Loading...
HomeMy WebLinkAboutEDB ITB 22-23-A05 Peters Creek Expansion Pipeline Project ES - REVISED FINAL 030323 EXECUTIVE SUMMARY AGENDA ITEM: Proposed award of contract to Wharton-Smith, Inc, with deductive change order based on voluntary reductions for the Peters Creek Water Reclamation Facility Expansion and Pipelines Project CCUA Bid No. 22/23-A05 CCUA Project No.: 2211-0042/2022-106 CCUA Financial Job No.: 22003SP Date: March 3, 2023 BACKGROUND: Staff advertised the subject project on CCUA's Bonfire Procurement Platform and Florida Times Union on October 27, 2022. An Onsite Pre-Bid Meeting was held on November 8, 2022 and was attended by four(4) Contractors. On December 21, 2022, Bid Opening, CCUA received (1) one bid from Wharton-Smith, Inc. in the amount of$65,573,000 for the WRF. The bid amount for this project significantly exceeded the Engineer of Record's (EOR's) Opinion of es Probable Construction Cost (OPCC) which was $36,400,000. Staff and the FOR did not understand a the basis for the significant difference between the OPCC and the bid received. Because of this a difference as well as there being a single bidder, staff requested the Board of Supervisors defer action co .2 at the January 3, 2023, Board meeting. Staff also requested authorization to speak with the single E bidder to understand the basis for the bid and discuss the potential for voluntary reductions. z ce Staff briefed the Board of Supervisors regarding status of the project discussions at the February 21, 2023, Board meeting. Staff indicated we will bring forth a recommended scope of work, price, and contract incorporating the voluntary reductions agreed to with the single bidder. Staff is presenting the results of this effort today for the Board of Supervisors consideration. Wharton-Smith, Inc. bid based on voluntary reductions is now stated at $55,088,600.00 BUDGET: Staff continues to work through the Capital Improvement Program (CIP) contingencies and project delays to accommodate the Peters Creek and Governor's Park Projects. Staff identified $20,609,249.82 in CIP contingency and $75,249,273.06 in potential projects in the current and next fiscal year that could be delayed to accommodate construction of these projects. Staff itemized the intended project budgets and contracts below. Staff will present an updated CIP at an upcoming Board of Supervisors meeting. //DP (Author) //DP,PS, AB (Review) //PS (Final) Capital Improvement Program(CIP)Budgets: Peters Creek WRF Phase II: $ 43,819,540.00 Peters Creek WRF Land Acquisition: $ 3,000,000.00 Project Transfers from Delayed Projects: $ 41,524,718.08 Total CIP Project Buslic 88,344,258.08 ICurrent and Proposed Contracts: Original Design and Bidding Services with Ardurra: $ 3,564,608.00 Previous Change Orders for Interim Modifications: $ 76,960.80 Design and Bidding Amendment#3 with Ardurra: $ 690,013.00 Peters Creek Pre-purchase of Equipment: $ 15,492,603.20 Peters Creek WRF Expansion with Wharton Smith: $ 55,088,600.00 Governor's Park Site Civil with PSCC: $ 1,905,000.00 Governor's Park LS and RWPS with Sawcross, Inc.: $ 7,683,000.00 Governor's Park Pre-Purchase Equipment: $ 609,643.08 Sub-Total Design and Construction Services Contracts: $ 85,110,428.08 Total Construction Contingency: $ 3,233,830.00 Total Design and Construction Services Contracts: $ 88,344,258.08 c a) ci 0 = RECOMMENDATION: L rDStaff respectfully requests the Board of Supervisors' approve of the award of contract to Wharton- Smith, Inc, with deductive change order based on voluntary reductions for the Peters Creek Water Reclamation Facility Expansion and Pipelines Project Bid No.22/23-A05.Additionally, staff requests approval of the attached Contract Documents and bid opening minutes. ATTACHMENTS: Florida Times Union Advertisement Pre-Bid Meeting Attendance Bid Opening Attendance Defer Action Memorandum for CCUA Bid No. 2022/2023-A05 Ardurra, Inc. updated SOW and Standard Form of Agreement Concept Drawings—Appendix E to the Bid Specifications Wharton-Smith, Inc. signed Voluntary Reduction Letter //DP (Author) //DP,PS, AB (Review) //PS (Final) LOCALiQ FLORIDA PO Box 631244 Cincinnati, OH 45263-1244 PROOF OF PUBLICATION INVITATION TOBID NOTICE IS HEREBY GIVEN THAT Clay County Utility Authority Angelia Wilson (AUTHORITY), Clay County, i sealed Accounts Payable Bidsidforw�ll ITB#e 22/23-acceA05 Peters Clay County UtilityAuth Creek Water Reclamation Facility 3176 Old Jennings RD Expansion Project and Peters ANGELIAWILSON Creek Water Reclamation Facility Expansion Pipelines Prolect, which Middleburg FL 32068-3907 will be received until 2:00 P.M. (EST), December 21, 2022, at the following location: The complete Solicitation package STATE OF FLORIDA,COUNTIES OF DUVAL AND CLAY can be obtained by visiting: https://clayuti lity.bonfirehub.com/po The Florida Times-Union,a daily newspaper published in rtal/?tab=openOpportunities. Jacksonville in Duval and ClayCounty, Florida;And ofgeneral Clayubmissions must be posted to ity Y County Utility Authority circulation in Duval and Clay County; and personal knowledge of Bonfire Procurement Portal located the facts herein state and that the notice hereto annexed was at https://clayutility.bonfirehub.com. Published in said newspapers in the issues dated or by publication (hardcopies will not be accepted). on the newspaper's website, if authorized,on: A Pre-Bid Meeting (herein so called) will be held Tuesday, November 8, 2022, at 1:00 P.M 11/02/2022 (EST) at the following location: Clay County Utility Authority Board- roomand that the fees charged are legal. 3176 Old Jannings Road Sworn to and subscribed before on 11/02/2022 Middleburg, Florida 32068 All questions and concerns regard- ing this Solicitation must be submit- ted on the CCUA Bonfire Procure- ment portal tO https://clayuti lity.bonfirehub.com prior to 12:00 P.M. (EST) on Tues- day, November 29, 2022. Late ques- tions may be answered at the discre- Di tion of CCUA. All responses to ques- tions will be uploaded to the Portal and issued in an Addendum on Tues- day, December 13,2022. Legal lei. CCUA reserves the right to change the time and date of the Pre-Bid Meeting, to change the Bid due date Notary,Sta e of WI,County of rgwn and time, to waive formalities in 7 2 G any Bid, to reject any or all Bids l/J� with or without cause, and/or to accept the Bid or any portion My commision expires thereof that, in the CCUA'S sole and Publication Cost: $93.81 absolute iudgment, will be in the best interest of CCUA. Order No: 7983810 #of Copies: 11/2/2022 Customer No: 759750 1 PO#: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. MARIAH VERHAGEN Notary Public State of Wisconsin Page 1 of 1 PRE-BID MEETING SIGN-IN SHEET PETERS CREEK WRF FACILITY EXPANSION PROJECT AND PIPELINES CCUA Bid No. 22/23-A05 Date: November 8, 2022, 1:00 P.M. (EI)T) Name Company E-Mail Address Angelia Wilson 441) Clay County Utility Authority awilsonCa�clayutility.org / Paul Steinbrecher ...)\ -) Clay County Utility Authority psteinbrecher(a�clayutility.orq L�4 Dave Rasmussen Ardurra drasmussenardurra.com 13, Arew /t iCEI'M u,, k :ew ; c n�re4 4 I &finer (dL4-:e w,` t, 6041- _ rie1 n Yehz(An i-s -FC Ccis4 u cr ��f V&)40 ra e_ pC 1 co1SfYv c, di G- - G ,,. to q0.-0 r1 61",O Ir1 Saw CjC) 5 Nv -t vr, r` 42, 5a..LL LC .) 5 • Ca-w1 J k)oc\— Lki kttLr PV`ecc o^ p u,i 6 ere cu„,+-km. k s - cam, e,a,r I CDC 9r wry r 5 (iturd1441 ��dwlp-1-00 �' ►'PC ovvi _ .. , _ (_ I'IA-V..cisot i KW--- ILIC acltli , rA(A16 ( A U750 a 4-2)C ' 1 46 -_Cd✓l i �a1/1\ oockfnSvI.11-tn k3 tcdl r..1I,n q aC�aVY\© k3I1( raC,'],fonq 1 W,l l rn CI , C' crk4) (� r'/►( e l/ Pg /' ttr '-` /11146,,,,S�/ ACcv„,,c. Qr.\\\ 1`' 1 1CnT10 V tC) 414 . ry L-10-raeLerIP4' s+' ,(414 ZNC. SI-14Kttg 1-E4.41-4/r./S✓+��r/-� Gd✓+'1 gc-n a LOISKI cC 01�-c�C Qt=t MCik-0 q 43‘a(1 U �� i�P.rYPtr�/rJv� !'r./ ,a/L ` y TSon S!�rowieG pc o,45 L4cbor? J$N re,Li1)icc ? e ?Ceo� sT//ri,cc Iv�l ea rzi to --(g07) BID OPENING SIGN-IN SHEET Peters Creek WRF Expansion and Peters Creek WRF Expansion Pipelines CCUA Bid No. 22/23-A05 Date: December 21, 2022 Name Company E-Mail Address Darrin G. Parker Clay County Utility Authority awilsonna,clayutility.org Paul Steinbrecher Clay County Utility Authority psteinbrecher(a clayutility.org Dave Rasmussen Ardurra drasmussen(a ardurra.com Mike Pekkala Dewberry mpekkala(adewberry.com Ashton Thigpen TB Landmark ashtont(&,tblandmark.com Cliff Dukes CROM cdukesAcromcorp.com Dawn Crary Wharton-Smith dcrary(a whartonsmith.com Ledny Collado GCS 1co11ado ,generalcontrolsystems.com Laura Britton GCS lbritton(a,generalcontrolsystems.com LaVonne Rembert CROM lrembert(a,cromcorp.com - cothvi CLAY COUNTY UTILITY AUTHORITY Aim } M MEMORANDUM TO: Jeremy D. Johnson, Executive Director FROM: Darrin G. Parker, Contract& Procurement Specialist THRU: Paul Steinbrecher, PE, Chief Engineer DATE: December 29, 2022 RE: Defer Action for Invitation to Bid No. 2022/2023-A05 Peters Creek Water Reclamation Facility (WRF) Expansion& Pipeline Project On October 27, 2022, staff advertised ITB# 2022/2023-A05 entitled Peters Creek WRF Expansion & Pipeline in the Florida Times Union and on CCUA's Bonfire Procurement Portal. An Onsite Pre-Bid Meeting was held on November 8, 2022, and was attended by four(4) Prime Contractors. On December 21,2022, CCUA received one(1)response from Wharton-Smith Inc. The bid amount is as follows: Wharton-Smith, Inc. $65,573,000 (excluding owner-purchased equipment) The bid amount for this project significantly exceeds the Engineer of Record's Opinion of Probable Construction Cost (OPCC) which was $36,400,000, excluding owner-purchased equipment. Engineering expressed an interest in further discussion with the Contractor for review of the submittal. Therefore, Staff recommends the Board of Supervisors defer action pending further discussion with low Bidder regarding potential voluntary reduction of Bid. Deferring action is supported by Section 6 of CCUA Resolution No. 2020/2021-06. The bid submitted by the qualified Contractor appears beyond historical and recent pricing trends. Staff considers understanding of the elements and factors that make-up the bid incredibly important. Staff will return to the Board of Supervisors with a recommendation on how to proceed with this project. Attachments: ITB 2022/2023-A05 Bid Form - Wharton-Smith, Inc. CCUA Resolution No. 2020/2021-06 //DP(Author) //AW,PS,AB (Review) //JJ(Final) SECTION 00300 BID FORM BID NO.2022/2023-A05 Peters Creek WRF Expansion Project and Peters Creek WRF Expansion Pipelines Project CLAY COUNTY UTILITY AUTHORITY SUBMITTED BY: Wharton-Smith, Inc. DATE: December 21, 2022 Company: 750 Monroe Road Address: Sanford, FL 32771 Contractor No.: Bid No. 2022/2023-A05 DUNS No.: 115152639 Email: Contact: Sean White; swhite@whartonsmith.com The undersigned, as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is,or are named herein and that no other person that is herein mentioned has any interest in this proposal or in the contract to be entered into;that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith,without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the places where the work is to be performed; that he has examined the plans and specifications for the work and contract documents relative thereto,that he has read all special provisions furnished prior to the opening of bids, and that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the AUTHORITY in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the contract in full and complete it in accordance with the shown,noted, described and reasonable intended requirements of the plans and specifications and contract documents to the full satisfaction of the contract with the AUTHORITY with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and contract documents, as follows: 003000-1 PETERS CREEK WRF EXPANSION PROJECT AND BID FORM PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 BID SCHEDULE Total Lump Sum Bid Price is to be the sum of the Amounts shown for all items listed on the Bonfire Procurement Platform and are to include all labor,materials,equipment,and incidentals necessary to perform the work as indicated in the Contract Documents. Work includes,but is not necessarily limited to, all the items listed in the specification and shown on the Drawings, based upon the undersigned's own estimate of the quantities and costs. The Bid Table and Bid Price will be submitted on the Bonfire Procurement Platform. The Successful Bidder shall commence ordering materials and equipment within ten (10) calendar days after receipt of a Notice to Proceed from the AUTHORITY. Equipment, pipes, valves and fittings have been pre-purchased by CCUA. A list of the pre-purchased equipment is provided in the Specifications. The Contractor shall coordinate with the suppliers of the pre-purchased equipment to understand lead times, short-term and long-term storage requirements, and installation requirements. The Existing Peters Creek WRF Interim Modifications shall reach Substantial Completion within two hundred(200)calendar days after receipt of a Notice to Proceed.For the remainder of the work, the Successful Bidder shall reach Substantial Completion within six hundred and Eighty-eight(688) calendar days after receipt of a Notice to Proceed and shall reach Final Completion within seven hundred and forty-eight(748) calendar days after receipt of a Notice to Proceed. At the AUTHORITY's option,the Contractor shall be required to provide the AUTHORITY with the details of Contractor's Purchase Order,including vendor quote(s),vendor name,address,and quantity and type of materials being ordered. The AUTHORITY may choose to order the major materials and/or equipment direct.Should the AUTHORITY choose to do this,any payment that is made direct by the AUTHORITY (plus an amount equal to the sales tax that would have been paid by the Contractor) for the materials shall be a direct deduct from the Contractor's contract as if the payment were made direct to the Contractor. The purpose of this provision is to save the amount of sales taxes that would be otherwise assessed to the Contractor for the major material purchases and/or to expedite material delivery by owner prepurchase. It shall be the Contractor's responsibility to ensure conformance with contract requirements, coordinate ordering, deliveries, submit Shop Drawings, receive and verify accuracy of such shipments and, unload such shipments as if Contractor had purchased the materials direct. Any Shop Drawings received directly by the AUTHORITY from the suppliers will be forwarded by the AUTHORITY to the Contractor for the Contractor's review of accuracy and correctness of the Shop Drawings,and the Contractor shall provide an approval action on each product. Contractor then shall submit Shop Drawings to the Design Engineer for review and approval action. After the Contractor and Engineer have reviewed and approved the Shop Drawings,they then shall be submitted to the Clay County Utility Authority for review. The Contractor will not be responsible for coordination of shop drawings for pre-purchased equipment but is responsible for incorporation of the pre-purchased materials into the Project. The Contractor shall include all risk of loss and bear the cost of insurance on all materials purchased tax exempt. Once the AUTHORITY's Purchase Order is prepared, then it will be returned to the Contractor for proofing and mailing to the vendor. 003000-2 PETERS CREEK WRF EXPANSION PROJECT AND BID FORM PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 The Bidder further proposes and agrees to commence work under the Bidder's contract on a date to be specified in the Notice-to-Proceed and shall complete all work there under within the time schedule in the Agreement. Allowances are defined in the Measurement and Payment Specification 01025.The Total Bid consists of items 1 through 19 as follows: Item Description Qty Unit Unit Price Total Price 1 General and Administrative 1 LS $3,150,100 $3,150,100 2 PC WRF Interim Modifications 1 LS $800,000 $800,000 3 1.5 mgd Water Reclamation Facility 1 LS $50,557,000 $50,557,000 4 16"C900 DR18 PVC Reclaimed Water Mains 36941 LF , by open cut $70 $2,585,870 5 18"HDPE DIPS DR-11 Reclaimed Water LF Mains by HDD 1,708 $135 $230,580 6 20"HDPE DIPS DR 9 Reclaimed Water Mains LF $150 $226,050 by HDD 1,507 7 LF 16"C900 DR18 PVC Force Main by open cut 26,626 $70 $1,863,820 8 LF $135 $230 580 18"HDPE DIPS DR-11 Force Main by HDD 1,708 ' 9 LF 20"HDPE DIPS DR-9 Force Main by HDD 1,507 $150 $226,050 10 LF $75 $378,750 12"C900 DR18 PVC Water Main by open cut 5,050 _ 11 30"Steel Casing(ASTM A139)(Auger Boring) 599 LF $1,800 $1,078,200 12 Clay Electric Allowance 1 LS _ $10,000 13 Geotechnical Investigation Allowance 1 LS $100,000 14 Laboratory Testing Allowance 1 LS $300,000 15 Solids Removal Allowance(Aerobic Digester 1 LS $50,000 Conversion) 16 Removal and Replacement Unsuitable Soil for 1 LS $300,000 16"RCWM to Magnolia West Subdivision Allowance 17 Clay County Building Department Allowance 1 LS $50,000 18 Reinhold Property Work Allowance 1 LS $3,000,000 19 Gopher Tortoise Mitigation 1 LS $400,000 *Items not specifically listed in the form shall be included in one of the line items for a complete and operable project in accordance with these specifications. Total Lump Sum Bid Items 1-19 $ 65,537,000 (Numerals) $ Sixty-five million five hundred thirty-seven thousand dollars (Written) Total Bid dollar amount must be in numeric and written format.In the event of discrepancies,the written entry will take precedence over the numeric entry. Addendum Receipt: Bidders shall acknowledge below the receipt of all addenda, if any,to plans and specifications. ADDENDUM NO. One DATED 10.31.22 003000-3 PETERS CREEK WRF EXPANSION PROJECT AND BID FORM PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 ADDENDUM NO. Two DATED 11.03.22 ADDENDUM NO. Three DATED 11.08.22 ADDENDUM NO. Four DATED 11.08.22 ADDENDUM NO. Five DATED 11.16.22 ADDENDUM NO. Six DATED 11.28.22 ADDENDUM NO. Seven DATED 11.29.22 ADDENDUM NO. Eight DATED 12.06.22 ADDENDUM NO. Nine DATED 12.13.22 ADDENDUM NO. Ten DATED 12.14.22 ADDENDUM NO. DATED MBE/WBE Utilization: Total MBE/WBE percent utilization on this project: 0 % List MBE/WBE firms utilized on this project: o Prime Sub Supplier 1. N/A 2. 3. 4. 5. 6. .] 7. 8. Document any good faith efforts: Wharton-Smith,Inc.made all construction plans,specifications,addenda,and requirements available for review by the 91 MWBE we solicited for this project.The documents were provided via emailed invitation on 11.01.22.The ITB included the project's scope of work,each required trade,and available assistance Wharton-Smith provides to minority business enterprises.It also included estimator contacts for each of the solicited trades,making it convenient to propose any potential questions.For easy access to the iSqft website,a link was provided in each ITB.In addition,Bid Due Date Reminders were sent to all subcontractors invited to participate in this bid.After Clay County issued each addenda,they were immediately uploaded to iSqft.Upon uploading them, we sent out notifications to each subcontractor,encouraging them to log into iSqft and review them. Bidder's Insurability: The Bidder confirms that the Bidder has reviewed the current types, amounts, and requirements of insurance coverages included in the Contract Documents including,but not limited to, general liability, workers compensation, bodily injury, personal and advertising injury, property, builders risk,installation floater,excess or umbrella liability,environmental pollution,waiver of subrogation,additional insured,etc. Bidder's current Workers Compensation and Employers Liability Insurance 003000-4 PETERS CREEK WRF EXPANSION PROJECT AND BID FORM PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 Information: Bidder's current Experience Rating: 0.96 Bidder's current Experience Modification Factor: 0.96 The Bidder pledges that all such required coverages,types,requirements,and limits specified in the Contract Documents shall be provided within 15 days of the notice of intent to award or the AUTHORITY may consider Bidder to be in default and annul the Notice of Award and the Bid security of that Bidder will be forfeited. 12.21.2022 lf- Bidde s Signature Date Timothy S. Smith, President LIST OF MAJOR SUBCONTRACTORS The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal,the major Subcontractors used in the prosecution of the work will be those listed below. 2. The following list includes all Subcontractors who will perform work in the amount of approximately$100,000 or more on this Contract. 3. The Subcontractors listed below are financially responsible and are qualified to perform the work required. Category Name of Subcontractor Address Cogburn Bros, Inc. Jacksonville, FL Electrical Pipeline & Horizontal TB Landmark Construction, Inc. Jacksonville, FL Directional Drill 00300-5 BID FORM PETERS CREEK WRF EXPANSION PROJECT AND OCTOBER 2022 PETERS CREEK WRF EXPANSION PIPELINES PROJECT AN INDIVIDUAL By N/A N/A (Seal) (Signature) Business Address: N/A Phone No: N/A Fax No: A PARTNERSHIP N/A (Seal) (Firm Name) N/A (General Partner/Signature) N/A (Print Name) Business Address: N/A Phone No: N/A Fax No: 00300-6 BID FORM PETERS CREEK WRF EXPANSION PROJECT AND OCTOBER 2022 PETERS CREEK WRF EXPANSION PIPELINES PROJECT �.�``N S MI Ty/�i,��� A CORPORATION Qk pORATi•./,y�' Wharton-Smith, Inc. (Seal) (Corporation Name) �3: `�G� ...::: Florida � ' •�LOR� k � (State of Incorporation) �����0iiititOs By (Signature of Person Authorized to Sign) Y imothy mith (Print Name) `.4.k.•oboR•ATF;/ , Q •y . President __: SEAL ' (Title) �� � Corporate Seal) Attest %Seeret 4k k �,` e Pompeo, Corporate Secretary eii 04/02h9����� Business Address: 750 Monroe Road, Sanford, FL 32771 ���������������, Phone No: 407.321.8410 Fax No: N/A 00300-7 BID FORM PETERS CREEK WRF EXPANSION PROJECT AND OCTOBER 2022 PETERS CREEK WRF EXPANSION PIPELINES PROJECT A JOINT VENTURE N/A (Business Name) N/A By: (Signature) N/A (Print Name) N/A (Address) N/A By: (Signature) N/A (Print Name) N/A (Address) (Each joint venturer must sign.The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). The full names;business addresses;business and emergency telephone numbers of persons and firms interested in the foregoing bid,as principals,are as follows: (If Corporation,President,Secretary,and Treasurer Identification) 00300-8 BID FORM PETERS CREEK WRF EXPANSION PROJECT AND OCTOBER 2022 PETERS CREEK WRF EXPANSION PIPELINES PROJECT CLAY COUNTY UTILITY AUTHORITY RESOLUTION NO.2020/2021-06 A RESOLUTION OF THE BOARD OF SUPERVISORS OF THE CLAY COUNTY UTILITY AUTHORITY AMENDING AND RESTATING PRIOR RESOLUTION NO. 2020/2021-04, ADOPTING PUBLIC BID RECEIPT, OPENING, AWARD, POSTING, PROTEST AND RECORDING POLICY AND PROCEDURES; AUTHORIZING AUTHORITY TO COMPETITIVELY AWARD IN ACCORDANCE WITH s.255.20(1),FLA. STAT., AND PROVIDING AN EFFECTIVE DATE. BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF CLAY COUNTY UTILITY AUTHORITY that: 1. Purpose The Board of Supervisors ("Board") of the Clay County Utility Authority (the "AUTHORITY") does hereby adopt the following policy concerning the bid receipt and opening procedures,recording requirements,award,and protest of award for bid solicitations,construction, reconstruction or improvements to the AUTHORITY's water, reclaimed water, and wastewater systems in excess of$10,000, excluding emergency repairs. 2. Official Receipt of Bid or Proposal Each bid or proposal and its accompanying materials shall be submitted to the AUTHORITY's Bonfire Procurement Portal, https://clayutility.bonfirehub.com. The link on the AUTHORITY's website will direct bidders to the Bonfire Procurement Portal. Bidders will download the solicitation documents and upload a bid response and required documentation to the Bonfire Procurement Portal. The Bonfire Procurement Portal will notify the AUTHORITY's Procurement Department when a solicitation has been received and fully completed. All submissions received into the Bonfire Procurement Portal will remain sealed until the advertised bid opening. 1 Resolution No. 2020/2021-06 3. Time of Opening The bids will be opened at the prescribed time, or soon as possible thereafter, at a public meeting conducted in compliance with s. 286.011, Florida Statutes, and any successor statute thereto, in the presence of the Procurement Manager or designee. Bidders as well as members of the public are welcome to attend bid openings and all subsequent committee and Board of Supervisors meetings related to the bids. Bids will not be opened until Proof of Publication has been confirmed by the Procurement Manager or their designee. Consistent with s. 255.0518 (2), Florida Statutes, and any successor statute thereto, the Procurement Manager or designee shall announce at the bid opening meeting the name of each bidder and the price submitted in the bid. 4. Place of Opening All bids received shall be opened at the designated area stated within the solicitation,which includes, GoToMeeting(GoToMeeting Hub) , a designated conference room, or Board room, of the Clay County Utility Authority, 3176 Old Jennings Road, Middleburg, Florida 32068. All attendees complete the sign-in form to verify their attendance. Upon opening of a bid,the Procurement Manager or designee will review the responses to deem the bidders as responsive and responsible. Within the Bonfire Procurement Portal, the Procurement Manager will release each responsible and responsive bidder's response to the Project Manager and reviewers assigned to the solicitation for evaluation and scoring. 5. Bid Tabulation The Bonfire Procurement Portal will tabulate the responses for immediate download and a detailed audit report to be saved in the bid package file. The Procurement Manager or their designee will review the information for accuracy, export the tabulation document, and save the document in the Procurement folder. In addition, and consistent with s. 255.0518 (3), Florida Statutes, upon request the Procurement Manager or their designee will make available the name of each bidder and the price submitted in the bid. 6. Recommendation The Procurement Manager or designee will receive a concurrence from the Project Manager and report its recommendation to the Executive Director. At the next regularly scheduled meeting of the Board or Finance Committee the Executive Director or their designee will submit the recommendation for approval of posting a notice of intent to award, deferring action, or rejecting any ineligible bids or all bids and shall state the rationale for the recommendation. The Executive Director or their designee shall cause to be filed in the public record for such Board or Finance Committee meeting a list of all bidders and their bids, together 2 Resolution No. 2020/2021-06 with the written report and recommendation of the Executive Director or their designee. 7. Board of Supervisors Action The Board of Supervisors shall act on the recommendation of the Executive Director or their designee or shall refer a bid to the Finance Committee for its recommendation, at the next regularly scheduled Board meeting following the bid opening,unless tabled by the Board or earlier action is taken at an emergency meeting of the Board. The Board may act on a bid solicitation by voting to post notice of intent to award bid, subject to no valid bid protest being filed within the time provided for by law, by rejecting any nonconforming bids and any conforming bids which are not selected, or by rejecting all bids. In voting to post notice of intent to award the bid to a specific bidder,the Board shall be voting to award such bid,and for the Executive Director or their designee to proceed to reduce the approved bid to the form of a binding written contract with the successful bidder without further action of the Board, absent a timely protest being filed with the Executive Director or designee of the AUTHORITY in the manner provided by law. 8. Posting Each bidder on a project shall be promptly notified via Bonfire Procurement Portal of the AUTHORITY's Notice of Intent to Award Bid, action to award bid, and/or action to reject its bid, and by posting the notice of intent to award the selected bid on such project at a conspicuous location within the public access areas of the Authority's offices. Each notice shall contain the following statement: "Failure to file a protest within the time prescribed in s. 120.57(3),Florida Statutes, shall constitute a waiver of proceedings under chapter 120, Florida Statutes, and under the adopted policies of the AUTHORITY for bid protests." If no notice of protest and formal written protest are filed as required in Section 9 below within time provided by law,the selected bid shall be deemed awarded to the specified bidder and the Executive Director or their designee shall proceed to reduce the selected bid to the form of a legally binding written contract without further action of the Board. 9. Bid Protest In the event that a written notice of protest and formal written protest are timely filed in the manner prescribed by this Section 9,the Executive Director shall refer the bid solicitation back to the Board for further action and review and shall commence such additional response on behalf of the AUTHORITY as is required by the protest procedure set forth in this Section 9. Upon such a referral back to the Board, the Board shall direct the Executive Director to take whatever action the AUTHORITY is permitted to take hereunder or by applicable law,including without limitation (i)the rejection of all bids and the rebidding of the solicitation, (ii)the emergency award of the bid to the selected bidder under the circumstances and in the manner provided by law, (iii)the defense of the selection of the bidder chosen by the Board pursuant to this protest procedure, or (iv) both 3 Resolution No. 2020/2021-06 (ii)and (iii). The AUTHORITY adopts and incorporates by reference the bid protest procedure set forth in s. 120.57(3), as if fully set forth herein,or its successor statute, as its policy and procedure to be followed with respect to any bid protests. The Executive Director or their designee, the Procurement Manager, of the AUTHORITY are hereby designated as the appropriate parties to receive all filed notice of protests and formal written protests within the time periods required therein. The Finance Committee of the AUTHORITY is hereby designated as the quasi-judicial body to hear the informal proceeding required under s. 120.57(3)(d)2, in the event of protests involving no disputed issue of material fact. The Division of Administrative Hearings of the State of Florida shall hear any protests involving a disputed issue of material fact pursuant to s. 120.57(3)(d)3. 10. Ineligible Bid Any bids that do not meet the requirements of the bid solicitation advertisement will be rejected and the reasons therefor stated. Notwithstanding the foregoing, however, the AUTHORITY reserves the right to waive formalities in any bid, to reject any or all bids with or without cause, and/or to accept the bid or any portion thereof that, in its judgment, will be in the best interest of the AUTHORITY. 11. Authority Authorized to Competitively Award This Resolution authorizes the Authority to "competitively award" in the broadest sense of that defined term, as set forth in s. 255.20(1), Florida Statutes, which is hereby incorporated by this reference, Without limitation to the generality of the foregoing, the Authority shall be authorized hereby to award contracts based on submission of sealed bids, proposals submitted in response to request for proposal, proposals submitted in response to a request for qualifications, or proposals submitted for competitive negotiation. The Authority may elect to evaluate the qualifications of bidders based upon advertised specifications prior to requesting bids. The Authority may use qualifications to determine the responsible and competent bidders. In that case, the Authority will then request sealed competitive bids from those short-listed bidders qualified as responsible and competent. For example, the Authority may, but shall not be required to, combine the qualification of responsible and competent bidders, and the later solicitation of the bid offering the lowest costs to the Authority from those qualified, responsible and competent bidders, in a single advertised procurement, with Board action to be taken both to approve the selection of the qualified firms allowed to bid,and the subsequent award of the bid of the qualified, responsible and competent bidder at the lowest costs to the Authority. 12. General Law and Enabling Act This Resolution is adopted pursuant to general laws of the State of Florida, including without limitation ss. 120.57(2) and (3), 255.0518, 255.20, and 286.011, Florida Statutes, and pursuant to the AUTHORITY's enabling act, Section 17 of Chapter 94-491, Laws of Florida, Special Acts of 1994,which is hereby incorporated by reference and made a part hereto,and which provides in pertinent part: 4 Resolution No. 2020/2021-06 Section 17. CONTRACTS FOR CONSTRUCTION OF IMPROVEMENTS; SEALED BIDS. — All contracts let, awarded, or entered by the AUTHORITY for the construction, reconstruction, or improvements to the system or any part thereof, if the amount thereof shall exceed $10,000, except for emergency repairs, shall be awarded only after public advertisement and call for sealed bids therefor, in a newspaper published and circulated in Clay County, such advertisement to be published at least once, three (3) weeks before the date set for the receipt of such bids. Such advertisements for bids, in addition to the necessary and pertinent matters, shall state in general terms, the nature and description of the improvement or improvements to be undertaken and shall state that detailed plans and specifications for such work are on file for inspection in the office of the authority and copies thereof shall be furnished to any interested party upon payment of reasonable charges to reimburse the authority for its expenses in providing such copies. The award shall be made to the responsible and competent bidder or bidders who shall offer to undertake the improvements at the lowest costs to the Authority and such bidder or bidders shall be required to file bond for the full and faithful performance of such work and the execution of any such contract in such amount as the authority shall determine, and in all other respects the letting of such construction contracts shall comply with applicable provisions of the general laws relating to the letting of public contracts. 13. Effective Date This Resolution and adopted policy will become effective as of July 6, 2021, upon its adoption by the Board of Supervisors. 5 Resolution No. 2020/2021-06 Duly adopted by the Board of Supervisors of the Clay County Utility Authority, this 6th day of July, 2021. BOARD OF SUPERVISORS, CLAY COUNTY UTILITY AUTHORITY By: Wendell Davis, Chairman Attest: ,lani,. Loudermil ,, Recording Secretary (Sea 6 Resolution No. 2020/2021-06 Ardurra, Inc. updated SOW and Standard Form of Agreement , SECTION 00500 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is by and between CLAY COUNTY UTILITY AUTHORITY (owner) and (Contractor) Owner and Contractor,in consideration of the mutual covenants set forth herein, agree as follows: ARTICLE 1 -WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Peters Creek WRF Expansion: a. Interim improvements to the existing package plant facility. b. Construction of a new 1.5 mgd Water Reclamation Facility including Headworks, Biological Nutrient Removal Tank, Secondary Clarification, Tertiary Filtration, and High-Level Disinfection. The project includes new reclaimed water management facilities, chemical storage, electrical buildings, and an administrative building. Installation of Pipelines a. Installation of approximately 7 miles of reclaimed water and force main piping between the Peters Creek WRF and Governors Park service area. b. Installation of new reclaimed water piping to the Peters Creek service area. A detailed summary of Work is provided in the technical specifications. CONTRACTOR is responsible for protecting existing materials, structures, and equipment on-site during construction activities. 00500-1 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 All materials,methods of construction, and standards must be in accordance with the AUTHORITY's approved material manual, specifications,and details (latest version). ARTICLE 2-THE PROTECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Peters Creek WRF Expansion Project Project No. 2211-0042 Clay County Utility Authority,Bid No. 2022/2023-A05 Peters Creek WRF Expansion Pipelines Project Project No. 2022-106 Clay County Utility Authority, Bid No.2022/2023-A05 ARTICLE 3-ENGINEER 3.01 The Project has been designed by Ardurra Group,Inc. 100 Center Creek Road,Suite 108 St. Augustine,FL 32084 Phone: 904-593-5607 (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4-CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion and Final Payment A. The Existing Peters Creek WRF Interim Modifications shall reach Substantial Completion within two hundred (200) calendar days after receipt of a Notice to Proceed The remainder of the Work shall be Substantially Complete within 688 days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions and completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 748 days after the date when the Contract Times commence to run. 00500-2 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 4.03 Liquidated Damages (Existing PC WWTF Interim Modifications) A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay $1000 for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. 4.04 Liquidated Damages (PC WRF Expansion and Pipeline Projects) A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay$4000 for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $1500 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5-CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraphs 5.01.A,and 5.01.B below: A. 1. For all Work other than Unit Price Work, a Lump Sum of: $ (Numerals) $ (Written) All specific cash allowances are included in the above price and have been computed in accordance with paragraph 11.02 of the General Conditions. 00500-3 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 B. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. ARTICLE 6-PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments;Retainage A. Owner shall make one progress payment per month on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the 1st or 3rd Wednesday of each month during performance of the Work as provided in Paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions: a. Ninety percent (90%) of the Work completed including the cost of materials and equipment stored and secured on the Site, but not incorporated in the Work (with the balance being retainage). If the Work has been fifty percent (50%) completed as determined by Engineer, the retainage shall be reduced to five percent (5%) on all subsequent payment requests. After fifty percent (50%) completion, if the character and progress of the Work have been satisfactory to Owner and Engineer, Contractor may request payment of up to one-half of the retainage held by the Owner on the entire amount of the Work completed, including the cost of materials and equipment stored and secured on the Site,but not incorporated in the Work. 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to ninety-five percent (95%) of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less one hundred percent (100%) of Engineer's estimate of the value of the Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 00500-4 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 6.03 Project Closeout A. Owner shall develop a list of items required to render complete, satisfactory, and acceptable the Work purchased by Owner. The process for the development of the list, including responsibilities of Owner and Contractor in developing and reviewing the list and a reasonable time for developing the list,are as follows: 1. For construction projects having an estimated cost of less than $10 million, within 30 calendar days after reaching substantial completion of the Work; or 2. For construction projects having an estimated cost of $10 million or more, within 30 calendar days, unless otherwise extended by contract not to exceed 60 calendar days, after reaching substantial completion of the Work. B. If this Agreement between Owner and Contractor relates to Work covering more than one building or structure, or involves a multi-phased Project, the list shall contain items required to render complete, satisfactory, and acceptable all of the Work for each building, structure, or phase of the Project within the time limitations provided in subsection 1,above. C. The failure to include any corrective work or pending items not yet competed on the list developed pursuant to subsection 1 or subsection 2, above, does not alter the responsibility of the Contractor to complete all of the Work. D. Upon completion of all items on the list, Contractor may submit a payment request for all remaining retainage withheld by Owner pursuant to Section 255.078, Florida Statutes (2007) or any successor statue thereto. If a good faith dispute exists as to whether one or more items identified on the list have been completed pursuant to this Agreement, Owner may continue to withhold an amount not to exceed one-hundred fifty percent (150%) of the total costs to complete such items. E. All items of the Work that require correction under this Agreement and that are identified after the preparation and delivery of the list remain the obligation of Contractor as defined by this Agreement. F. Warranty items may not affect the final payment of retainage as provided in this section or as provided in this Agreement between Contractor and its subcontractors and suppliers. G. Retainage may not be held by Owner or Contractor to secure payment of insurance premiums under a consolidated insurance program or series of insurance policies issued to Owner or Contractor for the Project or a group of projects, and the final payment of retainage as provided in the section may not be delayed pending a final audit by Owner's or Contractor's insurance provider. H. If Owner fails to comply with its responsibilities to develop the list required under subsection 1 or subsection 2, above, as defined in this Agreement, within the time 00500-5 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 limitations provided in subsection 1, above, Contractor may submit a payment request for all remaining retainage withheld by Owner pursuant to Section 255.078, Florida Statutes (2007) or any successor statue thereto. Owner need not pay or process any payment request for retainage if Contractor has, in whole or in part, failed to cooperate with Owner in the development of the list of failed to perform its contractual responsibilities, if any, with regard to the development of the list or if Section 255.078 (6), Florida Statutes (2007) or any successor statue thereto applies. 6.04 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7-INTEREST 7.01 All payments due for the Work as provided in Article 14 of the General Conditions and not made within the applicable time limits shall bear interest at the rate specified in Section 255.073 (4),Florida Statutes (2007) or any successor statue thereto. ARTICLE 8 -CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor 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. Contractor 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. Contractor has carefully studied all: (1) 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 (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Paragraph 4.06 of the General Conditions. See Appendix A for Geotechnical Report. E. Contractor has obtained and carefully studied (or assumes responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground 00500-6 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 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 Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies,and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9-CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00500-1 to 00500-11 inclusive). 2. Performance bond (pages 00600-1 to 00600-2,inclusive). 3. Payment bond (pages 00600-1 to 00600-2,inclusive). 4. General Conditions (C-700 pages 1 to 61,inclusive). 5. Supplementary Conditions (pages 00800-1 to 00800-12,inclusive). 6. Specifications as listed in the table of contents of the Project Manual. 00500-7 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 7. Drawings bearing the following general title: Peters Creek Water Reclamation Facility Expansion Project Peters Creek Water Reclamation Facility Expansion Pipelines Project 8. Changes to Summary of Work Specification Section 00100 and Drawings provided in Appendix E Voluntary Reduction Drawings. 9. Addenda (numbers to ,inclusive). 10. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid (pages 00300-1 to 00300-5,inclusive). b. Documentation submitted by Contractor prior to Notice of Award (pages 00420-1 to 00440-1,inclusive). 11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed (section 00700 pg. 6,inclusive). b. Work Change Directives. 0 c. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10-MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the 00500-8 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Other Provisions A. WAIVER: The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of either party to insist upon strict performance hereof, or of either party's rights or remedies under this Agreement or by law,and shall not operate as a waiver of any of the provisions hereof. B. Remote Access: The Owner may grant remote access, if required, to complete the Contractor's contractual obligations. The Contractor by accepting remote access, agrees to comply with the following provisions: 1. The Contractor will make a formal request for remote access if needed. The request will contain the following: (a) The names of any employees that will use the remote connection. (b) The scope of access needed (e.g. single machine, server, or service e.g. phone system). (c) The duration that access is needed. This date should not exceed the length of the contract. (d) List of applications that will be employed over the remote connection. 2. The Contractor shall maintain current industry standard anti-virus and anti-malware tools on the Contractor's IT systems. The Contractor shall maintain up-to-date security patches, hotfixes, security patches and other similar software and firmware changes on the system(s) used to access the remote connection. 00500-9 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 3. The Contractor shall take reasonable precautions to prevent the transmission of a computer virus,malware, or other malicious code. 4. The Contractor shall take reasonable precautions to prevent an open connection or port that would allow an unauthorized connection to the Owner's computer, server or system. 5. If the Contractor has suffered a computer virus, intrusion, ransomware, or other cyber-attack that might put Owner's data at risk, the consultant or contractor will notify the Owner,within two (2) hours after discovery. 6. The Contractor shall only use the remote connection for the purposes of fulfilling the Contractor's contractual obligations with the Owner. 7. The Owner reserves the right to change the remote connection application, encryption, or methodology, without prior notice, in order to maintain its secure network. 8. The Contractor shall not share the remote connection. If a subcontractor or vendor requires remote access, the subcontractor or vendor shall contact Owner and make a formal request for a separate remote connection that contains the same information as the Contractor. 9. The Owner reserves the right to sever the remote connection at any time in order to maintain its secure network. It is the Contractor's responsibility to seek an alternate means to share data. 10. At no time will the contractor attempt to copy, transmit, or store confidential, or Personally Identifiable Information contained in the Owner's computer, server or system. 11. At the conclusion of the contract the Contractor agrees to purge any of the Owner's data that was obtained over the remote connection, and provide a written statement attesting to the data destruction. If the Contractor wishes to retain this data, a formal request must be submitted to the Owner prior to the completion of the contract. 12. The Contractor shall require all its employees, subconsultant(s), vendor(s) and subcontractor(s) to comply with provisions of this paragraph. 00500-10 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 IN WITNESS WHEREOF,Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or identified by Owner and Contractor or on their behalf. This Agreement will be effective on (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: CLAY COUNTY UTILITY AUTHORITY By: By: Jeremy D.Johnston,P.E.,MBA Executive Director [CORPORATE SEAL] Attest: Attest: Address for giving notices: Address for giving notices: 3176 Old Jennings Road Middleburg,Florida 32068 License No. (Where applicable) Agent for service of process: (If CONTRACTOR is a corporation or a Partnership,attach evidence of authority to sign.) Designated Representative: Designated Representative: Name: Warrick Sams,MBA, CPPO Name: Title: Program Manager Title: Address: 3176 Old Jennings Road Address: Middleburg,Florida 32068 Phone: (904) 213-2403 Phone: Facsimile: (904) 213-2469 Facsimile: 00500-11 PETERS CREEK WRF EXPANSION PROJECT AND STANDARD FORM OF AGREEMENT PETERS CREEK WRF EXPANSION PIPELINES PROJECT OCTOBER 2022 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 LOCATION OF WORK A. The majority of the work associated with this Contract is located at the Peters Creek Water Reclamation Facility in Clay County,FL at 3616 Rosemary Hill Road,Green Cove Springs,FL. A lesser portion of the work involves relocating equipment from the existing Peters Creek Water Treatment Plant located at 3630 Rosemary Hill Rd.,Green Cove Springs 32043 as shown on the Drawings. Refer to Specification Section 01600 for Equipment Delivery,Storage and Handling requirements. B. CCUA is currently in the process of acquiring the property shown in the attached exhibit to this specification. CCUA will notify the Contractor when the land acquisition is complete. Until such notification from CCUA, the Contractor shall conduct work on existing CCUA property until the land acquisition is complete. CCUA does not anticipate the land acquisition will negatively impact the Contractor's proposed construction schedules. 1.02 CONTRACTOR INSTALLATION OF OWNER PRE-PURCHASED PIPE,VALVES,AND FITTINGS A. Appendix C contains a list of pipes,valves and fittings that have been pre- purchased by CCUA. The Contractor shall be responsible for reconciling the list of pipes,valves,and fittings with the Drawings to determine any omissions of pipe,valves,fittings, or ancillary components required to complete the Work without impact to the project schedule.The Contractor shall request additional material through the approved Supplier and CCUA. 1.03 PRE-PURCHASE EQUIPMENT A. The equipment listed below has been pre-purchased by CCUA. The Scope of Supplies for each piece of equipment is provided in its corresponding Specification. Approved shop drawings will be provided to the Contractor by the Engineer. It is not anticipated that any of the listed equipment will have been delivered at the time the Contractor is issued Notice to Proceed. The Contractor shall coordinate equipment lead times for developing the project schedule. The Contractor shall coordinate with the equipment supplier to ensure all material is received, stored, and handled in accordance with these specifications and the manufacturers recommendations. 1. One (1) Centerflo Band Screen with integrated washer compactor - Hydrodyne Engineering,Inc. (Specification 11100) 01010-1 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 2. One (1) Hydro-Grit Removal Unit-Fluidyne Corp (Specification 11110) 3. Two (2) Mechanical Surface Aerators - OVIVO USA, Inc. (Specification 11374) 4. Two (2) Platform Mounted Mechanical Mixers - OVIVO USA, Inc. (Specification 11374) 5. One (1) Flow Control Gate, Effluent Weir Gate, "Oculus" Control Panel - OVIVO USA, Inc. (Specification 11374) 6. Two (2) Clarifier Mechanisms and Control Panels - OVIVO USA, Inc. (Specification 11226) 7. Two (2) AquaDisk Filters - Aqua-Aerobic Systems, Inc. (Specification 11366) 8. Five (5) Positive Displacement Blowers - Universal Blower Pac, Inc. (Specification 11376) 9. Eight (8) Submersible Pumps (2-In-plant PS, 2-Reject Pond PS, 2-Wet Weather PS, and 2-Stormwater PS pumps) - Xylem (Flygt), Inc. (Specification 11220) 0 10. Five (5) Dry-Pit Submersible Pumps (3-RAS and 2-WAS pumps) - Xylem (Flygt),Inc. (Specification 11120) 11. Four(4)Vertical Turbine Pumps(2-Effluent Pumps @ 40 HP and 2-Effluent Pumps @ 75 HP) -Peerless Pumps Company (Specification 11215) 12. Five (5) Horizontal Split-Case Centrifugal Pumps - Peerless Pump Company 13. Two(2)End Suction Centrifugal Pumps(2-in-plant reuse)-Peerless Pump Company (Specification 11221) 14. Electrical Apparatus-Eaton Corporation (Specification 16400) 15. 750 kW Generator, 4,000-gallon Fuel Tank, Automatic Transfer Switch - Ring Power (Specification 16200) 1.04 EQUIPMENT REPRESENTATIVE CONTACT INFORMATION A. TSC Jacobs, Inc. -Hydrodyne,Fluidyne,OVIVO,Universal Blower Pac Paul Wachter 24156 SR 54,Suite 3 01010-2 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 Lutz,FL 33559 paultscjn@verizon.net 813-997-1527 B. EnviroSales of Florida,Inc. -Aqua-Aerobic Systems,Inc. Greg Slohoda 1101 U.S. 27 South Sebring,FL 33870 greg@envirosalesofflorida.com 239-963-4467 C. Xylem(Flygt) Inc. David Williams 455 Harvest Time Drive Sanford,FL 32771 David.Williams@xylem.com 239-825-8384 D. Tom Evans Environmental,Inc. -Peerless Pump Company Mark VanDyke 3200 Flightline Drive,Suite 302 Lakeland,FL 33811 mark@tomevans.com 863-619-3789 E. Brooks Building Solutions-Eaton Corporation Jeff Hendrix 4501 Beverly Ave Jacksonville,FL 32210 01010-3 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 jhendrix@brookssolutions.net 904-571-5568 F. Ring Power Brian Martinez Brian.martinez@ringpower.com 904-494-7667 1.05 SCOPE OF WORK A. The facility is owned and operated by Clay County Utility Authority (CCUA or Owner). The project includes the construction of a new 1.5 mgd Water Reclamation Facility (WRF), Pipelines, Reclaimed Water Management System, and Stormwater Management System. It also includes interim modifications to convert the existing 0.20 mgd single stage nitrification treatment process into a 0.35 mgd 4-stage BNR Bardenpho treatment process. Reclaimed water will be pumped from the new Peters Creek WRF to the Magnolia West Subdivision located at 3703 County Road 315,Green Cove Springs, FL and Governors Park Reclaimed Water Pump Station located at coordinates (29.946010,-81.701127). B. The Contractor shall prepare the site in accordance with the Report of Geotechnical Exploration for CCUA Peters Creek WWTF Expansion by MAE,dated October 14, 2022,included as Appendix A to these Specifications. C. The work includes,but is not limited to,the following: 1. Mobilization/Demobilization, General Requirements, Bonds, and Insurance. 2. Site Work a. Erosion Control b. Site restoration including seeding, sodding, paving and other restoration c. Paving and drainage d. Fencing e. Yard piping f. Roadwork g. Site Grading 01010-4 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 3. Demolition: The mechanisms of the existing process tank and remaining portions of wastewater reclamation facility (WRF) shall be demolished once the new WRF is operational. The existing process tank will be converted to a digester. The demolition work is primarily within the fenced area on the south side of the facility.The Contractor shall drain and clean the process tanks and safely dispose of tank contents once the facility is taken out of service. In addition, cleaning, demolition of wastewater process equipment,construction of piping modifications, disinfection,and repurposing of the process tank to a digester will be required under this contract.The contents of the existing process tanks may be used to seed the new process and should be addressed in the facility startup plan. The existing blower/electrical building will be modified as specified. The demolition includes,but is not limited to the following: a. Headworks b. Blowers c. Process Tank mechanisms d. Yard piping e. Electrical and instrumentation equipment 0 f. Fencing g. Stormwater structures 4. Salvage:Prior to demolition of equipment or facilities,the Contractor shall coordinate with the Owner on any Owner designated equipment identified to be salvaged. Contractor shall move the identified equipment and/or materials to an on-site storage area with temporary covering or protection from the elements. 5. Interim Modifications - Construct the modifications required to the existing MLE facility to increase the capacity from 0.20 mgd to 0.30 mgd as shown on the Drawings. 6. Headworks a. Construct new headworks for screening,compacting,and disposal. b. Install one (1) mechanical band screen with integral washer compactor. c. Provide and install one (1) manual bar rack for bypass. d. Install one (1) grit removal system with classifier, blowers, and associated appurtenances. 01010-5 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 e. Provide and install one (1) refrigerated automatic composite sampler for regulatory compliance sampling. 7. Influent Flow Meter system including magnetic flow meter,valves,piping, and appurtenances. 8. Biological Process Tank a. Construct one (1) 3-stage prestressed concrete oxidation ditch per the Contract Drawings. b. Install two (2) platform-mounted turbine mixers in the primary anoxic zone. c. Install two (2) surface aerators in the aeration zone. d. Provide and install a large bubble mixing system in the secondary anoxic zone. e. Install Internal Recycle Gate,effluent weir gate, access hatches and accessories in the oxidation ditch. 9. Blowers a. Install five (5) positive displacement blowers including piping, valves, and appurtenances to convey process air to the post- aeration zone and aerobic digester. Note that installation of the three blowers for the aerobic digester will have been previously installed as part of Item 5 above. 10. Secondary Clarifiers a. Construct two (2) 60-foot diameter secondary clarifiers each with internal spiral flight sludge withdrawal mechanisms, energy dissipating well, pier supported walkway, and full radius scum removal skimmer and beach assembly. b. Provide and install launder covers with fall protection system and density currently baffles for each clarifier. c. Provide and install two (2) double disc diaphragm scum pumps and related valves and piping. 11. Clarifier Splitter Box and Return Activated Sludge (RAS) and Waste Activate Sludge (WAS)Pump Station a. Construct a combination secondary clarifier splitter box and RAS/WAS Pump Station structure that will split mixed liquor influent flow to the secondary clarifiers and control RAS and WAS 01010-6 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 from the secondary clarifiers. b. Provide and install weir gates, knife gate valves with motor actuators, and v-notch weir plates to allow flow control of clarifier influent and RAS. c. Install three (3) Return Activated Sludge (RAS) pumps that shall operate on variable frequency drives (VFDs). d. Install two (2) Waste Activated Sludge (WAS) pumps that shall operate at constant speed. 12. Tertiary Filters a. Construct one (1) filter structure pre the Contract Drawings. b. Provide and install two (2) tertiary disk filters with associated piping,backwash equipment,and appurtenances. 13. Chlorine Contact Basin and Effluent Transfer Pump Station a. Construct two (2) chlorine contact chambers with slide gates for isolation of each chamber. b. Provide a diffuser for injection of sodium hypochlorite into the splitter box of the chlorine contact chamber. c. Install four (4) vertical turbine effluent transfer pumps, piping, valves, and appurtenances. d. Install two (2) sample pumps and associated piping for chlorine residual sampling. The sample pump return line will discharge through a manifold with mixing nozzles to completely mix the sodium hypochlorite fed into the chlorine contact basin. e. Provide final chlorine residual analyzers for control and regulatory monitoring. f. Provide a refrigerated automatic composite sampler for regulatory sampling. 14. Reclaimed Water Management a. Construct a 2.0 mg pre-stressed reclaimed water ground storage tank and associated piping,valves, and accessories. b. Construct a new reclaimed high service pump station. c. Provide and install one (1) 10,000-gallon hydropneumatic tank 01010-7 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 with all associated piping,valves,and accessories. 15. Stormwater Management a. Construct the new stormwater pond,outfall,and associated systems. b. Installation of all stormwater piping,swales, ditches, structures, and associated systems. 16. Aerobic Digester a. Provide and install one (1) platform-mounted Rotary Drum Thickener b. Install coarse bubble diffuser system and connections (mechanical and electrical)for truck loading of digested sludge. 17. Sodium Hypochlorite Storage and Feed Facility a. Construct a new chemical containment area for sodium hypochlorite. b. Provide chemical tanks, metering pumps, piping and appurtenances. c. Provide ventilation and heating within metering pump rooms. d. Provide emergency fixtures in and around chemical containment. e. Provide general washdown for containment areas. 18. In-Plant Lift Station a. Construct one (1) in-plant lift station including a 10-foot diameter fiberglass wet well,submersible pumps,piping,and accessories. 19. In-Plant Reuse Water Pumping System a. Install in-plant reuse water pumping system including pumps, hydropneumatic tank,piping,and appurtenances. 20. Reject Water Pump Station a. Construct modifications to the existing reject water pump station including pumps,valves,piping,and appurtenances. 21. Construct one (1) precast Electrical Building to house electrical equipment as shown on the Drawings. 01010-8 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 22. Construct one(1)Operations Building to house electrical equipment,office space,and other facilities as shown on the Drawings. 23. Electrical and instrumentation required for support of the new facility will be installed under this Contract.The work will include the following: a. Modification of the existing commercial electrical feed system including the installation of a new transformer and new site electrical feed equipment. Coordination is required with Clay Electric Cooperative (Contact Joseph Wilkes, 904-276-6719). b. Install one (1) 750 KW standby generator, one (1) 4,000-gallon concrete encased double wall fuel storage tank and automatic transfer switch C. New motor control centers to provide power to the facility. d. All instrumentation and electrical components including conduit, wire, electric motors,control panels and field instruments will be constructed under this contract to provide a fully functioning wastewater treatment facility. 24. The Contractor is responsible for obtaining all necessary permits, including, but not limited to Clay County Building Department Permit, NPDES Dewatering Permit, and NPDES Stormwater Pollution Prevention Plan(SWPPP). 25. All other work in the contract documents not covered by the list above. D. All Heating,ventilation,and air conditioning (HVAC) and plumbing equipment. E. Furnish all materials, equipment, supplies, and appurtenances; provide all construction equipment and tools; and perform all necessary labor and supervision. F. Although such work is not specifically indicated, furnish, and install all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound,secure,and complete installation. G. As a minimum,provide monthly progress reports that summarize the progress of the Work, including coordination between traders, subcontractors, suppliers, public utilities,and the Owner to ensure that schedule milestones are being met. H. It is an objective of this Contract that the Work proceed in a manner to minimize plant operational interferences and to ensure compliance with CCUA's operating permits.The Contractor shall be responsible for scheduling any work that requires weekend,nighttime, and multiple shift labor activities to meet this objective. 01010-9 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 I. Substantial Completion:To satisfy the definition of Substantial Completion,all on- site Work required by the Contract shall have been completed to a level that supports the startup and automatic mode operation of the entire proposed facility and that allows the Owner to take beneficial use of the system. 1. A startup plan will be required for review and approval prior to placing the system into service. 2. The startup plan will detail the testing and training required for the process equipment and will provide a schedule for implementation and documentation. 3. The plan will include the required sequence of events necessary to place the proposed facility into service and to place the existing plant in standby. 4. The Contractor's master schedule shall identify the preparation, submittal, and review time for the startup plan.No startup and training services will be allowed prior to the acceptance of the startup plan. The review time by the Owner and Engineer shall be one month. J. Final Completion of construction will be met once the Contractor has demonstrated that the facility will operate in automatic mode and that all final punch list items have been satisfied. A final punch list shall be developed by the Engineer and Owner as required by the Contract. Final Completion will only be met once the Contractor has vacated the site, the final punch list items have been completed and accepted by the Engineer and Owner, and all contract requirements have been fulfilled. END OF SECTION 01010-10 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF EXPANSION PROJECT OCTOBER 2022 MN c:,, to ils // ,;, �., /%/ COLA DROD-RTY AIIIIIAMIIII o I y 11 • 0 I [ ' ttrill: RI \ HOD L --- PROP -RTY TO , . BE ACQLIRD moll Mil . MB: LIIII10.1111110' . t r 111111111111. . \ - 111 .pliwnw leo. PLAN SCALE: 1" = goo' PETERS CREEK WATER RECLAMATION FACILITY / \V CLAY COUNTY UTILITY AUTHORITY 0 100 200 OCTOBER 2022 11 GRAPHIC SCALE ARDURRJ\ SECTION 01014 SUMMARY OF WORK PART 1 - GENERAL 1.01 LOCATION OF WORK A. All Work of this Contract is located in rights-of-way, easements, or on property owned by the Owner, local governments or regulatory agencies. 1.02 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment, tools, services and incidentals to complete all work required by Contract Documents. B. The Contractor shall perform all work complete,in place and ready for continuous service, and shall include repairs, testing, permits, clean up, replacements and restoration required as a result of damages caused during construction. C. All materials, equipment, skills,tools and labor which is reasonably and properly inferable and necessary for the proper completion of the work in a substantial manner and in compliance with the requirements stated or implied by the Contract Documents shall be furnished and installed by the Contractor without additional compensation,whether specifically indicated in the Contract Documents or not. D. The Contractor shall comply with all local,State,Federal,and other codes that are applicable to the proposed construction work. 1.03 GENERAL DESCRIPTION OF WORK TO BE PERFORMED A. Base Bid Work: The scope of work for the installation of the reclaim water mains, force mains and water mains, water service laterals and fire hydrants, which includes in general the following: 1. Installation of the reclaim water mains, force mains and water main by open-cut, Jack & Bore and horizontal directional drill methods. Provide 8 feet of spacing edge to edge between the reclaimed water main and forcemain from Station 4+00 to Station 305+00. 2. Pressure testing, disinfection, and bacteriological testing of the mains. 3. Coordinate with the Authority to obtain FDEP clearance for the new mains. 4. Connecting existing main(s) and service piping to the new main(s) and service lateral. 5. Restoration of private property including landscape, driveways and other miscellaneous restoration; 01014-1 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF PIPELINES PROJECT OCTOBER 2022 6. Restoration Right-of-Ways to existing conditions or better, including concrete curbs, granite curbs, sidewalks, driveway aprons, milling and resurfacing of asphalt and miscellaneous site restoration. 1.04 CONSTRUCTION ACTIVITIES A. General 1. The Contractor shall obtain from the Owner all water required for flushing, cleaning and testing purposes. The Contractor shall pay the Owner for all water used during construction for flushing,testing and cleaning purposes. 2. Upon successful completion of construction of each new component and pre-operational testing of these facilities,the Contractor shall conduct testing as required by the Contract Documents. 3. Contractor shall provide Engineer a minimum of 14-calendar days advance written notice of any requested change in utilities operations, bypass requirements or connections to existing facilities, and shall obtain the Engineer's written approval before scheduling this work. 4. All connections to existing mains shall be scheduled with the Engineer and Owner a minimum of(14)days in advance of actual construction activities. 5. All work within local government or State rights-of-way shall comply with all applicable State and local requirements and regulations. These include, but are not limited to traffic control, drainage and runoff control, signage, flagging,restoration,etc. 6. No overtime costs shall be incurred by the Owner due to scheduled nighttime construction activities. The Contractor shall incorporate these activities into its normal operating schedule. PART 2- PRODUCTS- (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 01014-2 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF PIPELINES PROJECT OCTOBER 2022 THIS PAGE INTENTIONALLY LEFT BLANK 01014-3 PROJECT NO.100435.07 SUMMARY OF WORK PETERS CREEK WRF PIPELINES PROJECT OCTOBER 2022 Concept Drawings - Appendix E to the Bid Specifications , APPENDIX E Voluntary Reduction Drawings A-5 PROJECT NO.100435.07 APPENDICES PETERS CREEK WRF EXPANSION PROJECT MARCH 2023 L r i i p G G <x i • — ..... i y /f - = m LA to LA — 1�i�111�. G C o x — - ' G J go.I G o 00. ® -I G ��4 a h, r� = ....... o ,4 .4 - G / ,, �. �. _ .... x .00 .00 %I N *0 i ml �/ G G I p� - ci : ';: _ _ _ I ® t I t �p G J z� i� . p J LL UJ w G G �d Z 7 G 0Q UQ Z o N �QOI I E` . = w Z 0 mo I $77-----...-_,: �p — LU < — n in w2 11oz d J a w < za el = U�C w w 0 Na I- oN LI - . Q o> m� I o= T� • gooG 1.0 ii----:A----‘41' L_01 VOA VA C G r� a G G \? �LAJ AO. . Uw G1101... o d 01 iP. 0. I \ uQi F� 1...0.....1._ w �� o �o �.1-: � D 2 wE� oz _ Li 6 Lij G < i F.U� U O Q }z ' ii.G U gg PLAN -J ao SCALE: 1" = 50 \ FILE SEE LEFT o� VERIFY SCALE wZ 50 100 BAR IS ONE INCH ON ORIGINAL DRAWING 0-1" -3 GRAPHIC SCALE • DATE OCT2022 U o w a PROJ. 100435.07 %w ISSUED FOR BID �I� DF-SITE_WRF_NEW osowililivAlwi. W. woo viol 011011 t ,\ 0 �o SW-(7). FL-FOOT TYPE D INLET TOP // \ TYPE J RECTANGULAR BOTTOM OOP ^ r/// j - - - - \\1 GE: 34.10 _ �- �� X INV: 23.90 (W) i \ SW-(8), FL-FDOT TYPE D INLET TOP � / 5111 > , TYPEJ RECTANGULAR BOTTOM � Im INV: 23.80 E( ) �i /� GE. 3502 >m ALIGNMENT: WEST ROAD \ _ _II o INV: 23.10 W 'U` '�` <m STA: 14+03.71 / \ ( ) OFF: 18.345 ZZ ,\ \ INV: 23.00 (E) III III TOP N. 2061298.57'� ' \ 48" INV: 23.00 (N) PLUGGED FOR FUTURE USE II III r� 2 TOP E: 417663.65 z� ALIGNMENT: EAST ROAD 11 _- m a a BOTTOM N: 2061303.9149 \ STA: 8+83.26 ImwIIIII ¢x a 1 BOTTOM E 417663 6474 r OFF: 23.713 - C N. 2061303.6155 WI AL 46 LF OF L'J- ,� ,� ,� ,� ,� ii -- I � E: 417709.1999 �� 24" RCP O- 1 II ))111 11 IIIF Jj1� ,_ �. 1.54% � I o CCCfffiii /I w m as ' It ... 1 i x tO w - - I SW-(6), FL-FDOT TYPE D �Isir; 163 LF OF 18 RCP g 213%.-17�l�ij - - 0 Oary GE: 34.64 / 7mi ;, --- i--=-. 1111 IOW 71 _ INV: 27.46 S i IIIII ,�� - • 3 o_- _ - - - - -1� INV: 27.36 (E) / Ir 2=� 1.-rt o x -� �\ ALIGNMENT: WEST ROAD / /�� ' - I it .� - 145 LF OF SW-(9), FES 36" 1 \ Ili `� .'� t 36" RCP 0- GE: 22.789 wr STA: 12+41.18 cD U -_ -_ -- - \\\ \\ -. ,�c OFF: 17.732 `o/ lir ���� J 0.00% INV: 23.00 (W) AL AL 00 N. 2061304.5282 - / I ALIGNMENT: EAST ROAD _-� \ \ \\\NM E: 417501.1 135 / �� II STA: 9+30 17111111.1111111 o o m_----1.------___- \\\ \ \\ 1- // 2 . OFF: 160.537 o "� V \ N: 2061350 4989 \ -\� r_ Amnia E: 417846.0357 _ 10......,.„. met 1011111.11."-- -I 11111 ��- _ ��� � J // ;• 0011-. \a III \\ WWII WI WWI II %_��� A\VA\\G / C l I >- ecz� IIIIII Mir l�v �vv1 � � � I / � , / r � , � \ O G = o= III 1 it I vvvvvv� � � 'I' �, 1 U I A, I H oLi :N \ SW-(5), FL-FDOT TYPE D /. O_ o_ - . UQ z• WO. Ul G 0o I N -- --= OFF: 14.307 II '�i = . II II I W -I O N. 2061128.2046 R W wo I I I E. 417444.0646 'I III II II II II' I w- z 11111111 IIr WW1 II II 1'll 111 Q 811 t 11 u d- a W Q Ow X w 111111111111 ❑II11111 V ° /' � \v N cma a W Za cc x N II II _ Will II \ WWI AL AL iliii... Dw 111111111100000.• AL AL I �� - = ���i► IIII o�� goo a- - - - _ < - - _ -limirjrIII \ rd� �� - - SW_(2). FES 18" IwoyIL. �.h� '1p e, Lu wa ��� �� \ sw-(1). FES 8D,g I10111. INV: 38.90 (W) �w INV: 39.00 (E)�" 1 1 1 STA: 011,00 N4+21.03MENT AST ROAD _ w� I - ALIGNMENT: EAST ROAD �. 149 LF\OF OFF. 23.829 w w 1\ STA: 4+21.02 9-I-I 18" RCP ® J: 2060841.3852 o ill a \ OFF: -24.772 0.21% - 417709.2035 o o N: 2060841.3852 HtFHB � E: 417660.6022 , i. i. o a E_ 1 h' I11 \ \ - � W ,N _ Ce : � 0 a= \ E� �� �� I MWC-2 �111� Ji, ` - GG � \\ '\ \ \ - - - ' N (PHASE 7E A� fY 5 ¢a1<g O Li 6 }D}_ w r L \� _I � u li sLPLAN \-- _ _ _ - - - - - - _ - - - - -- - - - - __- n o SCALE: 1" = 50' 1 Llr \��' FILE SEE VERIFY SCALE S z 0 CO 1 GO / 1 11 1 I I III IIIIII BAR IS ONE INCH ON ORIGINAL DRAWING 0-1" DATE OCT 2022 wo GRAPHIC SCALE A1 I I) III IIA.W PROJ. 100435.07 III II ISSUED FOR BID DF-SITE_WRF_NEW 248.5' 40.0• 8.00 B EXISTING GRADE PROPOSED GRADE � 15' BERM w 671 TOP OF BERM=34.0 ELz! ILVIIIII111.11111111dA OVERFLOW=31.. EL $ w F � . . - . . - . . - . . - . . - . . - . . - . . _ 30.0• ______________30.00 NWL=29.5 EL $ Q o / m gin 1 m I �� Sao R=20' TYP POND BOTTOM=21.0 EL a STO MWAT R CONTROL STRUCTURE rmiri 'II'-11-�II� eer co SEE DETN C BELOW 20.0• _ _ _ 20.00 d z TOP OF BANK s w w o z 15.0• 15.00 o Z 0 CD t0 1+•0.00 0+0•.00 1+0•.00 2+0•.00 3+0•.00 4+0•.00 5 o o 222.4' I NWL SECTION A - STORMWATER POND a �.. SCALE o I HORIZONTAL: 1"=60' fn VERTICAL: 1"=6' Li E o g POND BOTTOM 40.08 .•.00 I / 8, EXISTING GRADE wz i \ PROPOSED GRADE TOP OF BERM=34.0 EL $ ` i s - - . . - - - kellIMMIIIIIIIIIra OVERFLOW=31.5 EL 30.08 30.00 NWL=29.5 EL \'''-''-'--IT --------------') a B� w v POND BOTTOM=21.0 EL Q Q U PROPOSED STORMWATER POND E�m.;,.u„��;ii ii $ Q Y Z 20.08 20.00 LL Zo Z °F DETAIL A F d u Q z 15.08 15.00 N ao -1+•0.00 0+0•.00 1+0•.00 2+0•.00 3+0•.00 4+0•.00 W w Q 0 -a SECTION B - STORMWATER POND N �t ~ W U z z SCALE Q d W Q HORIZONTAL: 1"=60' CC d c$ VERTICAL: 1"=6" CC X PROPOSED STORMWATER POND SECTIONS 2 W W U� cc Q DETAIL B O� .,,a cn 04 NTS - o I`o oN .L In o N� 0. j ZS O ET,, FDOT TYPE H Ogidir0o44r'r. I I C OVERFLOW GRATE EL 31.5 w I'�' wa A 6" ORIFICE � VI ��' J�~ ./), INV EL 29.5 ,r j/ /ow L1 III I1-1I O' g 2 - III- PARALLEL 24" RCP f a 'g 111=1 I. o n z 24" FES z o,: ,"' INV EL 25.5 gir.q1N i o $ INV EL 25.25 Fatie II=I\- lc Q ' o �-a o Pa J w I 5"X10" RIP-RAP S uu cs STORMWATER DETAIL CONTROL STRUCTURE 411111 � � ���� o LEGEND: a� NTS FILE SEE LEFT o F / P77� DELETE WORK PER VOLUNTARY REDUCTION VERIFY SCALE W Z BAR IS ONE INCH ON ORIGINAL DRAWING 0-1 UL_ DATE OCT 2022 w 2 0 PROJ. 100435.07 %w ISSUED FOR BID DWG. CD-3 Thomas E. Cunningham DOM Architect ❑❑M 1692 Duffy Loop FL AR14116 •EM The Villages,FL 32162 MEM w 407.595.1496 TecArch2015@outlook.com E❑E z w o a ¢m 0 0 o a w a tet m w W ZU H 10 LI o crm Z O E¢ w m / SW-0' ¢ ro / 2T'-E.' 2T'-6' d w I I O LABORATORY —.—. -:1:::i.---} - ___-, _ - - - :. ...:.... .-- _ - - - _ ! (n� r Z I I m I O V (�L W LT' Q 2I'- 33'-0' - Z w z O 2 . 9 --L- '- 0B-03 CO J W O walI ELECTRICAL ROOM CL CC I— 1 - OB-02 O N U Q z F LAB/STORAGE/ U o SCAPA ROOM EYE �.:_ -_. - CC Q O WASH _-. O (n 1 <u_ cc ci_ WORKBENCH r 6 /,....„ KY !' r ——— L——— — 6-0T -, TOILET UTILITY in REF \ DRINKING- \ uj\ 9 FOUNTAIN I OB-01 OB-04 ¢ CONTROL ROOM 30'-2' :t 3 I4VAC n oFri v I O \\ t'L------) L 'T(13 W a .72I _. $_S. T_6. O COVERED \ U d ENTRY I OB-06 7' a ,cam.CD 01) 9 6- I �I TOILET LOCKERS ,?\ �y r o 11 `III', Io d p TYPICAL I 6�_ • 4 — I cr' z._ CUBICLE "2 / _ " N= r Q` 4 A/ t 0,,,,,w 67/ 0 0 yz 2 o 3 I I I y^ 15 0WF¢o � m -o Nw 1 P HU W v aQ IcT Ir U >�Lt U FILE SEE LEFT Z g VERIFY SCALE 0 N Z BAR IS ONE INCH ON ORIGINAL DRAWING wj 0-1" a S DATE FEBRUARY 2023 U FLOOR PLAN PROJ. 100435.07 DWG. PA 01 PRELIMINARY SKETCH 03/01/2023 E re Ca B w g o o o R a }m0 a aax g E x U U 2 ZUX CO LI- S 2"x90' BEND-SS rc.. 2" SCV g 2" BFV z o (TMP OOFIB COUPLING 00 X G SEE STRUCTURAL FOR DETAILS g 0 z y co 'E } d zE a — = GRITCIRC of �� \\ 2 1- BLOWER NO. 1 0 } o (2) 2'x45' BEND _' `O ////°/ 2"x90' BEND \ J mL W z2 i... FAN W/ \ n V -❑- T-6" U 1- 5 o 1 II ENCLOSURE \ • �►., I (TYP) Q U o_ - �I I (SEE NOTE 1) \ " • ' jam \ \\ I I 2"x90' BEND-SS H zLU �w : 1 4"x9O' BEND \ ,-j '• \\ c, i-u . oc, 3z ®� .;,, 4"x45' BEND •\��` , i \ `-'§ o EQUIPMENT BASE R oA ��� — O W Q � e \\ \ / '� \\ (3) 3"x90' BEND-FRP a W Q s 22'-9" \ 3'-O" w 1 ! DC ._ v$ / MANWAY GRIT REMOVAL -�1��' Z X wa ►��' 0 -• O w W of ® �\ _ ���� U H a N AIRCIRC Q �� PIPE SUPPORT \ -- 2w BLOWER N0. 2 o� ` TMPL J O mN I 1 , i 0 a 4" DI INSTALLED AT \\�' A5% SLOPE. PROVIDE 0 0 �� / BEVELED FILLER AS r o w o t� REQUIRED. O . • ,�� � mil � o�_��° )� l� �c �I D 'jrz I r��w a 8" FRPAlp o I .? EfJ w ' ' I J w= CAPPED FOR FUTURE USE a o 2" DR-PVC (2) 30" KGV W/ EXTENDED OPERATOR m r d ` N uj O "�z_ /�' '4 Fm 2 8N W y U F �� 0 © : owe 2 s o ► ��7 I�r 2 r 8'-7" '�' / o w N o ao f 4'-6" (TYP)- - 4'-6" - c,:,, Q $ '1-o '5 [zclF W YF < a z LEGEND: J c U o 8 v/A DELETE WORK PER VOLUNTARY REDUCTION w d U F, v 0 NOTES: FILE SEE LEFT 0o F PLAN VERIFY SCALE wz 1. SEE ODOR CONTROL SPECIFICATION FOR MINIMUM CLEARANCE IN FAN ENCLOSURE. SCALE: 3/8" = 1'-0" BAR IS ONE INCH ON j 0 2 4 0 ORIGINAL11 1" S DATE OCT 2022 0o GRAPHIC SCALE PROJ. 100435.07 %w ISSUED FOR BID DWG. M-6.0 , a r re (TYP)y (Tyr) - TYP z H j M m i F. 0 8" (TYP) F°" 0 ll' ' 7 N w o s1�WASH STATION a x N CANOPY SUPPORT PEDESTAL f� < 12:2 (SEE STRUCTURAL FOR DETAILS) ��//1 � '/ 7, �, "0/ 1 2 IPR-PVC 411 to • , r,7/ ,t" / . A±r : ., . A . / 4PA. 4.., ...I F - • • • o LO tt °4P ;ill; ��li 01 IV✓D 11<(*. IP .' I joik EMERGENCY SHOWER/ / 3.c Nor EYEWASH UNIT / �/� of 2 1— / d �.ri ,. .. ...le/ i , >- -`f a zo A I I..I.J ^I a ❑ ^ ❑���� ❑ • 1/2" VENT;:o N } LQL W S'E 2"x1/2"2'-6" 2" BVPIPE SUPPORT�x90' BEND �Z O U Q oN 1— _ _ - n Q (,) I z JJ 2" SH SUCTION—PVC _` rio pn INTAKE LOUVER (TYR OF 2} (CCC I IVAC TOR DCTAILS}2" FILL STATION W/ �� _ Z W I _ U N$ EXPANSION JOINT ` - -" "` Q of SODIUM HYPOCHLORITE ` ❑ ( SODIUMHYPOcHL0RITE rIIIJ H a N / TANK NO. 1 1 TANK NO. 2 I L_�i 0--,...„2„,_ = Q o w 12—0 2" DRAIN I 5'-0" DIA I ""�———o- - li' I 5'-0" DIAEMERGENCY EYEWASH (, ,-2 0, 2"x90' BENDQ I (750 GAL) El,04 --,Io--,_ ,. 1 (750 GAL1), ' 1 UNIT 0 o 3" OVERFLOW (3) 3"x90' BEND 3-6„ I \:: I Or ;! '■L'LL E' s . (TYP) ,a — �� ,tomz 4 SIGHT GAUGE ^' '•Grp0 I- (TYP) Ilipo MANWAY W/ 8" MUSHROOM— II— -I VENT (TYP OF 2) I— - d z 12" WIDE POLYDRAIN TRENCH, I fl- rd� aAlk w W/FRP GRATING (TYP) ,? w a ' (SEE STRUCTURAL FOR DETAILS) J ..‹.: ESz 1 WY V U- - w= I NI o_ \ 1 1/2" CW-PVC -oa o0---- o 6 as 7 o z 2'-0" SQ x 2'-0" DEEP 2" SH SUCTION-PVC o� 1/2" SH DISCHARGE-PVC W F SUMP (TYP OF 2) L TO CHLORINE CONTACT CHAMBER >7 d a"'E i o — 6" DRAIN—PVC (SEE CIVIL FOR CONTINUATION) 'o ui o mz°x a pIcrcnln. 11°. BACKFLOW PREVENTORS FOR 0 `a a''a a d o V/�A DELETE WORK PER VOLUNTARY REDUCTION PW LINES ON UNISTRUT RACK -L. $ F o,.o ' (SEE PLUMBING FOR DETAILS) 2" PW—PVC V �F F o �y o NOTES: I ^ _ c ff 8 a 1. ALL PVC PIPING SHALL BE SCHEDULE 80. P' N w SCALE: 1/2" = 1'-0" 2. ALL CHEMICAL AND SAMPLE CARRIER PIPING BELOW GRADE SHALL BE NYLON 0 2 4 d o REINFORCED TUBING BY PACIFIC ECHO, OR EQUAL. THE NYLON TUBING CARRIER a 2 PIPING SHALL BE INSTALLED INSIDE A 3" SCHEDULE 80 PVC CONTAINMENT PIPE. FILE SEE LEFT of 3 FEET OF EXTRA TUBING BEYOND THE LENGTH OF PVC SHALL BE PROVIDED GRAPHIC SCALE ON BOTH SIDES. HOSE BARBS SHALL BE PROVIDED AT EACH END OF TUBING VERIFY SCALE - TO TRANSITION TO PVC AS NEEDED. BAR Is ONE INCH GN ORIGINAL DRAWING 3 3. ALL SMALL DIAMETER PIPING 6-INCH OR LESS SHALL BE SLEEVED UNDER 0111" -S STRUCTURES USING THE NEXT PIPE DIAMETER SIZE UP. THE PIPE SLEEVE SHALL DATE OCT2U22 RUN BEYONDTHESTRUCTURE ON SIDES. 'o� PROJ. 100435.07 %w DWG. ISSUED FOR BID M-25.0 s� i - i. LEGEND: / /// � v/A DELETE WORK PER VOLUNTARY REDUCTION / / y / / te / z w / / n 8 II o 1, ,, ,/ o L� (�__= J L J o li / / r1 I I r1 .'-ram:.4_.,:•� / / a x � 1i / / w 1 / I I x v m L O o o— O a o O - ] IXI �i x to �� «rr »SS °- 5) ... , ,,, ,. 0 1 I I 1 1 o L J ,i L � x 1_ -I ., 40" A W�, • , s� z' a j% ° z . I c x II o Z M� C - ram - I. 1If1 II11 — - - - I�I�j I II II d H f W \ \ \ \ \ t/')Q z —1 %V \ \ ;_ V)H w p O Q= o _ �1 �11 �I �1 ^ \ \ \ \ _ N U a jl I jl 11i , 1'1i , 1-� , I \\ \\ k W O a= I 11 11 11 11 11 \ \ / \ \,\ _� ° 1 1 1 \ 1 1 r �_— w Q v) -,,,= `No x\ U W CC�wLU Y u II Lu\` \ Lc Sy o� I I ----� `\I \ \ \ J mN ► ► ► ► �� `\ \` \ \ \\ u W I I�--o111- -iN--olll- -ID-- `_- -�IHH `_ -11- i HH �Nf - F H -\ rt o N► N�NI ullll �NI '`�� �— '`i� [IF - 'j' NN a -fir( 111♦-V — 1111 \ ` CC H TL- - 4L---111— —LE L —IN---116� F- F- _F- --uIH ,uIH \ \ -IA— \ No 1 \ zo Inr' ,o 4_ �- 6 �1 a �tiv ES I I\ nz 1 w1 "ap - U ULJ I 1 '-2 z \ w '' R 2 W y`n � oz NF so I ``> r w Fa o� \ \ Ai ` 1va a0 z F F ff rw a / \� 08 • "'2 I / /� 1 FILE SEE LEFT �= PLAN o / VERIFY SCALE w z SCALE: 1 4" q 1'-C" / / BAR IS ONE INCH ON ORIGINAL 8RAWINO /4, 0 0 4 I 8 � � L DATE OCT 2022 J I I �t 11 1 'F� - PRod. 100435.07 aw GRAPHIC SCALE I I // III ISSUED FOR BID DWG. M 32.0 _� I Wharton-Smith, Inc. signed Voluntary Reduction Letter to Clay County Utility Authority Peters Creek WRF Expansion and pipeline Project Bid No. 2022/2023-A05 �'liTY AUTO�`~ to Voluntary Reduction Proposal February 28, 2023 Presented by Wharton-Smith fill* All lie Rigid'Moir for V aiIa n! ,Success! 14100, Wharton-Smith, Inc CONSTRUCTION GROUP Wharton-Smith Contact: Mike Alexakis—Area Manager Water malexakis@whartonsmith.com 410 Wharton-Smith,Inc. C hart n- ION GKInc. EXECUTIVE SUMMARY February 28, 2023 Mr. Paul Steinbrecher, PE Chief Engineer Clay County Utility Authority 3176 Old Jennings Road Middleburg, Florida 32068 Re: Peters Creek WRF Expansion and Pipeline Project Bid No.2022/2023-A05 Voluntary Reduction Proposal Dear Mr.Steinbrecher, Wharton-Smith,Inc.submitted a bid to CCUA on December 21, 2022 for the Peters Creek Water Reclamation Facility Expansion and Pipeline project. The bid amount was$65,537,000. Due to budgetary issues,Wharton-Smith, Inc,CCUA and Ardurra Group, Inc. entered into negotiations to provide Voluntary Reduction services to reduce the contract amount. This letter summarizes the scope changes and break down of costs for each Voluntary Reduction item. Based on the Voluntary Reduction work performed,a total of$10,448,400 will be deducted from the contract.The new total contract amount to Wharton-Smith, Inc.for this project will be$55,088,600. Please note the project price will not change as long as the scope remains per the list below and as shown on the attached conceptual level drawings provided by Ardurra Group, Inc. List of scope clarifications: to Voluntary Reduction item#01-$2,965,313 Description—Relocation of wet weather pond and reject pond outside of Reinhold property. Design update and scope change—Reject Pond to enlarge due west. Reject pond liner included in the base bid contract. Wet weather ponds to be relocated west of reject pond. Voluntary Reduction item#02-$2,818,962 Description—Elimination of RIBS, reduction of storm piping, reduction in road work scope,storm water pond changes Design update and scope change Existing and new RIB work and all associated piping is removed from the Contract.The existing storm water pond will be reconstructed,and the new north pond is removed from the scope.Storm water piping reduced with the majority of the pipe consisting of 18".A small run less than 100' may need to be upsized to 36" and a structure may need to be added in the existing storm water pond.The reconstructed storm water pond will be deeper per the new attached drawings. The east plant road is being eliminated with a turnaround added at the north end between the clarifiers and the filters for truck access.The plant entrance road will be reduced to a gravel driveway.Asphalt will commence at the plant entrance for the remaining road.The road going to the wet weather pond and access roadways around the main loop shall be gravel per the drawings herein. Voluntary Reduction item#03-$513,661 Description—Elimination of storm water pump station and wet weather pump station Design update and scope change All work associated with the storm water pump station and wet weather pump station is being removed from the contract. This includes underground utility,concrete, mechanical,and electrical work. Voluntary Reduction item#04-$118,230 Description—Reclaimed water pump station building modifications GMP-2 Proposal & Exhibits 410 Wharton(-Smith,Inc. C hart n-Smi ti,Inc Design update and scope change The reclaimed water pump station shall consist of a precast electrical building or pre-engineered metal building with two(2) pre-installed HVAC units sized 3 tons each.The electrical building shall be standard construction and sized as 12'x 40'x 10'. The building shall be large enough for analyzer panels and instruments to be installed within. The reclaimed water pump station slab shall be outside without any weather proofing. It is assumed that structurally the area will remain the same so that the slab can accommodate a masonry structure in the future by others if desired. Voluntary Reduction item#05-$667,027 Description—Main electrical building changes and elimination of operations building Design update and scope change The operations building shall be removed from the scope of work inclusive of the parking lot.The electrical equipment housed in the operations building shall be installed in the existing three-sided structure by the digesters on the second phase of the project. No changes shall be made to the existing three-sided electrical room.The electrical gear shall be top fed for this area. The main electrical building shall be eliminated. In it's place,we are to construct a 2,000 square foot pre-engineered metal building similar to the construction at the Potable Reuse Facility at MidClay WRF with final finish colors selected by CCUA. The new"Operations/Maintenance/Main electrical building"shall consist of an adequately sized electrical room for all necessary electrical gear, (1)common room to include 12' of basic counter space for lab equipment and servers/SCADA equipment and operator desk space, (2) bathrooms, (1)shower,and basic space for metal lockers. For ease of construction the building shall be hot dip galvanized. Finishes shall be similar to MidClay WRF.A fire suppression system has not been included. Metal Building colors and wainscot fascia will need to be from the standard color selections by the Owner.Acoustic ceiling panels will be used in all areas except the electrical room. Floors shall either be concrete or VCT.Standard modern tiling will to be utilized in bathroom and shower areas. Final layout shall be per the drawings within this deliverable. Voluntary Reduction item#06—$1,165,300 Description—Oxidation Ditch manufacturer change and coating change for ground storage tank Design update and scope change Precon Corp shall be the manufacturer of the oxidation ditch, clarifiers,and ground storage tank.The specifications shall be altered to incorporate the manufacturer exceptions.Coatings are also eliminated within the RCW ground storage tank. Voluntary Reduction item#07 -$135,761 Description—Resize NaOCI structure Design update and scope change The NaOCI building is going to be sized for the current needs of(2)storage tanks.The precast building for the chemical skid will be eliminated.The metal building/shed roof over the chemical tanks shall be sized to incorporate the chemical feed skid as well. Building shall be hot dip galvanized and building colors shall be selected from the standard color chart. Voluntary Reduction item#08-$500,000 Description—Allowance reductions Design and scope change The gopher tortoise allowance shall be reduced by$400,000 due to the reduction in scope.This work will be conducted by the Engineer of Record.Wharton-Smith, Inc.will maintain responsibility to coordinate this item. The geotechnical testing allowance shall be reduced by$100,000 due to the reduction in scope reflecting the reduced scope for effluent management. Voluntary Reduction item#09-$123,434 Description—Canopies GMP-2 Proposal & Exhibits 111 410 Wharton-Smith,Inc. C hart n-Smi h,01 Inc. Design and scope change All metal canopies are being removed from the contract with the exception of the canopy over the polymer storage. Voluntary Reduction item#10-$100,000 Description—Fence reduction Design and scope change The perimeter plant fence shall be installed within the new perimeter of the site near the ground storage tank and the weather pond.The fence will not encompass the old location of the RIBS on the southeast side of the site or at the north where the storm water pond was to be constructed. Voluntary Reduction item#11-$184,922 Description—Pipeline material reduction Design and Scope change Coordination of scope between bidder and pre-purchased material has resulted in savings of pipe material.The minimum separation between the parallel pipelines shall be 8'edge to edge instead of 3'as currently shown in the documents. Voluntary Reduction item#12-$218,040 Description—Elimination of Odor Control system Design and Scope change The odor control system is removed from the scope in its entirety.The headworks will include appurtenances for later addition when needed. Changes and reductions outside of Contract to Voluntary Reduction item#13-$1,631,050 Description and change—This is pipe material associated with Voluntary Reductions 1, 2,and 3 above.This material was to be procured by CCUA directly.Additionally,Wharton-Smith, Inc. has coordinate material supply lists and streamlined material procurement between all parties. Voluntary Reduction item#14-$224,135 Description and change—This is the value of the submersible pumps associated with the storm water pond and wet weather pond. CCUA will not be purchasing this equipment at this time. Voluntary Reduction item#15-$84,500 Description and change—It is expected that there is a total of$1.3 million of material procurements within Wharton-Smith, Inc.Contract that will be purchased directly by CCUA.This value reflects the tax savings. We appreciate this opportunity to serve CCUA.As always, I am available to discuss at your earliest convenience. Very respectfully, Mike Alexakis Area Manager, Central and North Florida Water Wharton-Smith, Inc. GMP-2 Proposal & Exhibits L r i i p G G <x i • — ..... i y /f - = m LA to LA — 1�i�111�. G C o x — - ' G J go.I G o 00. ® -I G ��4 a h, r� = ....... o ,4 .4 - G / ,, �. �. _ .... x .00 .00 %I N *0 i ml �/ G G I p� - ci : ';: _ _ _ I ® t I t �p G J z� i� . p J LL UJ w G G �d Z 7 G 0Q UQ Z o N �QOI I E` . = w Z 0 mo I $77-----...-_,: �p — LU < — n in w2 11oz d J a w < za el = U�C w w 0 Na I- oN LI - . Q o> m� I o= T� • gooG 1.0 ii----:A----‘41' L_01 VOA VA C G r� a G G \? �LAJ AO. . Uw G1101... o d 01 iP. 0. I \ uQi F� 1...0.....1._ w �� o �o �.1-: � D 2 wE� oz _ Li 6 Lij G < i F.U� U O Q }z ' ii.G U gg PLAN -J ao SCALE: 1" = 50 \ FILE SEE LEFT o� VERIFY SCALE wZ 50 100 BAR IS ONE INCH ON ORIGINAL DRAWING 0-1" -3 GRAPHIC SCALE • DATE OCT2022 U o w a PROJ. 100435.07 %w ISSUED FOR BID �I� DF-SITE_WRF_NEW osowililivAlwi. W. woo viol 011011 t ,\ 0 �o SW-(7). FL-FOOT TYPE D INLET TOP // \ TYPE J RECTANGULAR BOTTOM OOP ^ r/// j - - - - \\1 GE: 34.10 _ �- �� X INV: 23.90 (W) i \ SW-(8), FL-FDOT TYPE D INLET TOP � / 5111 > , TYPEJ RECTANGULAR BOTTOM � Im INV: 23.80 E( ) �i /� GE. 3502 >m ALIGNMENT: WEST ROAD \ _ _II o INV: 23.10 W 'U` '�` <m STA: 14+03.71 / \ ( ) OFF: 18.345 ZZ ,\ \ INV: 23.00 (E) III III TOP N. 2061298.57'� ' \ 48" INV: 23.00 (N) PLUGGED FOR FUTURE USE II III r� 2 TOP E: 417663.65 z� ALIGNMENT: EAST ROAD 11 _- m a a BOTTOM N: 2061303.9149 \ STA: 8+83.26 ImwIIIII ¢x a 1 BOTTOM E 417663 6474 r OFF: 23.713 - C N. 2061303.6155 WI AL 46 LF OF L'J- ,� ,� ,� ,� ,� ii -- I � E: 417709.1999 �� 24" RCP O- 1 II ))111 11 IIIF Jj1� ,_ �. 1.54% � I o CCCfffiii /I w m as ' It ... 1 i x tO w - - I SW-(6), FL-FDOT TYPE D �Isir; 163 LF OF 18 RCP g 213%.-17�l�ij - - 0 Oary GE: 34.64 / 7mi ;, --- i--=-. 1111 IOW 71 _ INV: 27.46 S i IIIII ,�� - • 3 o_- _ - - - - -1� INV: 27.36 (E) / Ir 2=� 1.-rt o x -� �\ ALIGNMENT: WEST ROAD / /�� ' - I it .� - 145 LF OF SW-(9), FES 36" 1 \ Ili `� .'� t 36" RCP 0- GE: 22.789 wr STA: 12+41.18 cD U -_ -_ -- - \\\ \\ -. ,�c OFF: 17.732 `o/ lir ���� J 0.00% INV: 23.00 (W) AL AL 00 N. 2061304.5282 - / I ALIGNMENT: EAST ROAD _-� \ \ \\\NM E: 417501.1 135 / �� II STA: 9+30 17111111.1111111 o o m_----1.------___- \\\ \ \\ 1- // 2 . OFF: 160.537 o "� V \ N: 2061350 4989 \ -\� r_ Amnia E: 417846.0357 _ 10......,.„. met 1011111.11."-- -I 11111 ��- _ ��� � J // ;• 0011-. \a III \\ WWII WI WWI II %_��� A\VA\\G / C l I >- ecz� IIIIII Mir l�v �vv1 � � � I / � , / r � , � \ O G = o= III 1 it I vvvvvv� � � 'I' �, 1 U I A, I H oLi :N \ SW-(5), FL-FDOT TYPE D /. O_ o_ - . UQ z• WO. Ul G 0o I N -- --= OFF: 14.307 II '�i = . II II I W -I O N. 2061128.2046 R W wo I I I E. 417444.0646 'I III II II II II' I w- z 11111111 IIr WW1 II II 1'll 111 Q 811 t 11 u d- a W Q Ow X w 111111111111 ❑II11111 V ° /' � \v N cma a W Za cc x N II II _ Will II \ WWI AL AL iliii... Dw 111111111100000.• AL AL I �� - = ���i► IIII o�� goo a- - - - _ < - - _ -limirjrIII \ rd� �� - - SW_(2). FES 18" IwoyIL. �.h� '1p e, Lu wa ��� �� \ sw-(1). FES 8D,g I10111. INV: 38.90 (W) �w INV: 39.00 (E)�" 1 1 1 STA: 011,00 N4+21.03MENT AST ROAD _ w� I - ALIGNMENT: EAST ROAD �. 149 LF\OF OFF. 23.829 w w 1\ STA: 4+21.02 9-I-I 18" RCP ® J: 2060841.3852 o ill a \ OFF: -24.772 0.21% - 417709.2035 o o N: 2060841.3852 HtFHB � E: 417660.6022 , i. i. o a E_ 1 h' I11 \ \ - � W ,N _ Ce : � 0 a= \ E� �� �� I MWC-2 �111� Ji, ` - GG � \\ '\ \ \ - - - ' N (PHASE 7E A� fY 5 ¢a1<g O Li 6 }D}_ w r L \� _I � u li sLPLAN \-- _ _ _ - - - - - - _ - - - - -- - - - - __- n o SCALE: 1" = 50' 1 Llr \��' FILE SEE VERIFY SCALE S z 0 CO 1 GO / 1 11 1 I I III IIIIII BAR IS ONE INCH ON ORIGINAL DRAWING 0-1" DATE OCT 2022 wo GRAPHIC SCALE A1 I I) III IIA.W PROJ. 100435.07 III II ISSUED FOR BID DF-SITE_WRF_NEW 248.5' 40.0• 8.00 B EXISTING GRADE PROPOSED GRADE � 15' BERM w 671 TOP OF BERM=34.0 ELz! ILVIIIII111.11111111dA OVERFLOW=31.. EL $ w F � . . - . . - . . - . . - . . - . . - . . - . . _ 30.0• ______________30.00 NWL=29.5 EL $ Q o / m gin 1 m I �� Sao R=20' TYP POND BOTTOM=21.0 EL a STO MWAT R CONTROL STRUCTURE rmiri 'II'-11-�II� eer co SEE DETN C BELOW 20.0• _ _ _ 20.00 d z TOP OF BANK s w w o z 15.0• 15.00 o Z 0 CD t0 1+•0.00 0+0•.00 1+0•.00 2+0•.00 3+0•.00 4+0•.00 5 o o 222.4' I NWL SECTION A - STORMWATER POND a �.. SCALE o I HORIZONTAL: 1"=60' fn VERTICAL: 1"=6' Li E o g POND BOTTOM 40.08 .•.00 I / 8, EXISTING GRADE wz i \ PROPOSED GRADE TOP OF BERM=34.0 EL $ ` i s - - . . - - - kellIMMIIIIIIIIIra OVERFLOW=31.5 EL 30.08 30.00 NWL=29.5 EL \'''-''-'--IT --------------') a B� w v POND BOTTOM=21.0 EL Q Q U PROPOSED STORMWATER POND E�m.;,.u„��;ii ii $ Q Y Z 20.08 20.00 LL Zo Z °F DETAIL A F d u Q z 15.08 15.00 N ao -1+•0.00 0+0•.00 1+0•.00 2+0•.00 3+0•.00 4+0•.00 W w Q 0 -a SECTION B - STORMWATER POND N �t ~ W U z z SCALE Q d W Q HORIZONTAL: 1"=60' CC d c$ VERTICAL: 1"=6" CC X PROPOSED STORMWATER POND SECTIONS 2 W W U� cc Q DETAIL B O� .,,a cn 04 NTS - o I`o oN .L In o N� 0. j ZS O ET,, FDOT TYPE H Ogidir0o44r'r. I I C OVERFLOW GRATE EL 31.5 w I'�' wa A 6" ORIFICE � VI ��' J�~ ./), INV EL 29.5 ,r j/ /ow L1 III I1-1I O' g 2 - III- PARALLEL 24" RCP f a 'g 111=1 I. o n z 24" FES z o,: ,"' INV EL 25.5 gir.q1N i o $ INV EL 25.25 Fatie II=I\- lc Q ' o �-a o Pa J w I 5"X10" RIP-RAP S uu cs STORMWATER DETAIL CONTROL STRUCTURE 411111 � � ���� o LEGEND: a� NTS FILE SEE LEFT o F / P77� DELETE WORK PER VOLUNTARY REDUCTION VERIFY SCALE W Z BAR IS ONE INCH ON ORIGINAL DRAWING 0-1 UL_ DATE OCT 2022 w 2 0 PROJ. 100435.07 %w ISSUED FOR BID DWG. CD-3 Thomas E. Cunningham DOM Architect ❑❑M 1692 Duffy Loop FL AR14116 •EM The Villages,FL 32162 MEM w 407.595.1496 TecArch2015@outlook.com E❑E z w o a ¢m 0 0 o a w a tet m w W ZU H 10 LI o crm Z O E¢ w m / SW-0' ¢ ro / 2T'-E.' 2T'-6' d w I I O LABORATORY —.—. -:1:::i.---} - ___-, _ - - - :. ...:.... .-- _ - - - _ ! (n� r Z I I m I O V (�L W LT' Q 2I'- 33'-0' - Z w z O 2 . 9 --L- '- 0B-03 CO J W O walI ELECTRICAL ROOM CL CC I— 1 - OB-02 O N U Q z F LAB/STORAGE/ U o SCAPA ROOM EYE �.:_ -_. - CC Q O WASH _-. O (n 1 <u_ cc ci_ WORKBENCH r 6 /,....„ KY !' r ——— L——— — 6-0T -, TOILET UTILITY in REF \ DRINKING- \ uj\ 9 FOUNTAIN I OB-01 OB-04 ¢ CONTROL ROOM 30'-2' :t 3 I4VAC n oFri v I O \\ t'L------) L 'T(13 W a .72I _. $_S. T_6. O COVERED \ U d ENTRY I OB-06 7' a ,cam.CD 01) 9 6- I �I TOILET LOCKERS ,?\ �y r o 11 `III', Io d p TYPICAL I 6�_ • 4 — I cr' z._ CUBICLE "2 / _ " N= r Q` 4 A/ t 0,,,,,w 67/ 0 0 yz 2 o 3 I I I y^ 15 0WF¢o � m -o Nw 1 P HU W v aQ IcT Ir U >�Lt U FILE SEE LEFT Z g VERIFY SCALE 0 N Z BAR IS ONE INCH ON ORIGINAL DRAWING wj 0-1" a S DATE FEBRUARY 2023 U FLOOR PLAN PROJ. 100435.07 DWG. PA 01 PRELIMINARY SKETCH 03/01/2023 E re Ca B w g o o o R a }m0 a aax g E x U U 2 ZUX CO LI- S 2"x90' BEND-SS rc.. 2" SCV g 2" BFV z o (TMP OOFIB COUPLING 00 X G SEE STRUCTURAL FOR DETAILS g 0 z y co 'E } d zE a — = GRITCIRC of �� \\ 2 1- BLOWER NO. 1 0 } o (2) 2'x45' BEND _' `O ////°/ 2"x90' BEND \ J mL W z2 i... FAN W/ \ n V -❑- T-6" U 1- 5 o 1 II ENCLOSURE \ • �►., I (TYP) Q U o_ - �I I (SEE NOTE 1) \ " • ' jam \ \\ I I 2"x90' BEND-SS H zLU �w : 1 4"x9O' BEND \ ,-j '• \\ c, i-u . oc, 3z ®� .;,, 4"x45' BEND •\��` , i \ `-'§ o EQUIPMENT BASE R oA ��� — O W Q � e \\ \ / '� \\ (3) 3"x90' BEND-FRP a W Q s 22'-9" \ 3'-O" w 1 ! DC ._ v$ / MANWAY GRIT REMOVAL -�1��' Z X wa ►��' 0 -• O w W of ® �\ _ ���� U H a N AIRCIRC Q �� PIPE SUPPORT \ -- 2w BLOWER N0. 2 o� ` TMPL J O mN I 1 , i 0 a 4" DI INSTALLED AT \\�' A5% SLOPE. PROVIDE 0 0 �� / BEVELED FILLER AS r o w o t� REQUIRED. O . • ,�� � mil � o�_��° )� l� �c �I D 'jrz I r��w a 8" FRPAlp o I .? EfJ w ' ' I J w= CAPPED FOR FUTURE USE a o 2" DR-PVC (2) 30" KGV W/ EXTENDED OPERATOR m r d ` N uj O "�z_ /�' '4 Fm 2 8N W y U F �� 0 © : owe 2 s o ► ��7 I�r 2 r 8'-7" '�' / o w N o ao f 4'-6" (TYP)- - 4'-6" - c,:,, Q $ '1-o '5 [zclF W YF < a z LEGEND: J c U o 8 v/A DELETE WORK PER VOLUNTARY REDUCTION w d U F, v 0 NOTES: FILE SEE LEFT 0o F PLAN VERIFY SCALE wz 1. SEE ODOR CONTROL SPECIFICATION FOR MINIMUM CLEARANCE IN FAN ENCLOSURE. SCALE: 3/8" = 1'-0" BAR IS ONE INCH ON j 0 2 4 0 ORIGINAL11 1" S DATE OCT 2022 0o GRAPHIC SCALE PROJ. 100435.07 %w ISSUED FOR BID DWG. M-6.0 , a r re (TYP)y (Tyr) - TYP z H j M m i F. 0 8" (TYP) F°" 0 ll' ' 7 N w o s1�WASH STATION a x N CANOPY SUPPORT PEDESTAL f� < 12:2 (SEE STRUCTURAL FOR DETAILS) ��//1 � '/ 7, �, "0/ 1 2 IPR-PVC 411 to • , r,7/ ,t" / . A±r : ., . A . / 4PA. 4.., ...I F - • • • o LO tt °4P ;ill; ��li 01 IV✓D 11<(*. IP .' I joik EMERGENCY SHOWER/ / 3.c Nor EYEWASH UNIT / �/� of 2 1— / d �.ri ,. .. ...le/ i , >- -`f a zo A I I..I.J ^I a ❑ ^ ❑���� ❑ • 1/2" VENT;:o N } LQL W S'E 2"x1/2"2'-6" 2" BVPIPE SUPPORT�x90' BEND �Z O U Q oN 1— _ _ - n Q (,) I z JJ 2" SH SUCTION—PVC _` rio pn INTAKE LOUVER (TYR OF 2} (CCC I IVAC TOR DCTAILS}2" FILL STATION W/ �� _ Z W I _ U N$ EXPANSION JOINT ` - -" "` Q of SODIUM HYPOCHLORITE ` ❑ ( SODIUMHYPOcHL0RITE rIIIJ H a N / TANK NO. 1 1 TANK NO. 2 I L_�i 0--,...„2„,_ = Q o w 12—0 2" DRAIN I 5'-0" DIA I ""�———o- - li' I 5'-0" DIAEMERGENCY EYEWASH (, ,-2 0, 2"x90' BENDQ I (750 GAL) El,04 --,Io--,_ ,. 1 (750 GAL1), ' 1 UNIT 0 o 3" OVERFLOW (3) 3"x90' BEND 3-6„ I \:: I Or ;! '■L'LL E' s . (TYP) ,a — �� ,tomz 4 SIGHT GAUGE ^' '•Grp0 I- (TYP) Ilipo MANWAY W/ 8" MUSHROOM— II— -I VENT (TYP OF 2) I— - d z 12" WIDE POLYDRAIN TRENCH, I fl- rd� aAlk w W/FRP GRATING (TYP) ,? w a ' (SEE STRUCTURAL FOR DETAILS) J ..‹.: ESz 1 WY V U- - w= I NI o_ \ 1 1/2" CW-PVC -oa o0---- o 6 as 7 o z 2'-0" SQ x 2'-0" DEEP 2" SH SUCTION-PVC o� 1/2" SH DISCHARGE-PVC W F SUMP (TYP OF 2) L TO CHLORINE CONTACT CHAMBER >7 d a"'E i o — 6" DRAIN—PVC (SEE CIVIL FOR CONTINUATION) 'o ui o mz°x a pIcrcnln. 11°. BACKFLOW PREVENTORS FOR 0 `a a''a a d o V/�A DELETE WORK PER VOLUNTARY REDUCTION PW LINES ON UNISTRUT RACK -L. $ F o,.o ' (SEE PLUMBING FOR DETAILS) 2" PW—PVC V �F F o �y o NOTES: I ^ _ c ff 8 a 1. ALL PVC PIPING SHALL BE SCHEDULE 80. P' N w SCALE: 1/2" = 1'-0" 2. ALL CHEMICAL AND SAMPLE CARRIER PIPING BELOW GRADE SHALL BE NYLON 0 2 4 d o REINFORCED TUBING BY PACIFIC ECHO, OR EQUAL. THE NYLON TUBING CARRIER a 2 PIPING SHALL BE INSTALLED INSIDE A 3" SCHEDULE 80 PVC CONTAINMENT PIPE. FILE SEE LEFT of 3 FEET OF EXTRA TUBING BEYOND THE LENGTH OF PVC SHALL BE PROVIDED GRAPHIC SCALE ON BOTH SIDES. HOSE BARBS SHALL BE PROVIDED AT EACH END OF TUBING VERIFY SCALE - TO TRANSITION TO PVC AS NEEDED. BAR Is ONE INCH GN ORIGINAL DRAWING 3 3. ALL SMALL DIAMETER PIPING 6-INCH OR LESS SHALL BE SLEEVED UNDER 0111" -S STRUCTURES USING THE NEXT PIPE DIAMETER SIZE UP. THE PIPE SLEEVE SHALL DATE OCT2U22 RUN BEYONDTHESTRUCTURE ON SIDES. 'o� PROJ. 100435.07 %w DWG. ISSUED FOR BID M-25.0 s� i - i. LEGEND: / /// � v/A DELETE WORK PER VOLUNTARY REDUCTION / / y / / te / z w / / n 8 II o 1, ,, ,/ o L� (�__= J L J o li / / r1 I I r1 .'-ram:.4_.,:•� / / a x � 1i / / w 1 / I I x v m L O o o— O a o O - ] IXI �i x to �� «rr »SS °- 5) ... , ,,, ,. 0 1 I I 1 1 o L J ,i L � x 1_ -I ., 40" A W�, • , s� z' a j% ° z . I c x II o Z M� C - ram - I. 1If1 II11 — - - - I�I�j I II II d H f W \ \ \ \ \ t/')Q z —1 %V \ \ ;_ V)H w p O Q= o _ �1 �11 �I �1 ^ \ \ \ \ _ N U a jl I jl 11i , 1'1i , 1-� , I \\ \\ k W O a= I 11 11 11 11 11 \ \ / \ \,\ _� ° 1 1 1 \ 1 1 r �_— w Q v) -,,,= `No x\ U W CC�wLU Y u II Lu\` \ Lc Sy o� I I ----� `\I \ \ \ J mN ► ► ► ► �� `\ \` \ \ \\ u W I I�--o111- -iN--olll- -ID-- `_- -�IHH `_ -11- i HH �Nf - F H -\ rt o N► N�NI ullll �NI '`�� �— '`i� [IF - 'j' NN a -fir( 111♦-V — 1111 \ ` CC H TL- - 4L---111— —LE L —IN---116� F- F- _F- --uIH ,uIH \ \ -IA— \ No 1 \ zo Inr' ,o 4_ �- 6 �1 a �tiv ES I I\ nz 1 w1 "ap - U ULJ I 1 '-2 z \ w '' R 2 W y`n � oz NF so I ``> r w Fa o� \ \ Ai ` 1va a0 z F F ff rw a / \� 08 • "'2 I / /� 1 FILE SEE LEFT �= PLAN o / VERIFY SCALE w z SCALE: 1 4" q 1'-C" / / BAR IS ONE INCH ON ORIGINAL 8RAWINO /4, 0 0 4 I 8 � � L DATE OCT 2022 J I I �t 11 1 'F� - PRod. 100435.07 aw GRAPHIC SCALE I I // III ISSUED FOR BID DWG. M 32.0 _� I