Similar documents
SECTION CHAIN LINK FENCES

SECTION CHAIN LINK FENCES AND GATES (PARK)

ITEM 555 CHAIN LINK FENCING

CONSOLIDATED EDISON COMPANY OF NEW YORK, INC. 4 IRVING PLACE NEW YORK, NY DISTRIBUTION ENGINEERING DISTRIBUTION EQUIPMENT

CITY OF MOUNT DORA LIFT STATION CHAINLINK FENCE AND GATE SPECIFICATIONS

TITLE: CAMP JOHNSON OVERPASS / HWY 17 BYPASS SECURITY FENCE UPGRADES

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS DOCUMENT 00085B ADDENDUM ADDENDUM NO. 1

SECTION 1208 CHAIN LINK FENCING DESCRIPTION

SECTION CHAIN LINK FENCING

Colorado River Aqueduct Pumping Plants 230 kv Disconnect Switches Replacement

SECTION CHAIN LINK FENCING

SECTION CHAIN LINK FENCES AND GATES (GALVANIZED) A. Fence framework, fabric, gates, and accessories.

Houston Community College 3200 Main Parking Garage November 15, 2010 Houston Community College

SECTION 2831 ITEM F-162 CHAIN-LINK FENCES

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

A NEW PRE-K BUILDING FOR BIG SPRING LAKE KINDERGARTEN SCHOOL FOR THE ALBERTVILLE CITY BOARD OF EDUCATION ALBERTVILLE, ALABAMA

SECTION BID FORM. Garfield Street Drainage Improvements

CHAIN LINK FENCES AND GATES

CHAIN LINK FENCES AND GATES

SECTION CHAIN LINK FENCES AND GATES


SECTION CHAIN-LINK FENCES AND GATES 02821/1

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

SECTION CHAIN LINK FENCES AND GATES

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Special Provision No. 541S01 October OPSS 541, Construction Specifications for Chain Link Fence, is deleted and replaced with the following:

CONSTRUCTION SPECIFICATION FOR CHAIN LINK FENCE

A. Product Data shall be provided for each type of product indicated.

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

MO: Tl RSA: 1406B

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

SECTION 410 FENCES All materials shall be new and without flaws or defects of any type GENERAL

CW 3550 Chain Link and Drift Control Fence TABLE OF CONTENTS

PROJECT MANUAL FENCING FOR PEPSI WATER TANK & ROCKTOWN WATER TANK FOR TOWN OF KINGSTREE KINGSTREE, SOUTH CAROLINA

Bear Exhibit Fence Upgrades. The following modifications are hereby made part of the contract documents:

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

SECTION FENCING. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Advisory Circular PAGECONTROLCHART. Remove Pages Dated II Inscr t Pages Dated l/2/ thru 258-l 7/6/ l/2/90

SECTION CHAIN LINK FENCES AND GATES

MERCHANTS METALS. A. ASTM F552 Standard Terminology Relating to Chain Link Fencing

1. Fence and gate posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments.

Invitation to Bid MHM

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

ANTI RAM SECURITY CHAIN LINK FENCE - 4, MPH SECTION

TRACTOR ROAD IMPROVEMENTS HIGHLANDS COUNTY

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

ADVERTISEMENT TO BID PARTIAL

SECTION BID FORM

DOCUMENT BID FORM. Village of Middle Point

***************************************************************************************************************

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

SECTION 1043 FENCE MATERIAL

SECTION STORM DRAINAGE SYSTEM Excavating, Backfilling, and Compaction for Utilities Cast-in-place Concrete.

SECTION CHAIN LINK FENCES AND GATES

IMMEDIATE RESPONSE REQUESTED

A. ASTM A121 Specification for Metallic-Coated Carbon Steel Barbed Wire. B. ASTM A392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR LOW-TENSION CABLE BARRIER. OPR:CT 1 of 5 APPR:JAR:DBP: FHWA:APPR:

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

TOWN OF OSOYOOS PERIMETER FENCING OSOYOOS LANDFILL

Addendum No. 1 Issue Date: March 29, 2016

SECTION STRUCTURE MOUNT RAILING SYSTEM

SECTION ORNAMENTAL WELDED STEEL FENCING

CITY OF PEACHTREE CITY HEADWALL REPLACEMENT - STORMWATER ADDENDUM #2

DIVISION 4100 SITEWORK

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

SECTION EXCAVATION AND FILL

IFB # R Blythe Creek Grinder Pump Eliminations

ITEM 706 PIPE SLOPE DRAIN

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING

1. Include plans, elevations, sections, details, and attachments to other work.

SECTION ORNAMENTAL ALUMINUM FENCING

DENVER PUBLIC SCHOOLS DESIGN AND CONSTRUCTION STANDARDS This Standard is for guidance only. SECTION CHAIN LINK FENCING

BID FORM (LUMP SUM CONTRACT)

REQUEST FOR BIDS Public Works Contract SPECIFICATIONS FOR FENCE REPAIRS AND REPLACEMENT

SECTION CONTRACT C1 & C2, ADDENDUM #3

SECTION CURB, COMBINATION CURB AND GUTTER, AND MONOLITHIC MEDIAN. 1. Bituminous concrete pavement; Section

SECTION EARTHWORK; EXCAVATION, FILLING AND GRADING. A. Excavating soil and other material for surface improvements.

SECTION ELEVATED BLEACHERS (Angle Frame Semi-Closed Deck)

ADVERTISEMENT FOR BIDS

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

SECTION PRE-ENGINEERED COLD-FORMED METAL ROOF AND FLOOR TRUSSES

SECTION ALUMINUM HANDRAIL SYSTEMS

SPECIAL SPECIFICATION 6664 Level (3) Communications System

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

SECTION MISCELLANEOUS METALS

SECTION A1 EXCAVATION AND BACKFILL GENERAL

Transcription:

Section 00400 BID FORM PROJECT IDENTIFICATION: 2017-18 Stormwater Management System Improvements (Phase 1) Project SITE IDENTIFICATION: Peace River Water Supply Facility 8998 SW County Road 769 Arcadia, Florida 34269 THIS BID IS SUBMITTED TO: Peace River Manasota Regional Water Supply Authority 9415 Town Center Parkway Lakewood Ranch, Florida 34202 1.01. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01. Bidder accepts all of the terms and conditions of the Invitation to Bid and the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. Bidder will sign and submit the Agreement with the bonds and other documents required by the Bidding Documents to Owner within fifteen (15) days after the date of Owner's Notice of Award. 3.01. In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents and the following Addenda, receipt of which is hereby acknowledged. No. Dated Peace River Manasota Regional 00400 Bid Form Water Supply Authority -1- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

No. No. No. No. Dated Dated Dated Dated B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Federal, state, and local laws and regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site, and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid or performance of the Work at the price(s) bid and within the time and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, Peace River Manasota Regional 00400 Bid Form Water Supply Authority -2- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given written notice to the Owner s Engineer of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01. Bidder further represents that this Bid is genuine and is not made in the Interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01: "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 4.02. Bidder has attended the mandatory pre-bid conference. Peace River Manasota Regional 00400 Bid Form Water Supply Authority -3- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

5.01. Bidder will complete the Work for the following prices: Bidder proposes to complete the work for the following prices: BID Estimated Description Unit ITEM Quantity Unit Price Bid Price 1 Mobilization LS 1 $ $ 2 Clearing and Grubbing LS 1 $ $ 3 Silt Fence Installation LF 2,800 $ $ 4 Regular Excavation CY 40,000 $ $ 5 Fill and Grading CY 40,000 $ $ 6 18 RCP LF 600 $ $ 7 24 RCP LF 60 $ $ 8 18 MES EA 3 $ $ 9 24 MES EA 1 $ $ 10 Type C Inlet EA 6 $ $ 11 Type D Inlet EA 1 $ $ 12 Junction Box EA 1 $ $ 13 Structure CS-A EA 1 $ $ 14 Modify Existing Inlet EA 1 $ $ 15 Fencing LS 1 $ $ 16 Stabilization, Type B (12 thick) SY 20 $ $ 17 Optional Base Group 06 (8 thick) SY 20 $ $ 18 Superpave, Asphalt Concrete, SP 9.5 1.5, (repair) SY 20 $ $ 19 Rip-rap rubble (ditch lining with filter fabric) TN 360 $ $ 20 Performance Turf (sod, Bahia) SY 44,000 $ $ 21 Demolition LS 1 $ $ 22 Restoration LS 1 $ $ SUB TOTAL Bid Items 1 through 22 - - - $ 23 Owner s Allowance - - - $50,000 TOTAL SUBTOTAL + Owner s BID Allowance PRICE - - - $ 5.02. The unit prices listed in Bid Items 1 through 3, Bid Items 6 through 14 and Bid Items 16 through 20 will be the basis of compensation for the actual quantities of Work performed as documented in the Contractor s pay applications and confirmed by Owner or Owner s Engineer. Compensation for Work completed under the Owner s Allowance will be as mutually agreed by formal Work Change Directive and/or Change Order. The basis of award will be the Contractor s TOTAL BID PRICE. 6.01. Bidder agrees that the Work will be Substantially Complete by one hundred eighty (180) consecutive calendar days following the Notice to Proceed and Peace River Manasota Regional 00400 Bid Form Water Supply Authority -4- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

reach Final Completion within two hundred ten (210) consecutive calendar days following Owner issuance of Notice to Proceed. Substantially Complete is defined as all earth moving operations are complete. Final Completion is defined as total completion of all work including all punch list items. 6.02. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above. 7.01. Communications concerning this Bid shall be sent to Bidder at the following address: SIGNATURE OF BIDDER Contractor's License Number License Expiration Date If an Individual By (signature of individual) doing business as Business address Phone No. Date If a Partnership By (firm name) Peace River Manasota Regional 00400 Bid Form Water Supply Authority -5- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

(signature of general partner) Business address Phone No. Date If a Corporation By By (corporation name) (signature of authorized person) (Name/Title) Business address Phone No. Date If a Joint Venture (Other party must sign below.) Contractor's License Number License Expiration Date If an Individual By (signature of individual) doing business as Business address Phone No. Peace River Manasota Regional 00400 Bid Form Water Supply Authority -6- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

Date If a Partnership By (firm name) (signature of general partner) Business address Phone No. Date If a Corporation By By (corporation name) (signature of authorized person) (Name/Title) Business address Phone No. Date End of Section Peace River Manasota Regional 00400 Bid Form Water Supply Authority -7- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

Section 01025 MEASUREMENT AND PAYMENT 1. SCOPE. This section covers methods of measurement and payment for items of Work under this Contract. 2. GENERAL. The Total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment, and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the lump sum and adjustment unit prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid. 3. ESTIMATED QUANTITIES. All estimated quantities stipulated in the Bid Form or other Contract Documents are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the Bids submitted for the Work. The actual amounts of work done and materials furnished under Unit Price items may differ from the estimated quantities. The Unit Price shall be the basis of payment for the actual amount of work done and materials furnished. Contractor agrees that it will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated quantities. 4. UNIT PRICES. The Bid Form requires unit prices for certain items of the Work. The quantities indicated for the unit price items are estimated. Payment shall be made for the items listed on the Bid Schedule on the basis of the Work performed and completed, such work including but not limited to, the furnishing of all necessary labor, materials, equipment, transportation, clean up, restoration of disturbed areas, and all other appurtenances to complete the construction and installation of the work as shown on the drawings and described in FDOT Standard Specifications for Road and Bridge Construction (July 2017). Some FDOT Standard Specifications for Road and Bridge Construction (July 2017) are included as a part of the contract documents. However, others not provided within the contract documents are included as part of the project. The following specifications supplement the 2017 edition of the FDOT Standard Specifications for Road and Bridge Construction. BID ITEM 5 Fill and Grading Fill material will be obtained from the onsite lake excavation and regrading. The Contractor shall sufficiently dewater excavated materials for use as backfill. Prior to filling, the ground surface shall be prepared by removing vegetation, debris, unsatisfactory soil materials (muck), obstructions, and deleterious materials. Fill shall be Peace River Manasota Regional 01025 Measurement and Payment Water Supply Authority -1- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

brought up in substantially level lifts not exceeding 6 in depth. All fill materials shall be placed and compacted "in-the-dry. Compact each layer to required percentage of maximum dry density or relative dry density for each classification. Obtain a minimum density at any location of 98% of the Modified Proctor maximum density as determined by FM 1-T 180, Method D. At the time of compaction, the fill material should be at optimum moisture content, plus or minus 2 percent. The Contractor is responsible for all Geotechnical Testing, Quality Control and Quality Assurance. A Florida Licensed Engineer shall approve the subgrades and fill layers by certifying the structural integrity of the fill, as required for a building foundation. This unit cost work includes the cost for the Contractor to haul surplus excavated suitable fill material to the alternate stockpile site near reservoir No. 2 as shown on Sheet C-08 of the drawings. This unit cost work includes the cost for the Contractor to haul surplus excavated unsuitable fill material to the alternate stockpile site near reservoir No. 2 as shown on Sheet C-08 of the drawings and keep segregated from suitable material. BID ITEM 21 Demolition Demolition shall be paid on a lump sum basis and shall be full compensation for removal or disposal of materials as shown on plans and includes those items not specifically shown on the plans but normally required to be disposed of. BID ITEM 22 Restoration Restoration shall be paid on a lump sum basis and shall be full compensation for restoration or relocation or installation of all items shown on the plans and not specifically included in other payment items. This item includes full restoration of items damaged by the Contractor in the performance of the work. BID ITEM 23 - Owner s Allowance Owner s Allowance shall be utilized only with prior written consent of the Owner and only for work not specified within the Contract Documents. 5. SCHEDULE OF VALUES. Contractor shall provide a schedule of values to facilitate measurement and payment based on the actual progress of the Work after Award of Contract. Peace River Manasota Regional 01025 Measurement and Payment Water Supply Authority -2- November 2017 2017-18 STORMWATER MANAGEMENT SYSTEM IMPROVEMENTS (PHASE 1) PROJECT

TECHNICAL SPECIFICATIONS AND CONDITIONS CHAIN LINK FENCING AND GATES PART 1 -- DESCRIPTION: This specification is for providing and installing Chain Link Fencing, Chain Link Fence Gates, removal of existing fencing systems, clearing along new Chain Link Fencing alignment paths and providing minimum 12-foot wide fire lanes where needed along each side of the new 8-foot chain link fence alignment; and sodding of disturbed areas along the new fence line. Existing fencing to be demolished shall be turned over to the Owner or disposed of at Owner s direction. 1.1 SECTION INCLUDES A. The Contractor shall provide chain link fencing for construction of fence lines at structures, manual gates, and appurtenant Work as shown on the drawings, complete, in accordance with the Contract Documents. B. Single Manufacturer: Chain link fencing, gates, accessories, fittings, and fastenings shall be products of a single manufacturer. 1.2 CONTRACTOR SUBMITTALS A. General: Furnish three copies of material shop drawings. B. Shop Drawings, shall include manufacturer s technical data, product specifications, standard details, certified product test results. PART 2 -- PRODUCTS 2.1 GENERAL A. Dimensions indicated herein for roll formed pipe are outside dimensions, excluding coatings. B. Fence fabric height shall be 8 feet unless otherwise indicated. C. Fencing materials shall be hot-dip galvanized after fabrication. CHAIN LINK FENCING AND GATES PAGE 1

D. Fencing shall be topped with 3 lines of barbed wire on single, 45 degree supporting arms, sloped outward. 2.2 STEEL FABRIC A. Fence fabric shall be No. 9 gauge steel wire, 2 inch mesh, with top selvages knuckled and bottom selvages twisted and barbed. B. Fabric Finish: Fabric shall be galvanized in conformance with ASTM A 392 - Zinc- Coated Steel Chain Link Fence Fabric, Class ll, with not less than 2.0 ounces zinc per square foot of coated surface. 2.3 FRAMING AND ACCESSORIES A. Steel Framework, General: Unless otherwise indicated, framework components shall be fabricated of galvanized steel conforming to ASTM A 53 - Pipe, Steel, Black and Hot- Dipped, Zinc-Coated Welded and Seamless, or ASTM A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products, with not less than 1.8 ounces zinc per square feet of coated surface. 1. Fittings and accessories shall be galvanized in accordance with ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware, with zinc weights per Table I of that standard, except that no coating shall be less than 1.8-ounce zinc per square foot of coated surface. B. End, Corner and Pull Posts: Posts shall be one piece without circumferential welds, 3- inch schedule 40 pipe, 5.79 pounds per linear foot. C. Line Posts: Line posts shall be spaced no more than 10-feet on center and shall be schedule 40, 2-1/2 inch pipe, 3.65-pounds per linear foot. D. Gate Posts: Gate posts shall be 4-inch schedule 40 pipe, 9.1-pounds per linear foot. E. Top Rail: Top railing shall be provided in manufacturer s longest lengths, with expansion type couplings, approximately 6-inches long, for each joint. Fence design shall provide positive, secure attachment of top rail to each gate post, corner post, pull post and end post. Top rail and braces shall be 1-5/8 inch schedule 20 pipe, 2.27-pounds per linear foot. F. Tension Wire: Tension wire shall be located at the bottom of the fabric and shall consist of No. 7 gauge coated coil spring wire of metal and finish to match fabric. Tension wire CHAIN LINK FENCING AND GATES PAGE 2

shall be attached to the fabric along the extreme bottom of the fence. Tension wire attachment shall be with fabric tie wires at a spacing of no more than 24 inches apart. G. Fabric Tie Wires: Fabric tie wires shall be No. 9 gauge galvanized steel wire of the same finish as the fabric. Aluminum ties shall not be used. Ties shall be spaced 14 inches apart on posts and 24 inches apart on rails. H. Post Brace Assembly: Post brace assembly shall be manufacturer s standard adjustable brace assembly provided at each end post, gate post and at both sides of each corner post and intermediate brace post. Material used for brace shall be same as top rail. Truss bracing between line posts shall be achieved with 0.375 inch diameter rod and adjustable tensioner. I. Post Tops: Post tops shall be weather-tight closure caps, designed for containment of top rail and positive permanent attachment to post. One cap shall be provided for each post. J. Stretcher Bars: Stretcher bars shall be one-piece lengths equal to the full height of the fabric, with minimum cross-section of 3/16-inch by 3-1/2 inch. One stretcher bar shall be provided for each gate and end post, and 2 for each corner and intermediate brace post. K. Stretcher Bar Bands: Stretcher bar bands shall be one-piece fabrications designed to secure stretcher bars to end, corner, intermediate brace, and gate posts. Bands shall have a minimum cross-section of 1/8-inch by 3/4-inch. Stretcher bar bands shall be spaced no more than 15-inches on center. L. Barbed Wire Supporting Arms: Supporting arms shall be manufacturer s standard fabrication, of metal and finish to match fence framework, with provision for anchorage to each post and attachment of three rows of barbed wire to each arm. Supporting arms may be either attached to posts or integral with post top weather cap. Supporting arm shall be single 45-degree arm type and shall be capable of withstanding 250 pounds of downward pull at outermost end. M. Barbed Wire: Barbed wire shall be 2 strand, No. 12-1/2 gauge zinc-coated steel or iron wire with four-point, 14-gauge barbs spaced no more than 5-inches apart. 2.4 GATES A. Fabrication: Perimeter frames of gates shall be fabricated from same metal and finish as fence framework. Gate frames shall be assembled by welding or with fittings and rivets CHAIN LINK FENCING AND GATES PAGE 3

for rigid, secure connections. Welds shall be ground smooth. Gate frames and any ungalvanized hardware, shall be hot-dip galvanized after fabrication. Horizontal and vertical members shall be provided to ensure proper gate operation and attachment of fabric, hardware and shall be hot-dip galvanized after fabrication. 1. Fabric for gates shall match fence fabric, unless otherwise indicated. Fabric shall be installed with stretcher bars at all perimeter edges. Stretcher bars shall be attached to gate frame with stretcher bar bands spaced no more than 15 inches on center. 2. Each gate shall be diagonally cross-braced with a 3/8-inch diameter adjustable length truss rod to ensure frame rigidity without sag or twist. 3. Where barbed wire is indicated above gates, vertical members shall be extended and fabricated as required to receive barbed wire supporting arms. B. Swing Gates: Perimeter frames of swing gates shall be constructed of Schedule 40 pipe and shall be fabricated by welding. Welds shall be ground smooth prior to hot-dip galvanizing. 1. Hardware and accessories shall be provided for each gate, galvanized in conformance with ASTM A 153, and in accordance with the following: 2.5 RELATED ITEMS a. Hinges: Hinges shall be of size and material to suit gate size, non-lift-off type, offset to permit 180-degree gate opening. Three hinges shall be provided for each leaf 6-feet or more in height. Latch: Latch shall be forked type or plunger- bar type, permitting operation from either side of the gate, with padlock eye as an integral part of the latch. b. Keeper: Keeper shall be provided which automatically engages the gate leaf and holds it in the open position until it is manually released. c. Double Gates: Gate stops shall be provided for double gates, consisting of mushroom type flush plate with anchors, set in concrete, and designed to engage center drop rod or plunger bar. Locking device and padlock eyes shall be provided as an integral part of the latch, permitting both gate leaves to be locked with a single padlock. A. Concrete: Concrete shall be 3000psi mix design or greater. CHAIN LINK FENCING AND GATES PAGE 4

B. Nuts, bolts and screws shall be steel, minimum size 3/8-inch diameter, hot-dip galvanized after fabrication. 2.6 MANUFACTURERS A. Manufacturer s Qualifications: Chain link fencing and gates shall be products of a single manufacturer which has been successfully engaged in the production of such items for a period of at least 5 years. B. InstaIIer s Qualifications: Installation of the chain link fence shall be by the manufacturer or by a firm accepted and licensed by the manufacturer. C. Manufacturers, or equal 1. American Fence Corp. 2. Anchor Fence, Inc. 3. United States Steel PART 3 -- EXECUTION 3.1 INSPECTION A. Prior to commencing installation, require Installer to inspect all areas and conditions within which Work of this Section will be performed. Dimensions and clearances shall be verified. Final grading shall be completed and all earth, brush, or other obstructions which interfere with the proper alignment and construction of fencing shall be removed. B. Inspection Utility Location Do not dig until all nearby utilities have been located. In some areas it may be necessary to hand dig post holes. If the Contractor disrupts or breaks any utility line as a result of digging in areas not approved or through carelessness, repair costs shall be the sole responsibility of the Contractor. C. Electrical Grounds Wherever an Overhead Power Line crosses over a fence or runs parallel within 20 feet of Overhead Power Lines, install a ground directly below the point of crossing or every 200 LF as applicable. Install a ground rod consisting of a galvanized rod with connection of similar metal 10 feet in length and at least 5/8 inches in diameter. Drive the rod until the top of the rod is 6-inches below grade. Use a No. 6 conductor to connect the rod to all fence elements. Connect the conductor to each fence element and ground rod by means of electrical-type clamps which will prevent corrosion. 3.2 INSTALLATION CHAIN LINK FENCING AND GATES PAGE 5

A. General: Unless otherwise indicated, all posts shall be set in concrete. Gate and related posts, corner posts, and other critical elements shall be provided with concrete foundations which are designed by an engineer to safely accommodate the loads to which they will be subjected. B. Excavation: Holes for posts shall be drilled or hand excavated to the diameters and spacing indicated, in firm, undisturbed or compacted soil. Post foundations which are not designed by an engineer shall comply with the following: 1. Holes shall be excavated to a diameter not less than 12 inches or not less than 5 times the largest dimension of the item being anchored, whichever is larger. 2. Depth for holes shall be not less than 40 inches; excavated approximately 4 inches lower than the post bottom, with bottom of posts set not less than 36 inches below finish grade surface. C. Setting Posts: Line posts shall be spaced at not more than 10-foot intervals, measured from center to center of the posts, parallel to the ground slope. Posts shall be set plumb and shall be centered in holes, 4 inches above the bottom of the excavation, with posts extending not less than 36 inches below finish grade surface. 1. Corner posts shall be installed where changes in the fence lines equal or exceed 15 degrees, measured horizontally. 2. Each post shall be properly aligned vertically and its top aligned parallel to the ground slope. Posts shall be maintained in proper position during placement and finishing operations. D. Concrete: 1. Concrete for footings may be placed without forms, providing the ground is firm enough to permit excavation to neat line dimensions. Prior to placing concrete, the earth around the hole shall be thoroughly moistened. 2. Encasement concrete for footings shall be placed immediately after mixing in a manner such that there will be no concentration of the large aggregates. The concrete shall be consolidated by tamping or vibrating. 3. Concrete footings shall have a neat appearance and shall be extended 2 inches above grade and troweled to a crown to shed water. CHAIN LINK FENCING AND GATES PAGE 6

4. A minimum of 7 days shall elapse after placing the concrete footings before the fence fabric or barbed wire is fastened to the posts. E. Bracing: Bracing shall be provided at all ends, corners, gates, and intermediate brace posts. Corner posts and intermediate brace posts shall be braced in both directions. Horizontal brace rails shall be set midway between the top rail and the ground, running from the corner, end, intermediate brace or gate post to the first line post. Diagonal tension members shall connect tautly between posts below horizontal braces. 1. Braces shall be so installed that posts remain plumb when diagonal rod is under proper tension. F. Intermediate Brace Posts: Where straight runs of fencing exceed 500 feet, intermediate brace posts shall be installed, spaced equally between ends or corners; with additional posts provided as required, such that the spacing between intermediate brace posts does not exceed 500 feet. Intermediate brace posts shall be equivalent in size to corner posts and shall be braced with horizontal brace rails and diagonal tension members in both directions. G. Top Rails: Top rails shall be run continuously through post caps, bending to radius for curved runs. Expansion couplings shall be provided as recommended by the fencing manufacturer. H. Tension Wire: Continuous bottom tension wire shall be stretched tight with turnbuckles at end, gate, intermediate, and corner posts. Tension wire shall be installed on a straight grade between posts, with approximately 2 inches of space between finish grade and bottom selvage, unless otherwise indicated. Tension wire shall be tied to each post with not less than 6 gauge galvanized wire. I. Fabric: 1. Chain Link fabric shall be fastened on the secured side of the posts. 2. Fabric shall be stretched and securely fastened to posts. Between posts, top and bottom edges of the fabric shall be fastened to the top rail and bottom tension wire, respectively. 3. Fabric shall be stretched and anchored in such a manner that it remains in tension after the pulling force is released. CHAIN LINK FENCING AND GATES PAGE 7

J. Tie Wires: Tie wire shall be bent to conform to the diameter of the pipe to which it is attached, clasping pipe and fabric firmly with ends twisted at least two full turns. Ends of wire shall be bent back to minimize hazard to persons or clothing. 1. Fabric shall be tied to line posts with tie wires spaced at 12 inches on center. 2. Fabric shall be tied to rails and braces with tie wires spaced at 24 inches on center. 3. Fabric shall be tied to tension wires, with hog rings spaced 24 inches on center. K. Stretcher Bars: Fabric shall be fastened to end, corner, intermediate brace, and gate posts with stretcher bars. Bars shall be threaded through or clamped to fabric at 4 inches on center and secured to posts with stretcher bar bands spaced no more than 14 inches on center. L. Fasteners: Nuts for tension bands and hardware bolts shall be installed on the side of fence opposite the fabric side. Ends of bolts shall be peened or the threads scored to prevent removal of nuts. M. Galvanized coating damaged during construction of the fencing shall be repaired by application of Galvo-Weld; Galvinox; or equal. CHAIN LINK FENCING AND GATES PAGE 8

CHAIN LINK FENCE STANDARD DETAILS CHAIN LINK FENCING AND GATES PAGE 9

CHAIN LINK FENCE STANDARD DETAILS - END OF SECTION - CHAIN LINK FENCING AND GATES PAGE 10

CONSTRUCTION PLANS FOR PEACE RIVER MANASOTA REGIONAL WATER SUPPLY AUTHORITY PEACE RIVER FACILITY CONCEPTUAL STORMWATER PLAN & PHASE 1 IMPROVEMENTS SECTIONS 10, 15 AND 16 TOWNSHIP 39 S., RANGE 23 E. DESOTO COUNTY, FLORIDA 27 05' 27.44" Latitude -82 00' 10.29" Longitude Peace River Manasota Regional Water Supply Authority Board of Directors: PROJECT LOCATION Alan Maio, Chair Sarasota County Commissioner Elton A. Langford, Vice Chair DeSoto County Commissioner Betsy Benac Manatee County Commissioner Ken Doherty Charlotte County Commissioner Prepared By: Prepared For: LOCATION MAP OCTOBER 2017 Bid Set SHEET NUMBER C-01

ABBREVIATIONS SYMBOLS GENERAL NOTES: PAVING, GRADING AND DRAINAGE NOTES: JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 MH-1 HATCH PATTERNS SIGNING AND PAVEMENT MARKING NOTES: SITE DEMOLITION: EXISTING FM SS WM IRR LINETYPES NOTE: HATCH PATTERNS ARE FOR ILLUSTRATIVE PURPOSES ONLY, ACTUAL HATCH PATTERNS ON DRAWING MAY VARY IN SCALE & ANGLE PROPOSED FM SS WM IRR EXISTING UTILITY NOTE: Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements RU RU X X X X X X HORIZONTAL SEPARATION OF PIPELINES SEPARATION OF WATER AND SEWER LINES ALTERNATE CONSTRUCTION REVISIONS NO. DESCRIPTION DATE DATE: OCTOBER 2017 VERTICAL SEPARATION OF PIPELINES PROJECT NO. 20160357-000 FILE NO. 10-23-39 SCALE: AS SHOWN General Notes, Legend and Abbreviations Bid Set SHEET NUMBER C-02

0 100 200 400 ERIK LEE HOWARD, PE FL License No. 66574 JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 (INTENDED DISPLAY SCALE: 1"=200') LEGEND PROPERTY BOUNDARY PHASE 1 CONSTRUCTION LIMITS FLOODPLAIN LIMITS EXISTING DIRECTION OF FLOW EXISTING WETLANDS SURFACE WATERS y 76 The aerial photograph shown were provided by FDOT and were taken in 2014. Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements CR 1 DESCRIPTION DATE Wetland lines flagged by Johnson Engineering, Inc. and survey located by Banks Engineering. REVISIONS CR NOTES: Hw NO. 9 76 's ing -K DATE: Intake Structure OCTOBER 2017 PROJECT NO. 20160357-000 10-23-39 FILE NO. SCALE: AS SHOWN Project Boundary 128.83 Ac Aerial & Existing Drainage Map Bid Set SHEET NUMBER C-03

JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 S4 S4 LEGEND PROPERTY BOUNDARY PHASE 1 CONSTRUCTION LIMITS FLOODPLAIN LIMITS P2 X X X X X X X EXISTING WETLANDS PROPOSED STORMWATER POND SURFACE WATER IMPACT (1.13 ACRES) S1 S1 EXISTING SLUDGE DRYING BED TO REMAIN S2 S3 S6 S5 S6 S6 P1 S5 S6 P1 P6A POND A 2.1 AC. CONTROL EL = 11.0 P6B P6B X X X X X X XX X P5 P4 P4 P2 P3 X X X X P3 NOTE: PROPOSED BUILDINGS PROPOSED IMPERVIOUS Clear and Grub inside Construction Limits The aerial photographs shown were provided by FDOT and were taken in 2014. See Sheet C-06 for Typical Sections. REVISIONS NO. DESCRIPTION DATE DATE: Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements OCTOBER 2017 X PROJECT NO. 20160040-005 FILE NO. 10-23-39 S2 P6A SCALE: AS SHOWN S3 P5 Contruction Phase Site Plan Bid Set SHEET NUMBER C-04

BASIN A 29.6 AC. 17.5 18.0 14.0 14.0 17.0 16.5 22 23 EXISTING SLUDGE DRYING BED TO REMAIN 1.8 AC. 14.0 16.0 24 24 12 11 24.0 10 13.0 13.5 23 23 22 22 13.0 20.0 19.0 17.0 13.0 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X POND A 2.1 AC. CONTROL EL = 11.0 NOTE: Excess Excavation to be hauled to Spoil Stockpile North of Kings Highway. See Sheet C-08 for Locations. X X X X LEGEND 18.0 10 NOTES: PROPERTY BOUNDARY PHASE 1 CONSTRUCTION LIMITS BASIN LIMITS EXISTING WETLANDS PROPOSED STORMWATER PONDS EXISTING DIRECTION OF FLOW PROPOSED DIRECTION OF FLOW EXISTING POND TO BE FILLED PROPOSED ASPHALT REPAIR EXISTING ELEVATION PROPOSED ELEVATION PROPOSED CONTOUR Suitable material from excavation to be placed in proposed fill areas. Excess material to be stored in stockpiles shown on sheet C-08. The aerial photograph shown were provided by FDOT and were taken in 2014. Wetland lines flagged by Johnson Engineering, Inc. and survey located by Banks Engineering. Existing Survey Topo shown from Banks Engineering, Inc dated 3/17/2017 and JH McCarrier Land Surveying, Inc dated 2/7/2017. Contour lines derived from RAW LAS files from SWFWMD and reference the National Geodetic Vertical Datum of 1929 (NGVD 29), dated 2005-2006. JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 REVISIONS NO. DESCRIPTION DATE DATE: PROJECT NO. 20160040-005 FILE NO. SCALE: Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements OCTOBER 2017 Grading & Fill Plan Bid Set SHEET NUMBER C-05 10-23-39 AS SHOWN

JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 P1 POND TYPICAL DETAIL S1 SWALE TYPICAL DETAIL S2 SLUDGE DRYING BED SWALE-BERM TYPICAL DETAIL P2 PROPERTY LINE - POND P3 POND - NATURAL GRADE TYPICAL DETAIL P4 POND LITTORAL ZONE TRANSITION TYPICAL DETAIL S3 TEMPORARY SPOIL SWALE TYPICAL DETAIL S4 SWALE - NATURAL GRADE TYPICAL DETAIL Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements P5 POND LITTORAL ZONE AND BERM TYPICAL DETAIL S5 SLUDGE DRYING BED - POND TYPICAL DETAIL REVISIONS NO. DESCRIPTION DATE DATE: OCTOBER 2017 PROJECT NO. 20160040-005 FILE NO. 10-23-39 SCALE: AS SHOWN Typical Sections P6A SPREADER SWALE TYPICAL DETAIL P6B SPREADER SWALE TYPICAL DETAIL S6 SWALE - INLET - POND TYPICAL DETAIL Bid Set SHEET NUMBER C-06

JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 TYPICAL PAVEMENT SECTION Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements CONTROL STRUCTURES CS-A REVISIONS NO. DESCRIPTION DATE EXISTING UNDERDRAIN DATE: OCTOBER 2017 PROJECT NO. 20160040-005 FILE NO. 10-23-39 SCALE: AS SHOWN Control Section Details Bid Set SHEET NUMBER C-07

ALTERNATE STOCKPILE LOCATION MAX HEIGHT 16' 4:1 SLOPES SODDED LEGEND JOHNSON ENGINEERING, INC. 2122 JOHNSON STREET P.O. BOX 1550 FORT MYERS, FLORIDA 33902-1550 PHONE: (239) 334-0046 FAX: (239) 334-3661 E.B. #642 & L.B. #642 PROPERTY BOUNDARY SILTFENCE EXISTING WETLANDS PROPOSED POND NOTES: 1. The aerial photograph shown were provided by FDOT and were taken in 2014. 2. Wetland lines flagged by Johnson Engineering, Inc. and survey located by Banks Engineering. CR 7 61 PROJECT BOUNDARY Peace River Facility Conceptual Stormwater Plan & Phase 1 Improvements STOCKPILE LOCATION MAX HEIGHT 16' 4:1 SLOPES SODDED SOD ALL DISTURBED AREA wy H g's 22 SILT FENCE TO BE INSTALLED UPON EMPLACEMENT OF FILL AND TO REMAIN IN PLACE UPON PROJECT COMPLETION 22 23 REVISIONS 22 SILT FENCE (TYPICAL) 12 11 10 NO. SOIL TRACKING DEVICE (TYPICAL) DESCRIPTION 23 DATE 24 -K 24 CR 9 23 in 76 DATE: OCTOBER 2017 PROJECT NO. 20160040-005 10-23-39 FILE NO. SCALE: AS SHOWN Erosion Control Plan And Details Bid Set SHEET NUMBER C-08