breaking limbs so as to deform shrubs

Failure to water plants upon initial installation and there after

Allowing vegetation to dry out during the transplant procedure or after installation during the required watering period

Providing improper bracing

Excessive pruning beyond the state/national horticultural standards

Installing plant at improper planting depth

The warranty of plant material shall be construed to mean the complete and immediate replacement of plant material within seven (7) calendar days if:

It is not in a healthy growing condition.

There is a question as to its ability to survive after the end of the guarantee period.

It is dead.

The seven (7) calendar days may be extended due to seasonal conditions, availability, preparation time such as root pruning, etc., only if approved by the CITY’S representative in advance. The extended time shall be negotiated between all parties concerned but must receive final approval by the CITY. After the 7-day replacement period, the CITY may perform the work and charge said CONTRACTOR.

MAINTENANCE CONTRACT: CONTRACTOR shall provide maintenance on the landscaping for three (3) months after the date of Final Completion which shall include removal of exotic and nuisance species.

PRODUCTS

PLANT GRADE:

Collected Plants: When collected plants are proposed, the CITY’S representative shall be given at least two days’ written notice before the digging to allow the CITY’S representative the opportunity to inspect the plants prior to digging. Included in this written notice shall be a copy of the appropriate permits secured from the Florida Department of Agriculture for the collected plants. Collected plants shall be dug with a root spread at least 10 percent greater than nursery grown plants of the same species and size. No collected plant shall be planted prior to the CITY’S representative’s approval and inspection.

Grade: All plant material shall be Florida No. 1, or better, at the time of installation, final acceptance, and at the end of the guarantee period.

Habit of Growth: All plant material shall have a habit of growth that is normal for that species and shall be sound, healthy, vigorous, and free from insects, plant diseases, and injuries.

All sizes shown for plant material on the Plans are to be considered as minimums. All plant material must meet or exceed these minimum requirements for height, spread, etc. as indicated on the Plans. When plant sizes are specified as a range of size, installed material shall average the mean of the range specified.

The CONTRACTOR shall furnish grass seed as shown on the drawings and specified herein. The CONTRACTOR may use seed or sod to plant the native grasses. If seed is used, the seed shall be a mixture of native upland grasses and an annual summer or winter grass (rye or millet depending on the season planted). Both seed mixes and sodding must be approved by the CITY’S representative prior to installation. Both seed and sod shall be of high quality, free of weeds, impurities, nuisance and exotic species and other problems that may affect its survival.

MULCH:

The CONTRACTOR shall mulch all new and transplanted plant materials and associated planting beds with mulch at the time of installation, final acceptance, and at the end of the guarantee period. The mulch layer shall exceed a depth of two inches within a one-foot radius of the plant materials or exceed a depth of four inches in areas beyond the one-foot radius. All mulch material shall be grade “A” approved by the CITY’S representative. It shall be uniformly shredded and free from foreign matter, large pieces of bark, tree stump material, and insects such as burrowing nematodes and ants. Submit sample of mulch if requested and as needed at no additional cost to the CITY.

FERTILIZER:

If requested by the CITY’S representative, the CONTRACTOR shall submit copies of the manufacturer’s specifications or analysis of all fertilizer for the CITY’S approval and copies of the soil analysis determining fertilizer requirements.

The CONTRACTOR shall apply fertilizer carefully and not to excess, ensuring that unintended nutrient pollution does not occur at the site.

The CONTRACTOR shall furnish fertilizer that is uniform in composition and dry. Granular fertilizer shall be free flowing and delivered in unopened bags. Tablet fertilizer shall be delivered in unopened containers or boxes. All bags, containers, or boxes shall be fully labeled with the manufacturer’s analysis.

The CONTRACTOR shall furnish fertilizer complying with the State of Florida fertilizer laws. The CONTRACTOR shall handle and store fertilizer in compliance with these specifications and all applicable laws and regulations.

INSPECTIONS:

Inspection at the growing site does not preclude the right of rejection at the project site.

The CONTRACTOR shall request inspections in writing at least 48 hours in advance.

In the event the CITY’S representative has made an early inspection, this shall not bar the CITY’S representative from subsequently rejecting such work that is discovered to be faulty work, omitted work, or work performed which is not in accordance with the contract requirements.

Die-Back and Leaf-Drop: Plant material showing signs of die-back or leaf-drop will not be accepted and must be removed from the project immediately if so directed by the CITY’S representative.

Plant material shall not be accepted when the ball of earth surrounding its roots has been cracked, broken, or otherwise damaged.

DELIVERY, HANDLING, STORAGE AND SUBMITTALS:

Delivery and Handling: The CONTRACTOR is responsible for safely transporting, delivering, storing, and planting all plant materials in conjunction with Florida laws. Damage due to delivery may cause rejection of vegetation at the site.

DAMAGE TO EXISTING VEGETATION AND/OR IRRIGATION:

The CONTRACTOR shall exercise caution when working in the vicinity of existing vegetation and/or irrigation system components to prevent damage caused by the use of tools or equipment (mechanical), chemicals, grade changes, and excavation.

If the CONTRACTOR damages existing plants and/or vegetation, or irrigation system components, due to his own negligence, he shall be responsible to replace them at his cost, within seven calendar days.

EXECUTION

The CONTRACTOR shall keep areas free of all trash, debris, loose and excess material, unsecured equipment or tools, etc.

The CONTRACTOR shall carefully inspect all plants delivered to the site to verify that they meet the requirements of the Contract as to grading, condition, size, and species. The CONTRACTOR shall reject all plants that do not comply with the requirements.

PREPARATION OF SITE PRIOR TO PLANTING: Prior to planting, an ‘As Built’ must be prepared and approved by the CITY’S representative. Before any disturbance of

the actual planting areas is performed, the CONTRACTOR and the CITY’S representative shall conduct an inspection and evaluation of these sites. Most of the planting areas are to be sodded to prevent soil erosion on the steep slopes. The CONTRACTOR shall remove a circular area of matting for shrubs. All shall be removed completely from the area and immediately disposed of off-site.

PLANTING PITS: The CONTRACTOR shall prepare planting pits as follows. Planting pits shall be excavated to the dimensions required to comply with the requirements for soil amendments. For one gallon containerized plants, excavate with a hole three inches larger in diameter.

PLANTING: The CONTRACTOR shall plant shrubs and plants in accordance with industry standards and as follows.

Set container grown stock on a six-inch (minimum thickness) layer of compacted planting soil mixture, plumb and in center of pit, with top of ball at same elevation as the lowest adjacent finished landscape grades. Remove burlap from sides of balls; retain on bottoms. Set plants in pits at such level that after settlement they bear the same relationship to the finished grade of the surrounding ground as they did in their natural state. Proper turning of all plants to take advantage of the best and most natural growth appearance will be practiced at all times and will be subject to the approval of the CITY’S representative. Place backfill around base and sides of ball and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately one half full, water thoroughly. Water again after placing final layer of backfill. Flush amended soil mixture into place and fill pit to form a broad saucer to surrounding grade.

Provide additional backfill berm around edge of excavations to form a shallow planting saucer to contain water with a minimum of three to five inch berm.

Mulch planting saucer and the areas as indicated herein with two to four inches of mulch.

GRASSING GENERAL: The CONTRACTOR shall establish a stand of grass on slopes, shoulders, and other areas shown on the Drawings by sodding or seeding, fertilizing, and maintaining the area as specified herein. Fertilizing or seeding operations will not be permitted when wind velocities exceed 15 miles per hour. Seed shall be sown only when the soil is moist and in proper condition to induce growth. Grassing shall be incorporated into the project at the earliest practical time in the life of the Contract. Grass may be placed below or in the TRM per manufacturer’s specification. Sodding shall replace seeding in erosion prone areas and as designated on the plans. Sod shall be stored in place.

GRASSING SEQUENCE OF OPERATIONS: The CONTRACTOR shall proceed with the WORK in the following sequence: fertilization and preparation of the ground, and spreading of seeding or laying of sod.

GRASSING INSTALLATION: The CONTRACTOR shall follow the following guidelines in preparing the seed/sod bed and in placing seed and sod.

Preparation of Subgrade: After rough grading is completed and before TRM is installed and topsoil is spread, thoroughly scarify ground to a minimum depth of eight inches with a toothed ripping machine by running in two directions at right angles over the entire surface area to be planted.

Fertilizing:

Apply commercial fertilizer at the rate of 15 pounds per 1,000 square feet distributing uniformly with a mechanical spreader. Soil sample results and fertilizer ratios documentation shall be submitted to the CITY’S representative for approval. No fertilization shall be applied outside the work area, in the wetland.

Finish Grading:

Thoroughly mix the applied materials to a depth of six inches by running a rototiller over the entire area in two directions at right angles.

Rake the top soiled area to a uniform grade so that all areas drain, as indicated on the grading plan.

Remove all trash and stones exceeding two inches in diameter from area to a depth of two inches prior to preparation and planting.

Seeding:

Time of Seeding: Conduct seeding under favorable weather conditions during seeding seasons which are normal for such work as determined by accepted practice in locality of project.

Mechanical Seeding: Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of CONTRACTOR on his own responsibility to establish a smooth, uniformly grassed area. Changes to seeding rates must be discussed with the CITY’S representative.

Temporary Seed: Apply temporary seed at a rate of 30 pounds per acre to all areas where permanent seed is placed. (Rye in the summer and millet in the winter.)

Install turf reinforcement matting per SECTION 02278 TURF REINFORCEMENT MAT.

Sodding:

Before native sod is laid, correct soft spots and grade the area smooth and remove sticks, rocks and debris greater than one half inch in diameter. Lay so that no voids occur and tamp or roll sod and brush or rake screened topsoil with no lumps or stones larger than three quarters inch over sodded area, water sod thoroughly. Complete sod surface true to finished grade, even and firm. Fasten sod on slopes by wooden pins 6 inches long driven through sod into soil, until flush with top of sod. Install at sufficient intervals to hold sod in place when saturated.

GRASS MAINTENANCE: The CONTRACTOR shall comply with the following maintenance guidelines for seeded and sodded areas.

Maintenance Period: Begin maintenance immediately after each portion of grass is planted and continues for three (3) months after all grass planting is completed.

Maintenance Operations: Water to keep surface soil and germinated grass moist. Repair washed out areas by filling with topsoil, liming, fertilizing and re-seeding or sodding. Weed by local spot application of selective herbicide. Severe erosion must be repaired with compacted fill, sod and redirection of runoff around the damaged area.

Fertilization: Contractor shall conduct soil testing to determine nutrients required.

GRASSING INSPECTION FOR ACCEPTANCE: Once the permanent Native grass becomes established and on written notice from the CONTRACTOR, the CITY’S representative will, within 15 days of such written notice, make an inspection to determine if a satisfactory stand has been produced. If a satisfactory stand has been established, then three (3) months after the start of maintenance, maintenance responsibilities will revert to the CITY. If a satisfactory stand has not been established, another inspection will be made after written notice from the CONTRACTOR that the grass is ready for inspection following the next growing season. A satisfactory stand is defined as a grass or section of grass that has:

No bare spots larger than six inches in diameter.

Not more than five percent of total area with bare spots.

Root mass has been established.

END OF SECTION

SECTION 02950 EXOTICS REMOVAL

GENERAL

SCOPE:

Summary of Work: The CONTRACTOR shall provide all equipment, labor and materials for removal and control of exotic and nuisance plant species throughout the project area and along the perimeter of the mangroves for the duration of the Contract in compliance with the permits. The CONTRACTOR shall perform all operations by use of ground application equipment.

SECTION 02100 SITE PREPARATION

SECTION 02930 LANDSCAPING

APPLICABLE PUBLICATIONS:

OSHA General Industry Standards

SUBMITTALS: The CONTRACTOR shall submit in accordance with SECTION 01300 SUBMITTALS, for the approval of the CITY or the CITY’S representative, product data on chemicals and herbicides intended for use in removing and/or controlling exotic plant species.

QUALIFICATIONS: The CONTRACTOR shall comply with all Federal, State, and local regulations governing the application, transportation, storage, use, and disposal of products utilized in the performance of this Contract. These regulations include at minimum, F.I.F.R.A. 29 CFR 1910, OSHA General Industry Standards, and Chapter 487, Florida Statutes. A certified herbicide applicator shall be on site supervising all applications of chemicals.

RESPONSIBILITIES: The CONTRACTOR shall remove and/or control exotic and nuisance plant species as specified herein and as indicated on the plans.

INSPECTION COORDINATION: The CONTRACTOR shall provide access to the WORK for the CITY as requested for inspection. The Contractor shall provide 48 hours notice of its intention to begin new WORK activities.

PRODUCTS

HERBICIDES:

The CONTRACTOR shall furnish herbicides to kill existing weeds. Near water bodies where the chemical could runoff into the water, the CONTRACTOR shall use a herbicide approved for use on aquatic and emergent plants.

The CONTRACTOR shall furnish pre-emergent herbicides such as Gallery, Ronstar, Surflan or equal based on the type of weeds present.

Herbicide spray application will not be permitted when wind velocity exceeds 10 miles per hour.

EXECUTION

Exotics Removal and Control:

The CONTRACTOR shall, for the duration of the Contract period, remove the exotic plant species throughout the entire project area. Removal includes all above ground reproductive and vegetative parts, including stems, and flowering/ fruiting parts. Plant material (whole or chipped) shall be removed from the project area and disposed of at a location authorized by the CITY.

The CONTRACTOR shall prevent the return of the exotic plant species to the project area and along the perimeter of the mangrove by application of biodegradable herbicides throughout the duration of the Contract.

Exotic Plant Species: The CONTRACTOR shall remove and control the invasion of exotic plant species in accordance with all project permits.

Nuisance Plant Species:

The CONTRACTOR shall, for the duration of the Contract period, control the nuisance plant species defined below throughout the entire project and along the perimeter of the mangrove. This control shall be by application of a biodegradable herbicide.

Nuisance Plant Species: The CONTRACTOR shall control the invasion of nuisance plant species in accordance with all project permits.

Accident Prevention and General Safety: The CONTRACTOR shall prepare and post an accident prevention and general safety plan (The Plan). Workers shall be instructed regarding The Plan. At a minimum, The Plan shall address the following.

Application of chemicals shall be made in accordance with the label statements and applicator certification manuals. For all applications, appropriate safety precautions shall be taken and all manufacturer's warnings and cautions noted on labels shall be followed.

Appropriate protective clothing, apparel, and equipment shall be used when handling and applying the required chemicals. These protective devices shall include eye protection, headgear, respirators, coveralls, boots, and gloves.

Transportation, Handling, Labeling, Storage and Disposal of Materials: The CONTRACTOR shall transport, handle, label, store and dispose of materials in accordance with all applicable laws and regulations and the manufacturers recommendations. At a minimum, the CONTRACTOR shall conform to the following.

The provisions of the following documents, as required shall govern transportation, handling, storage, labeling and disposal of all chemicals (herbicides and adjuvants):

Code of Federal Regulations, Title 49, Transportation, Parts 100 to 199

Code of Federal Regulations, Title 40, Protection of Environment, Part 100 to 399

Public Law 94-469, Toxic Substances Control Act

Public Law 95-396, Federal Insecticide, Fungicide and Rodenticide Act, as amended 1978

Public Law 95-609, Resource Conservation and Recovery Act

Record keeping: The CONTRACTOR shall provide the CITY with application records of all operations pertaining to the Contract. These records shall be in the form of a daily report and, at a minimum, indicate the chemical type, application rate and concentration, and amount of chemical used.

Application: The CONTRACTOR shall select the proper spray materials and use rates subject to approval by the CITY or the CITY’S representative. The applications shall be performed in such a manner to protect non-target plants. For exotic tree treatments, the CONTRACTOR shall use “Hack and Squirt”, direct “Basal”, or any other treatments as directed by the CITY.

The CONTRACTOR shall be fully responsible for systematically treating the project area. Areas not treated or not responding to treatment shall be retreated by the CONTRACTOR.

END OF SECTION

DIVISION 3: CONCRETE SECTION 03100 CONCRETE FORMWORK AND ACCESSORIES

GENERAL

SCOPE:

The CONTRACTOR shall provide all labor, materials and equipment necessary for the design and placement of all necessary formwork to produce cast-in-place concrete in the finished structure within the required tolerances for line, grade dimension and detail, as well as the construction of Fabriform Articulating Block.

SUBMITTALS:

The CONTRACTOR shall submit information demonstrating compliance with requirements for the following prior to construction:

Proposed concrete mix data demonstrating compliance with drawings and applicable standards, as specified.

Fabriform – MANUFACTURER’S information for the 4” Articulated block fabriform.

RESPONSIBILITIES:

The CONTRACTOR is fully responsible for the design and construction of all forms to be in compliance with all applicable OSHA requirements, and appropriate agencies having jurisdiction on the project.

Immediately following receipt of fabriform fabric onsite, fabric shall be inspected and stored in a clean, dry area where it will not be subject to mechanical damage or exposure to moisture or direct sunlight. Fabric allowed to become wet and then dried prior to installation is subject to shrinkage.

CERTIFICATIONS AND TESTING:

Form materials, which may remain or leave residues on or in the concrete, shall be certified as compliant with NSF 61.

Fabriform shall be tested once at the commencement of installation in accordance with manufacturer’s recommendations to test the Fabric Porosity and Fine Aggregate Concrete 28 day compressive strength.

28 day compressive strength test results shall be provided by the CONTRACTOR to the CITY’S representative. Test cylinders for cast-in-place concrete shall be prepared in accordance with current specifications. Minimum 28 day compressive strength shall be 3000 psi.

PRODUCTS

FORM AND FALSEWORK MATERIALS:

Materials for concrete forms shall conform to the requirements in the plans.

Plywood shall be new, waterproof; synthetic resin bonded, exterior type, manufactured especially for concrete formwork and shall conform to Plyform Class I, B-B EXT, of PS-1, and shall be edge sealed.

Lumber shall be Douglas Fir or Southern Yellow Pine, construction grade or better, in conformance with PS 20.

Form materials shall be wood, plywood, or other material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade indicated.

FABRIFORM

Fiber and fabric material shall be the 4” Fabriform articulating block. Material and installation shall be in accordance with MANUFACTURER’S specifications.

EXECUTION

FORMS:

Forms shall conform to the shape, lines, and dimensions as shown on the Drawings and shall be substantial and sufficiently tight to prevent leakage. Forms shall be properly braced or tied so as to maintain position and shape. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR'S personnel and shall be in sufficient number and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions and immediately correct deficiencies.

CONTRACTOR may reuse forms only if in good condition and only if acceptable to the CITY’S representative. Reused forms shall be thoroughly cleaned and may require light sanding between uses to obtain a uniform surface texture on all exposed concrete surfaces. Forms shall not be reused if they have developed defects that would affect the surface texture of exposed concrete. Exposed concrete surfaces are defined as surfaces, which are permanently exposed to view.

FORM CONSTRUCTION:

Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is indicated. Not less than 1-inch of concrete shall be added to the indicated thickness of a concrete member, where concrete is permitted to be placed against trimmed ground, in lieu of forms.

REMOVAL OF FORMS:

Forms shall remain in place for periods of time as recommended in ACI 347.

TOLERANCES:

The variation from plumb, level and required lines shall not exceed 1/4-inch in any ten feet (10’) of length, non cumulative, and there shall be no offsets or visible waviness in the finished surface. All other tolerances shall be within the tolerances of ACI 117 - Standard Tolerances for Concrete Construction and Materials.

FABRIFORM:

Fabriform shall be installed per MANUFACTURER’S recommendations and specifications. The surface shall be as shown on the drawings and in accordance with SECTION 02200 EARTHWORK. The area shall be free of all obstruction and organic material. The area shall be lined with geotextile fabric prior to placement of the fabriform fabric panels, and zipped together at their approximate design location, making the appropriate allowance for approximately 11% contraction of the fabric in each direction

Cables shall be securely attached to the grand anchor system at the crown of the slope to prevent slippage of fabric as it is being filled with concrete. Cable length shall be approximately 10% less than fabric length and the ends of cables which protrude through the fabric shall be provided with clips and external washers so that the cable will be placed in tension when the fabric form is filled with grout. Cables shall each be fastened to separate points of attachment so that the point of anchorage is a direct line with the cable itself.

Reinforcing cables will be required due to changing salt water conditions. Reinforcing cables shall be installed per the MANUFACTURER’S recommendations and specifications.

Fine aggregate concrete utilized in Fabriform shall exhibit a compressive strength of 2,500 psi at 28 days when specimens are made and tested, in accordance with ASTM C-31 & C-39. The average compressive strength of fabric and cost test cylinders shall be at least 20% higher at 7 days than that of companion test cylinders made in accordance with ASTM C-31, and not less than 3,000 psi at 28 days.

Geotextile material used under the fabriform and riprap shall be FDOT Type D4. Geotextile fabric or equivalent as determined by CITY’S representative. Fabric shall be installed per MANUFACTURER’S recommendations.

END OF SECTION

DIVISION 5: METALS

SECTION 05500 MISCELLANEOUS METAL FABRICATIONS

PART 1 - GENERAL

1.01 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

A. AMERICAN WELDING SOCIETY (AWS)

1. AWS D1.1/D1.1M (2008; Errata 2009) Structural Welding Code – Steel

B. ASTM INTERNATIONAL (ASTM) 1. ASTM A 690/A 690M (2007) Standard Specification for High-Strength

Low-Alloy Nickel, Copper, Phosphorus Steel H-Piles and Sheet Piling with Atmospheric Corrosion Resistance for Use in Marine Environments

2. ASTM A 6/A 6M(2008a) Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling

1.02 SUBMITTALS

A. Submit the following in accordance with SECTION 01300 SUBMITTALS:

1. Shop Drawings

Submit fabrication drawings showing layout(s), connections to structural system, and anchoring details as specified in AISC 303.

Submit templates, erection and installation drawings indicating thickness, type, grade, class of metal, and dimensions. Show construction details, reinforcement, anchorage, and installation with relation to the building construction.

1.03 QUALIFICATION OF WELDERS

Qualify welders in accordance with AWS D1.1/D1.1M. Use procedures, materials, and equipment of the type required for the work.

1.04 DELIVERY, STORAGE, AND PROTECTION

Protect from corrosion, deformation, and other types of damage. Store items in an enclosed area free from contact with soil and weather. Remove and replace damaged items with new items.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Anchor Bolts - ASTM A 307. Where exposed, shall be of the same material, color, and finish as the metal to which applied.

B. Bolts, Nuts, Studs and Rivets - ASME B18.2.2 and ASTM A 687 or ASTM A 307

C. Powder Driven Fasteners - Follow safety provisions of ASSE/SAFE A10.3.

PART 3 - EXECUTION

3.01 GENERAL INSTALLATION REQUIREMENTS

Install items at locations indicated, according to manufacturer's instructions. Verify all measurements and take all field measurements necessary before fabrication. Exposed fastenings shall be compatible materials, shall generally match in color and finish, and harmonize with the material to which fastenings are applied. Include materials and parts necessary to complete each item, even though such work is not definitely shown or specified. Poor matching of holes for fasteners shall be cause for rejection. Conceal fastenings where practicable. Thickness of metal and details of assembly and supports shall provide strength and stiffness. Form joints exposed to the weather shall be formed to exclude water.

3.02 ANCHORAGE, FASTENINGS, AND CONNECTIONS

Provide anchorage where necessary for fastening miscellaneous metal items securely in place. Include for anchorage not otherwise specified or indicated slotted inserts, expansion shields, and powder-driven fasteners, when approved for concrete; toggle bolts and through bolts for masonry ;machine and carriage bolts for steel; through bolts, lag bolts, and screws for wood. Do not use wood plugs in any material. Provide non-ferrous attachments for non-ferrous metal. Make exposed fastenings of compatible materials, generally matching in color and finish, to which fastenings are applied. Conceal fastenings where practicable.

3.03 BUILT-IN WORK

Form for anchorage metal work built-in with concrete or masonry, or provide with suitable anchoring devices as indicated or as required. Furnish metal work in ample time for securing in place as the work progresses.

3.04 WELDING

Perform welding, welding inspection, and corrective welding, in accordance with AWS D1.1/D1.1M. Use continuous welds on all exposed connections. Grind visible welds smooth in the finished installation.

3.05 FINISHES

A. Dissimilar Materials

Where dissimilar metals are in contact, protect surfaces with a coat conforming to MPI 79 to prevent galvanic or corrosive action. Where aluminum is in contact with concrete, plaster,

mortar, masonry, wood, or absorptive materials subject to wetting, protect with ASTM D 1187, asphalt-base emulsion.

B. Field Preparation

Remove rust preventive coating just prior to field erection, using a remover approved by the rust preventive manufacturer. Surfaces, when assembled, shall be free of rust, grease, dirt and other foreign matter.

C. Environmental Conditions

Do not clean or paint surface when damp or exposed to foggy or rainy weather, when metallic surface temperature is less than -15 degrees C 5 degrees F above the dew point of the surrounding air, or when surface temperature is below 7 degrees C or over 35 degrees C 45 degrees F or over 95 degrees F, unless approved by the Contracting Officer.

END OF SECTION

00

Description Quantity Units Unit Price AmountDrainage8" PVC Pipe 17 LF36" Reinforced Concrete Pipe 348 LF5' Square FDOT Type J Box 2 EA8" Mitered End Section w/ grates 1 EA12" Mitered End Section w/ grates 1 EA36" Mitered End Section w/ grates 2 EA4" articulated block Fabriform (complete and installed) 29 CYGage board (installed) 2 EA

Total Drainage

Erosion ControlFloating Turbidity Barrier 80 LFSilt Fence 1,390 LFTurf Reinforcement Matting; North American Green SC250 or approved equal 3,270 SYRiprap (rubble) complete w/ bedding and geotextile 245 SYHay Bales 60 LF

Total Erosion Control

Metals and StructuresSteel Sheet Pile, Driven 2,231 SFAdjustable Weir (complete) 1 EAAccess Walkway for Sheet Pile Weir (complete) 1 LS6' Galvinized Steel Chain Link Fence (complete with Gate) 781 LF

Total Metals and Structures

EarthworkDemucking Excavation and Removal 34,610 CYOffsite Fill from Approved Pit 11,340 CYClearing and Grubbing 1 ACFinish Grading 1 LS

Total Earthwork

Planting and VegetationNative Sod (installed) 360 SYHydroseed Distrubed Areas (installed) 10 SYThree-square Bulrush (Size: br) (installed) 26 EADuck Potato (Size: br) (installed) 26 EAPickerelweed (Size: br) (installed) 26 EAFlat Sedge (Size: br) (installed) 179 EANeedle Rush (Size: br) (installed) 179 EASmooth Cordgrass (Size: 4" Plug) (installed) 294 EASalt Grass (4" Plug) (installed) 294 EASaltmarsh Bulrush (Size: br) (installed) 303 EASawgrass (Size: br) (installed) 303 EASaltmarsh Aster (Size: br) (installed) 103 EAMarsh Elder (Size: br) (installed) 103 EASeashore Paspalum (Size: br) (installed) 103 EACoco Plum (Size: 1 Gal) (installed) 24 EAInk Berry (Size: 1 Gal) (installed) 24 EASalt Bush (1 Gal) (installed) 24 EAWax Myrtle (1 Gal) (installed) 24 EASaw Palmetto (1 Gal) (installed) 24 EAHighbush Blueberry (1 Gal) (installed) 24 EACoontie (Size: 1 Gal) (installed) 145 EAMuhly Grass (4" Plug) (installed) 145 EASand Cordgrass (Size: 4" Plug) (installed) 145 EASoutheastern Sunflower (Size: 1 Gal) (installed) 145 EA

Total Planting and Vegetation

MiscellaneousWarning Sign 1 EAMiscellaneous Permits and Bonding 1 LSRemoval of Existing Objects (Including Structures, Piping, Fencing) 1 LSMobilization 1 LSTear Down and Site Cleanup upon Project Completion 1 LSPreparation of Record Drawings 1 LSSurvey Stakeout and Construction Services 1 LS

Total Miscellaneous

Total Project