AGENDA BUSHNELL CITY COUNCIL REGULAR CITY COUNCIL MEETING 117 EAST JOE P. STRICKLAND, JR. AVENUE DECEMBER2 2, 2024 6:00 P.M. CALL MEETING TOORDER INVOCATION PLEDGE OF ALLEGIANCE WELCOME ATTENDANCE ROLL CALL CONSENT AGENDA 1. APPROVAL OF THE MINUTES FROM THE REGULAR CITY COUNCIL MEETING HELD ONNOVEMBER 4, 2024. 2. APPROVAL OF THE FINANCIAL REPORTS. CIIZENSTORUMACIMITED - TO3MINUTES PER PERSON) NEW BUSINESS 1. FIRST READING OF ORDINANCE 2024-55, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, PROVIDING FOR A SMALL-SCALE COMPREHENSIVE PLAN AMENDMENT DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTO THE CITY ASRVP, R/VPARK, ON THE FUTURE LAND USE MAP; AND PROVIDING AN EFFECTIVE DATE. PARCEL: N04-006A OWNER: OLC VENTURES, LLC. 2. FIRST READING OF ORDINANCE 2024-56, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTO THE CITY AS RVP, RVE PARK, ZONING DISTRICT; AND PROVIDING AN EFFECTIVE 3. APPROVAL OF THE SPECIAL EVENTS COORDINATOR AGREEMENT WITH KELLI 4. REQUEST FOR APPROVAL AND UPDATE OF TECHNICAL SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION & TRANSPORTATION DESIGN AND 5. RECOMMENDATION TO AWARD BIDTOPAVE-RITE, INC. FOR THE YORK STREET DATE. PARCEL: N04-006A OWNER: OLC VENTURES, LLC. BARNES. CONSTRUCTION STANDARDS. OVERLAY PROJECT. DECEMBER 2, 2024 REGULAR CITY COUNCIL MEETING AGENDA Page1 INFORMATION 1. COUNCILWOMAN MARGE THIES - CITY OF BUSHNELL RECREATION ADVISORY COMMITTEE UPDATE. CORRESPONDENCE CITYCLERK REPORT ANDI REQUEST- - CHRISTINA DIXON 1. ELECTION INFORMATION- VICTORIA "TORI" SUMMERLIN ELECTED COUNCIL 2. STATE-MANDATED 4-HOUR CONTINUING EDUCATION IN ETHICS TRAINING WEDNESDAY, DECEMBER 18, 20241 FROM 10:00. A.M. UNTIL 3:30 P.M. 3. CHRISTMAS LUNCHEON ON THURSDAY, DECEMBER 19, 2024 AT CITY HALL 4. CHRISTMAS GATHERING ON FRIDAY, DECEMBER 13, 2024 AT BIG BASS GRILL IN CITY MANAGERDIRECTOR OF PUBLIC WORKS REPORT AND REQUEST- MIKE SEAT #2 FROM 12:00 P.M. UNTIL 1:001 P.M. LAKE PANASOFFKEE FROM 6:30P.M. UNTIL 10:00 P.M. EASTBURN CITY ATTORNEY REPORT AND REQUEST - FELIX ADAMS STAFF REPORT AND REQUEST: CUSTOMER SERVICE AND INFORMATION SYSTEMS DIRECTOR- - CHRISTINA SIMMONS DIRECTOR OF ZONING & CODE COMPLIANCE - KRISTIN GREEN 1. THEI NEXT BACE MEETING TO BE. HELD ON TUESDAY, DECEMBER 10, 2024 AT ASSISTANT CITY MANAGER/GRANT ADMINISTRATOR - MORGAN WILSON 5:30P.M. ELECTRICUTILITY DIRECTOR- RONALD STRICKLAND FINANCE DIRECTOR - SHELLEY RAGAN HUMANRESOURCES DIRECTOR - RICARDOLAFONT SUMTER COUNTY SHERIFF'S DEPARTMENT-IT MICHAEL CASSIDY CITY COUNCIL COMMENTS AND INFORMATION ADJOURN REGULAR CITY COUNCIL MEETING DEPARTMENT REPORTS DECEMBER 2, 2024 REGULAR CITY COUNCIL MEETING AGENDA Page2 Ifany person decides to appeal any decision of the City Council, with respect to any matter considered at such meeting or hearing, he or she will need a record of such proceeding, and that, for such purpose, he or she may need to ensure that a verbatim record oft the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. Fla. Stat. Sec. DECEMBER 2, 2024 REGULAR CITY COUNCIL MEETING AGENDA Page3 BUSHNELL CITY COUNCIL REGULAR CITY COUNCIL MEETING DECEMBER 2, 2024 6:00 P.M. COUNCIL CHAMBERS 117 E. JOEP.S STRICKLAND,JR. AVENUE CONSENT AGENDA CONSENT AGENDA ITEM # 1 APPROVAL OFTHE MINOTES FROM - THE REGULAR CITY COUNCIL MEETING HELD ON NOVEMBER 4, 2024. MINUTES BUSHNELL CITY COUNCIL REGULAR CITY COUNCIL MEETING 117 EAST JOE P. STRICKLAND, JR. AVENUE NOVEMBER 4, 2024 6:00 P.M. Mayor Simmons called the Meeting to order at 6:00 P.M. followed by the Invocation and The Pledge of Allegiance. Mayor Simmons welcomed all present and explained the manner in which to be heard during the meeting. ROLL CALL PRESENT: Mayor. Jessie Simmons Jr. Councilwoman Karen Davis Councilman Dale Swain Councilwoman Marge Thies Councilman Dale Barnes ALSO PRESENT: Mike Eastburn, City Manager/Director of Public Works Morgan Wilson, Assistant City Manager/Grant Administrator Kristin Green, Director of Zoning & Code Compliance Lt. Michael Cassidy, Sumter County Sheriff's Office Felix Adams, City Attorney Christina Dixon, City Clerk Shelley Ragan, Finance Director Ricardo Lafont, HR Director Mayor Simmons asked City Clerk, Christina Dixon, to read the agenda items. CONSENT AGENDA 1. APPROVAL OF THE MINUTES FROM THE REGULAR CITY COUNCIL MEETING HELD ON OCTOBER 7, 2024. 2. APPROVAL OF THE FINANCIAL REPORTS. Motion made by Councilman Barnes, and seconded by Councilwoman Thies, to approve the Consent Agenda. Motion carried 5/0. NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page1 CITIZEN'S FORUMCLIMITED TO3MINUTES PER: PERSON) Hal Lyons, P.O. Box 1448 Discussion Subject: Inquiries regarding the Tyler Financial Software Service Agreement (actual cost of software, $148,438 and an annual fee of $56,804, inquiry regarding hiring new positions, clarification of reassign staff and if a steering committee will be assembled) Credit card fees (no fees will be charged at this time) Motion made by Councilman Swain, and seconded by Councilman Barnes, to allow Mr. Lyons more than 3 minutes to speak during Citizens Forum. Motion carried 5/0. Tori Summerlin, 410 WI Hunt Ave. Discussion Subject: Introduction- Bushnell City Council Seat 2 Candidate Vanessa Yacuzzo, 9398 CR 622 Discussion Subject: Sister's! house (Veronica Birstler,West: Noble) was affected by flooding during Hurricane Milton City flooding during Hurricane Milton (discussions were made among Council and staff The City is proposing to try and purchase additional property from the church (The City has regarding the pond and the West Noble area) tried toj purchase aj portion of the church property in the past) Motion made by Councilwoman Thies, and seconded by Councilman Barnes, to read New Business Items 1-6 by title only. Motion carried 5/0. NEW BUSINESS 1. SECOND AND FINAL READING OF ORDINANCE 2024-51, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, AMENDING THE CITY OF BUSHNELL LAND DEVELOPMENT REGULATIONS FEE: SCHEDULE ALLOWING THE MANAGER OF THE CITY OF BUSHNELL TO WAIVE. ANNEXATION FEES WITHIN THE AREA IN THE CITY OF BUSHNELL'S. JOINT PLANNING AGREEMENT WITH SUMTER COUNTY; AND PROVIDING AN EFFECTIVE DATE. NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page2 Motion made by Vice-Mayor Davis, and seconded by Councilman Barnes, to pass Ordinance 2024-51 on the second and final reading. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor. Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion 2. SECOND AND FINAL READING OF ORDINANCE 2024-52, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, ANNEXING CERTAIN REAL PROPERTY INTO THE CORPORATE LIMITS OF THE CITY BY VOLUNTARY ANNEXATION, REDEFINING THE BOUNDARIES OF THE CITY TO INCLUDE SUCH LANDS, AND PROVIDING AN EFFECTIVE DATE. PARCEL: N17H229 OWNER: SUMTER COUNTY OAK HAMMOCK, Motion made by Councilman Barnes, and seconded by Councilwoman Thies, to pass Ordinance 2024-52 on the second and final reading. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion 3. SECOND AND FINAL READING OF ORDINANCE 2024-53, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, PROVIDING FOR A SMALL-SCALE COMPREHENSIVE PLAN AMENDMENT DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTO THE CITY AS HDR, HIGH DENSITY RESIDENTIAL, ONTHE FUTURE LAND USE MAP; AND PROVIDING AN EFFECTIVE DATE. PARCEL: N17H229 OWNER: SUMTER COUNTY OAK HAMMOCK, LLC. carried 5/0. LLC. carried 5/0. Motion made by Vice-Mayor Davis, and seconded by Councilman Barnes, to pass Ordinance 2024-53 on the second and final reading. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion 4. SECOND AND FINAL READING OF ORDINANCE 2024-54, AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTO THE CITY AS RSF-10, SINGLE-FAMILY HIGH DENSITY RESIDENTIAL, ZONING DISTRICT; AND PROVIDING AN EFFECTIVE DATE. PARCEL: N17H229 OWNER: SUMTER COUNTY OAK HAMMOCK, LLC. carried 5/0. Motion made by Councilwoman Thies, and seconded by Vice-Mayor Davis, to pass Ordinance 2024-54 on the second and final reading. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion carried 5/0. NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page3 5. APPROVAL OF RESOLUTION 2024-07, A RESOLUTION OF THE CITY OF BUSHNELL, FLORIDA, EXPRESSING GRATITUDE FOR ASSISTANCE PROVIDED DURING HURRICANE MILTON; AND PROVIDING AN EFFECTIVE DATE. Motion made by Vice-Mayor Davis, and seconded by Councilman Barnes, to approve Resolution 2024-07, expressing gratitude for assistance provided during Hurricane Milton; and providing an effective date. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion carried 5/0. 6. APPROVAL OF RESOLUTION 2024-08, Al RESOLUTION OF THE CITY OF BUSHNELL, FLORIDA, AMENDING THE FISCAL YEAR 2023-2024 BUDGET TO MATCH ACTUAL Motion made by Vice-Mayor Davis, and seconded by Councilwoman Thies, to approve Resolution 2024-08, amending the Fiscal Year 2023-2024 Budget to match actual revenues and expenditures. Roll call vote: Councilwoman Thies Yea, Councilman Barnes Yea, Vice-Mayor Davis Yea, Councilman Swain Yea, and Mayor Simmons Yea. Motion carried 5/0. 7. APPROVAL OF AMENDMENT NO. 17 TO AGREEMENT NO. 23PLN67 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND CITY OF Motion made by Vice-Mayor Davis, and seconded by Councilwoman Thies, to approve Amendment No. 1 to Agreement No. 23PLN67 between Florida Department of Environmental 8. APPROVAL OF THE SOFTWARE AS A SERVICE AGREEMENT BETWEEN THE CITY REVENUES AND EXPENDITURES. BUSHNELL. Protection and the City of Bushnell. Motion carried 5/0. OF BUSHNELL, FLORIDA, AND TYLER TECHNOLOGIES, INC. Motion made by Vice-Mayor Davis, and seconded by Councilman Barnes, to approve the software as a service agreement between the City of] Bushnell, Florida, and Tyler Technologies, 9. APPROVAL OF THE 2024 LIGHT-UP BUSHNELL CHRISTMAS PARADE ROUTE. Motion made by Vice-Mayor Davis, and seconded by Councilman Swain, to approve the 2024 Inc. Motion carried 5/0. Light-Up Bushnell Christmas Parade Route. Motion carried 5/0. NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page4 INFORMATION 1. COUNCILWOMAN MARGE THIES - CITY OF BUSHNELL RECREATION ADVISORY COMMITTEE UPDATE. Councilwoman Thies Discussion Subject: Park Updates Nor meeting in October, November, and December, next meeting will be January 16, 2025 The committee will be working on a presentation to document the Downtown Plaza Park progress from 2015 to current CORRESPONDENCE 1.7 THANK YOU LETTER FROM THE BOARD OF TRUSTEES BUSHNELL EVERGREEN CEMETERY. CITY CLERK REPORT AND REQUEST - CHRISTINA DIXON 1. ELECTION INFORMATION- REMINDER TO CAST YOUR VOTE 2. STATE-MANDATED 4-HOUR CONTINUING EDUCATION IN ETHICS TRAINING WEDNESDAY, DECEMBER 18, 2024 FROM 10:00 A.M. UNTIL 3:30 P.M. 3. THANKSGIVING LUNCHEON ON FRIDAY, NOVEMBER 22, 2024 ATTHE COMMUNITY CENTER FROM 12:00 P.M. UNTIL 1:00 P.M. 4. CHRISTMAS LUNCHEON ON THURSDAY, DECEMBER 19, 2024 AT CITY HALL 5. CHRISTMAS GATHERING ON FRIDAY, DECEMBER 13, 2024 AT BIG BASS GRILL IN FROM 12:00 P.M. UNTIL 1:00 P.M. LAKE PANASOFFKEE FROM 6:30 P.M. UNTIL 10:00 P.M. City Clerk, Christina Dixon Discussion Subject: ( Gave updates and her Report and Request NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page5 CITY MANAGERDIRECTOR OF PUBLIC WORKS REPORT AND REQUEST- MIKE EASTBURN City Manager/Director of Public Works, Mike Eastburn Discussion Subject: Request for City Hall to close from 12:00 P.M. to 1:00 P.M. on November 22nd and December 19th for staff to observe a Thanksgiving and Christmas luncheon. (City Council gave consensus Staff1 has reached out to the Church to potentially purchase a portion of their property to close City Hall) CITY ATTORNEY REPORT AND REQUEST - FELIX ADAMS STAFF REPORT AND REQUEST: CUSTOMER SERVICE AND INFORMATION SYSTEMS DIRECTOR - CHRISTINA SIMMONS 1.1 LIGHT UP BUSHNELL WITH SANTA IN THE PARK TO BE HELD ON SATURDAY, NOVEMBER 30, 2024 FROM 4:00 - 9:00 P.M. Customer Service and Information Systems Director, Christina Simmons Discussion Subject: - Reminder: Light Up Bushnell with Santa in the Park to be held on Saturday, November 30, 2024 from 4:00-9:00 P.M. DIRECTOR OF ZONING & CODE COMPLIANCE- - KRISTIN GREEN 1. THE NEXT BACE MEETING TO BE HELD ON TUESDAY, NOVEMBER 12, 2024 AT 5:301 P.M. Director of Zoning, Kristin Green Discussion Subject: Reminder: BACE Meeting on Tuesday, November 12, 2024 at 5:301 P.M. ASSISTANT CITY MANAGERGRANT ADMINISTRATOR- MORGAN WILSON ELECTRIC UTILITY DIRECTOR- RONALD STRICKLAND NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page6 FINANCE DIRECTOR - SHELLEY RAGAN 1. NOTIFICATION OF "CERTIFICATE OF ACHIEVEMENT FOR EXCELLENCE IN FINANCIAL REPORTING" FOR FY2023. Finance Director, Shelley Ragan Discussion Subject: Gave update on the "Certificate of Achievement for Excellence in Financial Reporting" HUMAN RESOURCES DIRECTOR - RICARDOLAFONT SUMTER COUNTY SHERIFF'S DEPARTMENT - LT. MICHAEL CASSIDY Sumter County Sheriff's Department, Lt. Michael Cassidy Discussion Subject: - Police reports should be available soon to include in the City Council packets CITY COUNCIL COMMENTS AND INFORMATION Councilman Dale Barnes Discussion Subject: Thank you and appreciation to City staff, tree crews, and mutual aid for their service in preparation and response to the aftermath of Hurricane Milton DEPARTMENT REPORTS ADJOURN REGULAR CITY COUNCIL MEETING Motion made by Councilman Swain, and seconded by Vice-Mayor Davis, to adjourn the City Council Ifany person decides to appeal any decision of the City Council, with respect to any matter considered at such meeting or hearing, he or she will need a record of such proceeding, and that, for such purpose, he or she may need to ensure that a verbatim record of the proceedings is made, which record includes Meeting. Motion carried 5/0. the testimony and evidence upon which the appeal is to be based. Fla. Stat. Sec. NOVEMBER 4, 2024 REGULAR CITY COUNCIL MEETING MINUTES Page7 CONSENT AGENDA ITEM # 2 APPROVAL OFTHE FINANCIAL REPORTS. CITY OF BUSHNELL SCHEDULE OF CHECKING ACCOUN7S ACCOUNTNAMES POOIBDGASH Oct-24 11/20/2024 8,481,746.79 3,336,782.86 2,023,803.27 899,012.80 815,236.22 25,887.18 General Electric Water Wastewater Sanitation Cemetery TOTAL. POOLED ACCT BAL 15,582,469.12 RESTRICTBDAGGOUNTS Regular Employee Pension Plan Community Trust Fund Reserve Acct. League Fees Other Special Event Fees Cemetery Cert of Deposits Wastewater Bond Reserve Accts Wastewater CRC Reserve Account Water CRC Reserve Account Water SRF Loan Debt Service Acct. Water Bond Reserve Accts Meter Deposit Account Electric Rate Stabilization 5,513,870.50 513,432.03 23,543.21 0.00 408,953.01 2,887.96 591,492.02 217,256.00 12,770.85 2,636.25 901,291.62 81,786.17 Community Trust Fund Council Committed 1,746,570.67 TOTAL RESTRICTED BALANCE 10,016,490.29 STATEBOARDOPADMINISTRATION, Electric Pool A Utility Tax Pool A R& R Investment Pool A 141,570.36 696.39 342,678.99 484,945.74 26,083,905.153 TOTAL SBA ACCTS BAL NCEHORAPEACEIS Page: 1 City of Bushnell 11/20/2024 11:23AM OCTOBER 2024 GENERAL FUND REVENUE-EXPENSE REPORT Revenue. Account Range: 001-311-1000 to 001-389-1000 Expend Account Range: 001-1100-000-0000: to 001-8200-582-7213 Include Non-Anticipated: Yes Include Non-Budget: No Year To Date As Of: 10/31/24 Current Period: 10/01/24 to 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTD Rev 3,626.54- 0.00 0.00 32,710.52 0.00 0.00 45.61 3,532.50 10,689.76 0.00 0.00 0.00 0.00 0.00 233.50 3,511.73 0.00 0.00 0.00 2,550.00 0.00 0.00 146.53 8.00 Print Zero YTD Activity: No Description (Revenue) TAXES- REAL & PERSONAL PROPERTY LOCAL GOVERNMENT SALES SUR TAX- DISC FRANCHISE TAX-ELECTRIC CITYUTILITIES SERVICE TAX UTILITYSERVICE TAX- ELECTRIC COMMUNICATION SERVICE TAX UTILITY SERVICE TAX- GAS LANDI DEVELOPMENT FEES LANDI DEVELOPMENT FEES - BUILDING PERN FEMAPROCEEDS HURRICANE IDALIA SAFETY GRANT PROCEEDS 4NSURANCE PROCEEDS FRDAP GRANT PROCEEDS STATE REVENUE SHARING MOBILE HOME LICENSES ALCOHOL BEVERAGE LICENSES STATE OF FL7 CENT SALES TAX STATE HIGHWAY SIGNALAND LIGHTING MAIN SUMTER CO. LOCAL OPTION FUEL TAX SPECIAL EVENTS (FALL FEST) OTHER SPECIALI EVENTS FEES PARKS AND RECREATION LEAGUE FEE FINES & FORFEITURES POLICE EDUCATION Prior' YrRev Anticipated 3,965.35- 851,792.00 0.00 565,134.00 0.00 24,000.00 31,727.77 523,080.00 0.00 35,102.00 0.00 178,790.00 10.00 57,554.00 440.00 30,000.00 11,742.41 83,276.00 1,380.22- 0.00 0.00 1,500.00 440.25 0.00 0.00 195,000.00 0.00 172,021.00 139.50 6,795.00 0.00 3,822.00 0.00 260,557.00 0.00 12,159.00 0.00 125,200.00 18,925.00 24,287.00 0.00 12,051.00 1,037.50 10,048.00 339.30 8,565.00 31.67 789.00 Excess/Deficit % Real 3,626.54- 855,418.54- 0.00 565,134.00- 0.00 24,000.00- 32,710.52 490,369.48- 0.00 35,102.00- 0.00 178,790.00- 45.61 57,508.39- 3,532.50 26,467.50- 10,689.76 72,586.24- 0.00 0.00 0.00 1,500.00- 0.00 0.00 0.00 195,000.00- 0.00 172,021.00- 233.50 6,561.50- 3,511.73 310.27- 0.00 260,557.00- 0.00 12,159.00- 0.00 125,200.00- 2,550.00 21,737.00- 0.00 12,051.00- 0.00 10,048.00- 146.53 8,418.47- 8.00 781.00- 0- 0 0 6 0 0 0 12 13 0 0 0 0 0 3 92 0 0 0 10 0 0 2 1 Page: 2 City of Bushnell 11/20/2024 11:23AM OCTOBER 2024 GENERAL FUND REVENUE-EXPENSE REPORT Description (Revenue) MISCELLANEOUS REVENUES INTEREST RENT- COMM BUILDING/BALL FIELDS RENTAL- TOWER SPACE COMMUNITY TRUST FUNDI FEES (ACMS) Prior Yr Rev Anticipated Curr Rev YTD Rev 20.00 467.00 0.00 0.00 3,800.03 52,539.00 11,808.31 11,808.31 650.00 6,300.00 500.00 500.00 0.00 41,200.00 0.00 0.00 489,220.80- 2,454,049.00 632,869.16- 632,869.16- 3,086,918.16- 425,262.94- 5,736,077.00 570,759.24- 570,759.24- 6,306,836.24- Excess/Deficit %F Real 467.00- 40,730.69- 5,800.00- 41,200.00- 0 22 8 0 26- 9- GENERAL FUND Revenue Totals Description Expenditure) 1100LEGISLATIVE 1300ADMINISTRATIVE 1400LEGALCOUNCIL 2100 POLICE 2400 CODE COMPLIANCE 4100 STREET 7100LIBRARY 7200 PARKS & RECREATION 7400 SPECIAL EVENTS 8200 REDEMPTION OF LONG TERM DEBT Prior' Yr Expd Budgeted 3,336.94 37,755.00 74,377.07 1,199,250.00 2,129.38 26,371.00 54,315.76 547,589.00 50,164.24 385,725.00 40,396.02 496,753.00 172.41 6,150.00 33,818.67 1,421,020.00 48,767.19 96,730.00 110,836.62 221,349.00 418,314.30 4,438,692.00 Current Expd YTD Expended Unexpended % Expd 3,172.96 76,695.94 2,197.52 45,616.84 26,840.30 51,976.77 206.89 34,877.60 17,226.34 110,757.63 369,568.79 YTD 570,759.24- 369,568.79 940,328.03- 3,172.96 76,695.94 1,122,554.06 2,197.52 45,616.84 26,840.30 51,976.77 206.89 34,877.60 1,386,142.40 17,226.34 110,757.63 369,568.79 4,069,123.21 34,582.04 24,173.48 501,972.16 358,884.70 444,776.23 5,943.11 79,503.66 110,591.37 8 6 8 8 7 10 3 2 18 50 8 GENERAL FUND Expenditure Totals 001 GENERAL FUND Prior Revenues: Expenditures: Net Income: Current 425,262.94- 418,314.30 843,577.24- 570,759.24- 369,568.79 940,328.03- Page: 1 City of Bushnell 11/20/2024 11:25AM OCTOBER 2024 CEMETERY FUNDI REVENUE-EXPENSE REPORT Revenue. Account Range: 131-360-00001 to 131-389-1000 ExpendAccount. Range: 13-3900.000-000010 131-3900-539-6400 Include Non-Anticipated: Yes Include Non-Buaget: No Year To Date As Of: 10/31/24 Current Period: 10/01/24 to 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTDI Rev 2,520.55 2,520.55 2,000.00 2,000.00 0.00 0.00 0.00 0.00 4,520.55 4,520.55 Print Zero YTDActivity: No Description (Revenue) INTEREST SALE OF CEMETERYLOTS CONTRIBUTIONS CASHCARRIED FORTH Prior Yr Rev Anticipated 1.32 19,500.00 500.00 6,000.00 0.00 7,291.00 0.00 7,622.00 501.32 40,413.00 Excess/Deficit % Real 16,979.45- 4,000.00- 7,291.00- 7,622.00- 35,892.45- 13 33 0 0 11 CEMETERY FUND Revenue Totals Description Expenditure) CEMETERIES: CONTRACTUAL SERVICES POSTAGE AND FREIGHT UTILITY SERVICES REPAIR & MAINTENANCE OTHER CURRENT CHARGES OPERATING SUPPLIES REPURCHASE OF LOTS Prior Yr Expd Budgeted 0.00 0.00 1,907.50 32,388.00 0.00 315.00 223.13 3,000.00 55.00 2,000.00 0.00 210.00 0.00 2,350.00 0.00 150.00 2,185.63 40,413.00 Current 501.32 2,185.63 1,684.31- Current Expd YTD Expended Unexpended %Expd 0.00 1,747.05 0.00 252.02 150.00 0.00 15.00 0.00 2,164.07 YTD 4,520.55 2,164.07 2,356.48 0.00 1,747.05 0.00 252.02 150.00 0.00 15.00 0.00 2,164.07 0.00 30,640.95 315.00 2,747.98 1,850.00 210.00 2,335.00 150.00 38,248.93 0 5 0 8 8 0 1 0 5 CEMETERY FUND Expenditure Totals 131 CEMETERY FUND Prior Revenues: Expenditures: Net Income: 4,520.55 2,164.07 2,356.48 Page: 1 City of Bushnell 11/20/2024 11:26AM OCTOBER 2024 ELECTRIC FUND REVENUE-EXPENSE REPORT Revenue. Account Range: 410-314-1200 to 410-389-7000 Expend Account Range: 410-4120-000-0000104 410-4120-582-7320 Include Non-Anticipated: Yes Include Non-Budget: No Year To Date As Of: 10/31/24 Current Period: 10/01/2410 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTD Rev 1,101.28 1,101.28 0.00 0.00 0.00 0.00 0.00 0.00 80,980.32 80,980.32 1,074,937.68- 11,288.49 11,288.49 91,661.57 91,661.57 1,239,035.43- 13,236.16 13,236.16 138,737.68 138,737.68 1,994,362.32- 26,343.89 26,343.89 46.32- 46.32- 36,724.79 36,724.79 3,229.98 3,229.98 198.60 198.60 3.33 3.33 80.00 80.00 0.00 0.00 0.00 0.00 4,644.38 4,644.38 2,063.17 2,063.17 410,247.32 410,247.32 6,526,421.68- Print Zero YTD Activity: No Description ( Revenue) CITY SURCHARGE FEMAI PROCEEDS HURRICANE IDALIA SAFETY GRANT PROCEEDS INSURANCE PROCEEDS RESIDENTIAL ELECTRIC SALES P.C.A. RESIDENTIAL ELECT. SALES COMMERCIAL NON-DEMAND SALES P.C.A. COMM. NON-DEMAND SALES COMMERCIAL KWH DEMAND SALES P.C.A. COMMERCIAL KWH DEMAND SALES HIGHI LOAD CREDIT FACTOR COMMERCIAL KW REVENUE PRIVATE, AREALIGHTS PENALITIES. AND RECONNECTS MISCELLANEOUS REVENUES MISCELLANEOUS- -NSF FEE MISC. REV.( (POLE RENTAL) INSTALLATION FEE NTEREST INTEREST SBA Prior Yr Rev Anticipated 1,231.03 18,061.00 2,286.23- 0.00 0.00 1,500.00 1,851.44- 0.00 69,618.39 1,155,918.00 27,331.44 319,152.00 78,869.01 1,330,697.00 32,466.03 389,154.00 120,085.04 2,133,100.00 65,137.77 823,487.00 0.00 0.00 34,102.50 618,569.00 3,175.38 54,891.00 1,718.75 26,866.00 30.00 360.00 0.00 300.00 0.00 17,279.00 300.00 1,000.00 1,553.11 20,544.00 2,171.80 25,791.00 433,652.58 6,936,669.00 Excess/Deficit % Real 16,959.72- 0.00 1,500.00- 0.00 307,863.51- 375,917.84- 797,143.11- 46.32- 581,844.21- 51,661.02- 26,667.40- 356.67- 220.00- 17,279.00- 1,000.00- 15,899.62- 23,727.83- 6 0 0 0 7 4 7 3 6 3 0 6 6 1 1 27 0 0 23 8 5 ELECTRIC UTILITY FUND Revenue Totals Description (Expenditure) Prior Yr Expd Budgeted Current Expd YTDI Expended Unexpended %Expd Page: 2 City of Bushnell 11/20/2024 11:26AM OCTOBER 2024 ELECTRIC FUND REVENUE-EXPENSE REPORT Description (Expenditure) ELECTRIC: EXECUTIVE SALARIES REGULAR: SALARIES ON CALL SALARIES OTHER SALARIES, OT, HOLIDAY SPECIFIED COMPENSATION FICATAXES MEDICARE TAXES FRS RETIREMENT CONTRIBUTION REGULAR EMPLOYEE PENSION PLAN REPP DEFERRED COMP-CITY SHARE REGULARI EMPLOYEE DEFINED CONTRIBUTI GROUP INSURANCE GROUP INSURANCE (DEPENDENT) GROUP INSURANCE (RETIREES) GROUP INSURANCE HRA WORKMEN'S COMPENSATION INSURANCE PROFESSIONAL SERVICES ACCOUNTING &A AUDITING CONTRACTUAL SERVICES ITS SUPPORT CONTRACTS TRAVEL PERI DIEM COMMUNICATION: SERVICES POSTAGE. AND FREIGHT UTILITY SERVICES RENTALS GENERAL INSURANCE Prior Yr Expd Budgeted 0.00 0.00 5,376.45 96,174.00 29,516.98 532,712.00 0.00 13,803.00 6,261.29 13,920.00 0.00 6,000.00 3,189.78 41,082.00 767.27 9,608.00 915.58 14,472.00 3,229.97 103,085.00 75.89 1,209.00 2,404.91 12,062.00 5,926.61 87,952.00 1,199.39 32,214.00 498.47 6,413.00 36.63 18,000.00 1,296.51 5,720.00 0.00 10,000.00 5,906.25 30,825.00 3,977.45 235,000.00 11,801.29 42,829.00 0.00 5,500.00 433.68 6,500.00 1,997.50 11,000.00 537.43 10,000.00 0.00 5,000.00 7,137.98 34,368.00 Current Expd YTD Expended Unexpended %Expd 0.00 5,068.18 27,263.53 1,304.26 20,848.65 0.00 4,664.46 1,090.89 1,606.47 0.00 70.77 304.53 7,583.61 1,792.32 542.69 61.40 1,568.33 0.00 6,581.25 454.11 10,741.18 0.00 491.77 917.00 733.30 872.90 7,669.58 0.00 5,068.18 27,263.53 1,304.26 20,848.65 0.00 4,664.46 1,090.89 1,606.47 0.00 70.77 304.53 7,583.61 1,792.32 542.69 61.40 1,568.33 0.00 6,581.25 454.11 10,741.18 0.00 491.77 917.00 733.30 872.90 7,669.58 0.00 91,105.82 505,448.47 12,498.74 6,928.65- 150 6,000.00 36,417.54 8,517.11 12,865.53 103,085.00 1,138.23 11,757.47 80,368.39 30,421.68 5,870.31 17,938.60 4,151.67 10,000.00 24,243.75 234,545.89 32,087.82 5,500.00 6,008.23 10,083.00 9,266.70 4,127.10 26,698.42 0 5 5 9 0 11 11 11 0 6 3 9 6 8 0 27 0 21 0 25 0 8 8 7 17 22 Page: 3 City of Bushnell 11/20/2024 11:26AM OCTOBER 2024 ELECTRIC FUND REVENUE-EXPENSE REPORT Description Expenditure) REPAIR & MAINTENANCE HURRICANE MILTON EXPENSES OTHER CURRENT CHARGES OFFICE SUPPLIES OPERATING SUPPLIES ITC OPERATING SUPPLIES OPERATING SUPPLIES-FUEL SMALL TOOLS AND EQUIPMENT SAFETY EQUIPMENT TLICENSES BOOKS, PUB, SUBS, & MEMBERSHIPS TRAINING DEMAND & ENERGY CHARGE BAD DEBT EXPENSE INTEREST (SECO PERMANENT FINANCING) FMPAPOOLEDLOANI FEES Prior Yr Expd Budgeted 5,652.66 78,000.00 0.00 0.00 1,715.66 18,000.00 0.00 500.00 3,883.42 30,000.00 0.00 5,400.00 1,349.06 16,000.00 109.99- 10,000.00 1,083.71 7,000.00 217.13 17,044.00 9,387.00 10,000.00 721.35 15,000.00 0.00 4,500,000.00 0.00 0.00 0.00 158,146.00 0.00 6,100.00 116,387.31 6,256,638.00 Current Expd YTD Expended Unexpended %Expd 884.15 67,710.97 2,894.02 0.00 1,550.14 0.00 1,372.24 1,749.50 0.00 0.00 9,387.00 721.40 0.00 59.92- 0.00 0.00 188,440.68 YTD 410,247.32 188,440.68 221,806.64 884.15 77,115.85 67,710.97 67,710.97- 2,894.02 15,105.98 0.00 500.00 1,550.14 28,449.86 0.00 5,400.00 1,372.24 14,627.76 1,749.50 8,250.50 0.00 7,000.00 0.00 17,044.00 9,387.00 613.00 721.40 14,278.60 0.00 4,500,000.00 59.92- 59.92 0.00 158,146.00 0.00 6,100.00 188,440.68 6,068,197.32 1 0 16 0 5 0 9 18 0 0 94 5 0 0 0 0 3 ELECTRIC UTILITY FUND Expenditure Total 410 ELECTRIC UTILITYFUND Prior Current 433,652.58 116,387.31 317,265.27 Revenues: Expenditures: Net Income: 410,247.32 188,440.68 221,806.64 Grand' Totals Prior Revenues: Current 433,652.58 YTD 410,247.32 410,247.32 Page: 1 City of Bushnell 11/20/2024 11:27AM OCTOBER 2024 WATER FUNDI REVENUE-EXPENSE REPORT Revenue. Account Range: 420-314-1200 to 420-389-7000 Expend Account Range: 420-4220-000-000010: 420-4220-582-7208 Include Non-Anticipated: Yes Include Non-Budget: No Year To Date As Of: 10/31/24 Current Period: 10/01/24to 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTDI Rev 1,729.55 1,729.55 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 26,740.21 26,740.21 59,475.91 59,475.91 0.00 0.00 30.46 30.46 49.25- 49.25- 2,010.00 2,010.00 16,875.00 16,875.00 147.74 147.74 0.00 0.00 2,816.67 2,816.67 109,776.29 109,776.29 1,863,564.71- Print Zero YTDActivity: No Description (Revenue) CITYUTILITIES SURCHARGE FEMAI PROCEEDS HURRICANE IDALIA SAFETY GRANT PROCEEDS FDEP SRF DESIGN GRANT/LOAN CONTRIBUTION IN/ AID OF CONSTRUCTION RESIDENTIAL WATER SALES COMMERCIAL WATER SALES BACKFLOW PREVENTOR CHARGE PENALTIES & RECONNECTION FEES WATER CONNECTION FEES OTHER WATER REVENUES CAPACITY RESERVATION CHARGE MISCELLANEOUS REVENUES MSCELLANEOUS-NSF INTEREST Prior Yr Rev Anticipated 1,114.47 25,564.00 1,986.75- 0.00 0.00 100.00 0.00 655,400.00 1,925.50 0.00 19,744.93 416,359.00 35,150.30 828,815.00 0.00 2,370.00 232.24 7,390.00 1,261.16 7,154.00 2,240.00 15,928.00 12,937.50- 0.00 4,997.54 0.00 0.00 20.00 1,159.55 14,241.00 52,901.44 1,973,341.00 Excess/Deficit % Real 23,834.45- 0.00 100.00- 655,400.00- 0.00 389,618.79- 769,339.09- 2,370.00- 7,359.54- 7,203.25- 13,918.00- 16,875.00 147.74 20.00- 11,424.33- 7 0 0 0 0 6 7 0 0 1- 13 0 0 0 20 5 WATER UTILITY FUND Revenue Totals Description (E Expenditure) WATER UTILITY: REGULAR SALARIES ON CALL SALARIES OTHER SALARIES, OT. HOLIDAY FICATAXES Prior Yr Expd Budgeted 0.00 0.00 19,937.36 285,785.00 0.00 5,423.00 4,205.83 8,305.00 1,490.52 18,570.00 Current Expd YTD Expended Unexpended %Expd 0.00 14,817.85 1,171.97 8,969.03 1,542.04 0.00 14,817.85 1,171.97 8,969.03 1,542.04 0.00 270,967.15 4,251.03 664.03- 17,027.96 0 5 22 108 8 Page:2 City of Bushnell 11/20/2024 11:28AM OCTOBER 2024 WATER FUND REVENUE-EXPENSE REPORT Description Expenditure) MEDICARE TAXES RETIREMENT CONTRIBUTION-FRS REGULAR EMPLOYEE PENSION PLAN REPP DEFERRED COMP-CITY SHARE REGULAR EMPLOYEE DEFINED CONTRIBUTI GROUP INSURANCE GROUP INSURANCE (DEPENDENT) GROUP INSURANCE (RETIREE) GROUP INSURANCE HRA WORKMEN'S COMPENSATION: INSURANCE PROFESSIONAL SERVI FDEP SRF PLANNING ACCOUNTING &/ AUDITING CONTRACTUAL SERVICES ITS SUPPORT CONTRACTS TRAVEL PER DIEM COMMUNICATION SERVICES POSTAGE. AND FREIGHT UTILITY SERVICES RENTALS GENERAL INSURANCE REPAIR & MAINTENANCE HURRICANE MILTON EXPENSES OTHER CURRENT CHARGES OTHER CURRENT CHARGES-PYREFUND OFFICE SUPPLIES OPERATING SUPPLIES ITOPERATING SUPPLIES Prior Yr Expd Budgeted 361.93 4,343.00 0.00 0.00 737.68 30,926.00 137.42 900.00 6,172.48 29,103.00 5,323.82 63,327.00 1,022.79 12,430.00 153.90 2,068.00 13.54 10,000.00 370.43 5,886.00 0.00 655,400.00 918.75 4,795.00 547.94- 90,572.00 1,311.25 5,099.00 0.00 1,800.00 441:53 8,000.00 250.00 6,500.00 3,174.82 55,000.00 0.00 1,000.00 2,318.36 9,703.00 3,834.15 50,000.00 0.00 0.00 1,280.91 12,413.00 0.00 0.00 0.00 500.00 1,491.63 40,000.00 0.00 2,400.00 Current Expd YTD Expended Unexpended %Expd 360.63 579.70 0.00 61.40 35.53- 5,140.76 1,150.28 171.58 40.94 993.27 0.00 1,023.75 1,522.11 1,193.46 0.00 775.81 206.00 3,382.33 0.00 5,137.17 368.56 108.44 2,093.89 7,875.00 0.00 679.55 0.00 360.63 579.70 0.00 61.40 35.53- 5,140.76 1,150.28 171.58 40.94 993.27 0.00 1,023.75 1,522.11 1,193.46 0.00 775.81 206.00 3,382.33 0.00 5,137.17 368.56 108.44 2,093.89 7,875.00 0.00 679.55 0.00 3,982.37 579.70- 30,926.00 838.60 29,138.53 58,186.24 11,279.72 1,896.42 9,959.06 4,892.73 655,400.00 3,771.25 89,049.89 3,905.54 1,800.00 7,224.19 6,294.00 51,617.67 1,000.00 4,565.83 49,631.44 108.44- 10,319.11 7,875.00- 500.00 39,320.45 2,400.00 8 0 0 7 0- 8 9 8 0 17 0 21 2 23 0 10 3 6 0 53 1 0 17 0 0 2 0 Page: 3 City of Bushnell 11/20/2024 11:28AM OCTOBER 2024 WATER FUND REVENUE-EAPENSE REPORT Description ( Expenditure) OPERATING SUPPLIES-F FUEL SMALL TOOLS AND EQUIPMENT SAFETY EQUIPMENT OPERATING SUPPLIES- -WATER TREAT TLICENSES BOOKS, PUB, SUBS, & MEMBERSHIPS EDUCATION BAD DEBT EXPENSE SRF SR48 UTILITY RELOCATION INTEREST DWSRF ELEVTW/COMPANION 600400/600401 2017 WATER & SEWER BOND INTEREST SRF DW600430 INTEREST- FACI MASTER PLA Prior Yr Expd Budgeted 987.22 13,000.00 398.36 9,550.00 0.00 750.00 4,038.80 60,000.00 24.13 1,894.00 0.00 2,000.00 325.00 11,200.00 0.00 0.00 1,773.23 3,233.00 0.00 684.00 10,254.30 19,152.00 0.00 1,347.00 72,202.20 1,543,058.00 Current Expd YTD Expended Unexpended %Expd 1,512.94 70.98 0.00 5,941.33 0.00 0.00 0.00 15.16- 1,647.91 0.00 9,715.65 0.00 78,203.64 YTD 109,776.29 78,203.64 31,572.65 1,512.94 70.98 0.00 5,941.33 0.00 0.00 0.00 15.16- 1,647.91 0.00 9,715.65 0.00 78,203.64 1,464,854.36 11,487.06 9,479.02 750.00 54,058.67 1,894.00 2,000.00 11,200.00 15.16 1,585.09 684.00 9,436.35 1,347.00 12 1 0 10 0 0 0 0 51 0 51 0 5 WATER UTILITY FUND Expenditure Totals 420 WATER UTILITY FUND Prior Current 52,901.44 72,202.20 19,300.76- Revenues: Expenditures: Net Income: 109,776.29 78,203.64 31,572.65 Grand Totals Prior Revenues: Expenditures: Net Income: Current 52,901.44 72,202.20 19,300.76- YTD 109,776.29 78,203.64 31,572.65 109,776.29 78,203.64 31,572.65 Page: 1 City of Bushnell 11/20/2024 11:29AM OCTOBER 2024 WASTEWATER FUND REVENUE-EXPENSE REPOR Revenue. Account Range: 425-314-1200 to 425-389-7000 Expend Account Range: 425-4250-000-00001 to 425-4250-582-7208 Include Non-Anticipated: Yes Include Non-Buaget: No Year To Date. As Of: 10/31/24 Current Period: 10/01/24 to 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTD Rev 2,359.71 2,359.71 0.00 0.00 0.00 0.00 0.00 0.00 2.29- 2.29- 42,000.00 42,000.00 0.00 0.00 23,343.15 23,343.15 54,843.31 54,843.31 1,034,851.69- 14,181.58 14,181.58 6,247.59 6,247.59 930.00 930.00 1,887.50 1,887.50 145,790.55 145,790.55 1,678,429.45- Print Zero YTDActivity: No Description ( Revenue) CITY SURCHARGE FEMAI PROCEEDS HURRICANE IDALIA SAFETY GRANT PROCEEDS SPECIALAPPROPRIATIONS PENALITIES. ANDI RECONNECTS CAPACITY RESERVATION CHARGE LEACHATE DISPOSAL FEES RESIDENTIAL SALES COMMERCIAL SALES WHOLESALES SALES EXCESS BOD-TSS EONE MONTHLY FEE EONE PUMP REPLACEMENT REVENUE Prior Yr Rev Anticipated 1,826.88 35,621.00 257.77- 0.00 0.00 799.00 247,307.00- 0.00 189.64 7,288.00 10,500.00- 0.00 2,583.35 0.00 16,401.69 339,005.00 46,200.92 1,089,695.00 6,340.03 165,765.00 0.00 169,007.00 542.00 17,040.00 0.00 0.00 183,980.26- 1,824,220.00 Excess/Deficit % Real 33,261.29- 0.00 799.00- 0.00 7,290.29- 42,000.00 0.00 315,661.85- 151,583.42- 162,759.41- 16,110.00- 1,887.50 7 0 0 0 0- 0 0 7 5 9 4 5 0 7 WASTEWATER UTILITY FUND Revenue Totals Description (Expenditure) WASTEWATER UTILITY: REGULAR: SALARIES ON CALL SALARIES OTHER SALARIES, OT, HOLIDAY FICATAXES MEDICARE TAXES FRS-WASTEWATER Prior Yr Expd Budgeted 0.00 0.00 5,848.52 97,525.00 0.00 15,894.00 1,570.90 20,313.00 662.11 8,291.00 154.85 1,939.00 0.00 7,000.00 Current Expd YTD Expended Unexpended % Expd 0.00 5,313.84 230.42 4,065.72 940.18 219.88 0.00 0.00 5,313.84 230.42 4,065.72 940.18 219.88 0.00 0.00 92,211.16 15,663.58 16,247.28 7,350.82 1,719.12 7,000.00 0 5 1 20 11 11 0 Page: 2 City of Bushnell 11/20/2024 11:29AM OCTOBER. 2024 WASTEWATER FUND REVENUE-EXPENSE REPOR Description Expenditure) REGULAR EMPLOYEE PENSION PLAN REPP DEFERRED COMP CITY SHARE REGULARI EMPLOYEE DEFINED CONTRIBUTI GROUP INSURANCE GROUP INSURANCE (DEPENDENT) GROUP INSURANCE HRA WORKMEN'S COMP INSURANCE PROFESSIONAL SERVICES ACCOUNTING ANDAUDITING CONTRACTUAL SERVICES TS SUPPORT CONTRACTS TRAVEL COMMUNICATION: SERVICES POSTAGE. AND FREIGHT UTILITY SERVICES RENTALS GENERAL INSURANCE REPAIR & MAINTENANCE HURRICANE MILTON EXPENSES OTHER CURRENT CHARGES OTHER CURRENT CHARGES-PYREFUND OFFICE SUPPLIES OPERATING SUPPLIES TOPERATING SUPPLIES CHEMICALS TREATMENT SMALLTOOLS SAFETY EQUIPMENT Prior Yr Expd Budgeted 327.46 10,308.00 5.00 160.00 1,390.46 6,321.00 1,419.80 18,988.00 599.70 7,949.00 14.75 7,000.00 555.65 3,794.00 920.00 2,500.00 918.75 4,795.00 13,527.01 150,000.00 1,311.25 5,099.00 0.00 2,000.00 530.18 9,000.00 0.00 2,000.00 10,888.29 170,000.00 0.00 5,000.00 3,338.08 14,715.00 7,591.00 190,000.00 0.00 0.00 0.00 2,835.00 0.00 0.00 0.00 500.00 7,205.09 30,575.00 0.00 600.00 6,373.70 70,000.00 3,493.45 7,000.00 0.00 1,000.00 Current Expd YTD Expended Unexpended %Expd 0.00 2.00 88.72 1,565.59 662.47 13.65 575.05 0.00 1,023.75 12,482.34 1,193.46 0.00 721.08 0.00 10,766.35 2,095.00 3,091.95 7,204.80 86,451.92 351.42 21,000.00 0.00 3,335.45 0.00 3,658.00 482.94 0.00 0.00 2.00 88.72 1,565.59 662.47 13.65 575.05 0.00 1,023.75 12,482.34 1,193.46 0.00 721.08 0.00 10,766.35 2,095.00 3,091.95 7,204.80 86,451.92 351.42 21,000.00 0.00 3,335.45 0.00 3,658.00 482.94 0.00 10,308.00 158.00 6,232.28 17,422.41 7,286.53 6,986.35 3,218.95 2,500.00 3,771.25 137,517.66 3,905.54 2,000.00 8,278.92 2,000.00 159,233.65 2,905.00 11,623.05 182,795.20 86,451.92- 2,483.58 21,000.00- 500.00 27,239.55 600.00 66,342.00 6,517.06 1,000.00 0 1 1 8 8 0 15 0 21 8 23 0 8 0 6 42 21 4 0 12 0 0 11 0 5 7 0 Page: 3 City of Bushnell 11/20/2024 11:29AM OCTOBER 2024 WASTEWATER FUND REVENUE-EXPENSE REPOR Description (Expenditure) TL LICENSES OPERATING SUPPLIES-FUEL BOOKS, PUBS, SUBS, & MEMBERSHIPS EDUCATION 2017 WATER & SEWER BOND INTEREST INTEREST SRF 676060 WEBSTER SRF WW600450 SERVICE FEE EXPENSE Prior Yr Expd Budgeted 24.13 1,894.00 773.04 12,000.00 0.00 2,000.00 100.00 0.00 26,368.20 49,248.00 0.00 4,694.00 0.00 21,000.00 95,911.37 963,937.00 Current 183,980.26- 95,911.37 279,891.63- Current Expd YTD Expended Unexpended %Expd 0.00 4,018.27 0.00 0.00 24,983.10 0.00 0.00 196,537.35 YTD 145,790.55 196,537.35 50,746.80- 0.00 4,018.27 0.00 0.00 24,983.10 0.00 0.00 196,537.35 1,894.00 7,981.73 2,000.00 0.00 24,264.90 4,694.00 21,000.00 767,399.65 0 33 0 0 51 0 0 20 WASTEWATER UTILITY FUND Expenditure To 425WASTEWATERUTILITYFUND Prior Revenues: Expenditures: Net Income: 145,790.55 196,537.35 50,746.80- Grand" Totals Prior Revenues: Expenditures: Net Income: Current 183,980.26- 95,911.37 279,891.63- YTD 145,790.55 196,537.35 50,746.80- 145,790.55 196,537.35 50,746.80- Page: 1 City of Bushnell 11/20/2024 11:30AM OCTOBER 2024 SANITATION FUNDI REVENUE-EXPENSE REPOR Revenue Account Range: 430-314-1200 to 430-389-1000 ExpendAccount Range: 4303400-000-0000 to 430-3400-582-7204 Include Non-Anticipated: Yes Include Non-Buaget: No Year To Date As Of: 10/31/24 Current Period: 10/01/24t0 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTD Rev 1,192.50 1,192.50 0.00 0.00 0.00 0.00 7.77- 7.77- 0.00 0.00 19,786.13 19,786.13 25,312.46 25,312.46 81.33 81.33 0.00 0.00 20.00- 20.00- 1,134.71 1,134.71 47,479.36 47,479.36 Print Zero YTDActivity: No Description (Revenue) CITY SURCHARGE FEMAF PROCEEDS HURRICANE IDALIA SAFETY GRANT PROCEEDS PENALTIES. AND RECONNECTS MSCELANEOIS-MOWNGI FEES RESIDENTIAL GARBAGE COMMERCIAL GARBAGE EXTRAORDINARY GARBAGE MISCELLANEOUS REVENUES MISCELLANEOUS-NS INTEREST Prior Yr Rev Anticipated 1,099.75 20,500.00 850.61- 0.00 0.00 500.00 259.85 5,500.00 0.00 200.00 18,255.22 354,627.00 24,365.34 445,220.00 1,426.61 28,000.00 50.00 3,500.00 20.00 60.00 442.92 5,573.00 45,069.08 863,680.00 Excess/Deficit % Real 19,307.50- 0.00 500.00- 5,507.77- 200.00- 334,840.87- 419,907.54- 27,918.67- 3,500.00- 80.00- 4,438.29- 816,200.64- 6 0 0 0- 0 6 6 0 0 33- 20 5 SANITATION FUND Revenue Totals Descnption ( Expenditure) SANITATION: EXECUTIVE SALARIES REGULAR SALARIES ON CALL SALARIES OTHER SALARIES, OT, HOLIDAY FICATAXES MEDICARE TAXES RETIREMENT CONTRIBUTION- FRS REGULAR EMPLOYEE PENSION PLAN REPP Prior Yr Expd Budgeted 0.00 0.00 1,734.99 31,036.00 8,309.55 186,453.00 0.00 0.00 3,595.37 8,000.00 844.01 13,980.00 197.39 3,270.00 0.00 2,260.00 892.41 25,771.00 Current Expd YTD Expended Unexpended % Expd 0.00 3,098.16 9,903.85 1,444.33- 6,536.34 1,235.09 288.86 525.51 0.00 0.00 3,098.16 9,903.85 1,444.33- 6,536.34 1,235.09 288.86 525.51 0.00 0.00 27,937.84 176,549.15 1,444.33 1,463.66 12,744.91 2,981.14 1,734.49 25,771.00 0 10 5 0 82 9 9 23 0 Page: 2 City of Bushnell 11/20/2024 11:30AM OCTOBER 2024 SANITATION FUND REVENUE-EXPENSE REPOR Description (Expenditure) DEFERRED COMP-CITY SHARE REGULAR EMPLOYEE DEFINED CONTRIBUTI GROUP INSURANCE GROUP INSURANCE (DEPENDENT) GROUP INSURANCE (RETIREES) GROUP INSURANCE HRA WORKMEN'S COMPENSATION INSURANCE PROFESSIONAL SERVICES ACCOUNTING&AUDITING CONTRACTUAL SERVICES AT SUPPORT CONTRACTS TRAVEL PER DIEM COMMUNICATION SERVICES POSTAGE. AND FREIGHT RENTALS GENERAL INSURANCE REPAIR & MAINTENANCE OTHER CURRENT CHARGES LANDFILL CHARGES OPERATING SUPPLIES IT OPERATING SUPPLIES OPERATING SUPPLIES-FUEL TLICENSES EDUCATION Prior Yr Expd Budgeted 10.80 724.00 1,747.99 7,983.00 1,860.31 31,245.00 799.96 9,746.00 1,726.51 4,020.00 22.13 9,000.00 740.87 8,595.00 0.00 1,875.00 918.75 4,795.00 0.00 250.00 2,622.50 8,973.00 0.00 200.00 40.39 500.00 0.00 350.00 0.00 3,000.00 4,078.85 20,771.00 2,952.37 65,000.00 489.28 4,800.00 12,293.76 164,000.00 639.21 16,000.00 0.00 1,200.00 4,884.81 61,250.00 48.26 3,788.00 0.00 4,000.00 51,450.47 702,835.00 Current Current Expd YTD Expended Unexpended %Expd 15.97 109.36- 2,928.66 766.86 1,786.51 20.47 888.72 0.00 1,023.75 0.00 2,386.92 0.00 70.04 0.00 0.00 4,346.09 7,674.05 707.07 13,074.58 200.00 0.00 5,419.09 0.00 0.00 61,342.90 YTD 15.97 109.36- 2,928.66 766.86 1,786.51 20.47 888.72 0.00 1,023.75 0.00 2,386.92 0.00 70.04 0.00 0.00 4,346.09 7,674.05 707.07 13,074.58 200.00 0.00 5,419.09 0.00 0.00 61,342.90 708.03 8,092.36 28,316.34 8,979.14 2,233.49 8,979.53 7,706.28 1,875.00 3,771.25 250.00 6,586.08 200.00 429.96 350.00 3,000.00 16,424.91 57,325.95 4,092.93 150,925.42 15,800.00 1,200.00 55,830.91 3,788.00 4,000.00 641,492.10 2 1- 9 8 44 0 10 0 21 0 27 0 14 0 0 21 12 15 8 1 0 9 0 0 9 SANITATION FUND Expenditure Totals 430 SANITATION FUND Prior Page: 3 City of Bushnell 11/20/2024 11:30AM OCTOBER 2024 SANITATION FUND REVENUE-EXPENSE REPOR Revenues: Expenditures: Net Income: 45,069.08 51,450.47 6,381.39- 47,479.36 61,342.90 13,863.54- 47,479.36 61,342.90 13,863.54- Grand Totals Prior Revenues: Expenditures: Net Income: Current 45,069.08 51,450.47 6,381.39- YTD 47,479.36 61,342.90 13,863.54- 47,479.36 61,342.90 13,863.54- Page: 1 City of Bushnell 11/20/2024 11:31AM OCTOBER 2024F REPP! FUND REVENUE-EXPENSE REPORT Revenue Account Range: 630-360-0000 to 630-368-0007 ExpendA Account Range: 630-6300-000-0000. to 630-6300-578-5200 Include Non-Anticipated: Yes Include Non-Budget: No Year To Date. As Of: 10/31/24 Current Period: 10/01/24 to 10/31/24 Prior Year: 10/01/23 to 10/31/23 Curr Rev YTD Rev 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Print Zero YTDActivity: No Description ( Revenue) 4NTEREST REALIZED GAIN CONTRIBUTIONS- REG EMP PENSION Prior Yr Rev 8,291.52 0.00 0.00 8,291.52 Anticipated 124,929.00 582,045.00 88,242.00 795,216.00 Excess/Deficit % Real 124,929.00- 582,045.00- 88,242.00- 795,216.00- 0 0 0 0 REGULAR EMPLOYEE PENSION PLANI Reven Description (Expenditure) REPP PENSION: PROFESSIONAL SERVICES UNREALIZED LOSS ON INVESTMENT OTHER CURRENT CHARGES PAYMENTS TO RETIREES Prior Yr Expd Budgeted 0.00 0.00 0.00 9,283.00 133,687.59 0.00 8,611.22 50,789.00 8,430.95 111,869.00 150,729.76 171,941.00 Current 8,291.52 150,729.76 142,438.24- Current Expd YTD Expended unexpended % Expd 0.00 0.00 0.00 0.00 0.00 0.00 YTD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 9,283.00 0.00 50,789.00 111,869.00 171,941.00 0 0 0 0 0 0 REGULAR EMPLOYEE PENSIO ExpenditureT 630 REGULAR EMPLOYEE PENSION PLAN Prior Revenues: Expenditures: Net Income: 0.00 0.00 0.00 Grand Totals Prior Revenues: Expenditures: Current 8,291.52 150,729.76 YTD 0.00 0.00 0.00 0.00 city. of Bushnell OCTOBER 2024 ALL FUNDS REVENUE-EXPENSE REPORT Fund Description 001 GENERALFUND 131 CEMETERY FUND 410 ELECIRICUTUIYFUND 420 WATERUTIUIYFUND 425 WATEWAERUTLIYFUND 430 SANITATIONFUND Prior Revenue Curr Revenue YTDI Revenue Prior Expended Curr Expended YTD Expended Total Available Revenues -425,262.94 -570,759.24 501.32 -570,759.24 418,314.30 369,568.79 369,568.79 940,328.03 2,356.48 221,806.64 31,572.65 -50,746.80 -13,863.54 0.00 -749,202.60 4,520.55 4,520.55 410,247.32 109,776.29 2,185.63 2,164.07 2,164.07 433,652.58 410,247.32 52,901.44 109,776.29 -183,980.26 145,790.55 45,069.08 47,479.36 116,387.31 188,440.68 188,440.68 72,202.20 78,203.64 78,203.64 145,790.55 95,911.37 196,537.35 196,537.35 47,479.36 0.00 147,054.83 51,450.47 61,342.90 150,729.76 0.00 61,342.90 0.00 630 REGULAREMPLOYEE PENSION PLAN 8,291.52 0.00 Final Total -68,827.26 147,054.83 907,181.04 896,257.43 896,257.43 CITIZEN'S FORUM (LIMITEDTO 3 MINUTES PER PERSON) NEW BUSINESS NEW BUSINESS ITEM # 1 FIRST READING OF ORDINANCE 2024-55,AN ORDINANCE OFTHE CITY OF BOSHNELL, FLORIDA, PROVIDING FOR A SMALL-SCALE COMPREHENSIVE PLAN AMENDMENT DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTO1 THE CITY AS RVP, R/V PARK, ONTHE FOTURE LAND USE MAP;AND PROVIDING AN EFFECTIVE DATE. PARCEL: N04-006A OWNER: OLC VENTORES, LLC. ORDINANCE NUMBER 2024-55 Parcel Number: N04-006A AN ORDINANCE OF THE CITY OF BUSHNELL, FLORIDA, PROVIDING FOR A SMALL-SCALE COMPREHENSIVE PLAN AMENDMENT DESIGNATING CERTAIN REAL PROPERTY ANNEXED INTOTHE CITY ASRVP,RVPARK, ON THE FUTURE LAND USE MAP; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Bushnell, Florida, has previously adopted a Comprehensive Plan which incorporated a Future Land Use Map showing the land use classification of all property located within the City limits; and WHEREAS, subsequent to the adoption oft the Comprehensive Plan and Future Land Use Map, the following described real property owned by OLC Ventures, LLC, was annexed into the City: SEE EXHIBIT "A" ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE; and WHEREAS, the City Council of the City of Bushnell has determined that said land, as described in Exhibit "A"s should be designated as RVP, R/V Park, land use category on the Future Land Use Map; and WHEREAS, this amendment to the Comprehensive Plan is pursuant to the provisions for WHEREAS, the Comprehensive Plan's Future Land Use Map should be amended to NOW THEREFORE, BE IT ORDAINED AND ESTABLISHED BY THE CITY small scale amendments set forth in Chapter 163, Florida Statutes; and reflect this change. COUNCIL OF THE CITY OF BUSHNELL, FLORIDA, AS FOLLOWS: designate the following described land as RVP, R/V Park, land use classification: 1. The Future Land Use Map of the Comprehensive Plan is hereby amended to SEE EXHIBIT"A"A"ATTACHED HERETO AND INCORPORATED HEREIN BY REFERENCE 2. This Ordinance shall take effect upon its enactment by the City Council. THE PROPOSED Ordinance was read at the regularly scheduled meeting of the Bushnell City in a newspaper of general circulation in the City of Bushnell, Sumter County, Florida, in Council held on December 2, 2024. Upon motion made by. and seconded by. itwas moved that the ordinance be published Page 1 of3 accordance with the requirements ofFlorida Statutes, and that the ordinance again be presented to the City Council for a second reading and aj public hearing at a regular or special meeting of the City Council, such meeting to be held not sooner than ten (10) days from the date of publication. Upon the matter being submitted to a vote, the results were as follows: Mayor/Counciman Jessie Simmons, Jr. Councilwoman Margaret A. Thies Vice-Mayor/ Councilwoman Karen Davis Councilman Dale Barnes Councilman Dale Swain THE ORDINANCE having been passed on the first reading, it was moved by that the ordinance bej passed and ordained on second reading pursuant to notice of public hearing published on the day of Sumter County Times. This Motion was seconded by being submitted to a vote, the results were as follows: Mayor/Councilman Jessie Simmons, Jr. Councilwoman Margaret A. Thies VceMayorcounciwoman Karen Davis Councilman Dale Barnes Councilman Dale Swain Approved by me this day of_ 2024, in the and upon 2024 HONORABLE JESSIE SIMMONS,JR. Mayor - Councilman ATTEST: Christina Dixon City Clerk Page 2 of3 EXHIBIT "A" ORDINANCE NUMBER 2024-55 Sumter County Property Appraiser Parcel Identification Number: N04-006A SOUTHWEST % OF THE SOUTHWEST %4, LESS THE SOUTH 40 FEET THEREOF, ALL IN SECTION 4, TOWNSHIP 21 SOUTH, RANGE 22 EAST, SUMTER COUNTY, FLORIDA Page 3of3 CITY OF BUSHNELL PETITION FOR LANDUSE REDESIGNATION Please fill out all requested information. Application must be completely filled out and signed prior to processing. Ifthis application is being made by an agent on behalf of the property owner, a notarized statement from the owner authorizing this application must be submitted at the time of application. Name of Petitioner/Phone Number Greg Mixon James E. Wade, III Esq. 352.568.2500 Address of Property NE corner of Walker Ave and CR 311 (N West Street). Bushnell, FL33513 Name of Property Owner OLCVentures, LLC Property Description (please use subdivision, block, lot and parcel number) Current Land Use Designation General Industry Requested Land Use Designation t Recreathon Mohiclefaek Specific Intended Use (indicate (a) type of dwelling, (b) nature of business, (c) type ofi industry or institution, (d)a brief description of the project, operation, etc.)_ Recreational Vehicle Park consistent with approved Develops Agreement Impacts (include all known or anticipated impacts from this development, such as, (a) traffic generation, (b) lighting, noise, odor emission, (c) demand on utilities, (d) hours of operation, etc.) Expansion of current city utilities as needed per Developersagreement Signature of Petitioner Capacity: Owner, Agent, Other Date 9/24 FOR OFFICE USE Date of Hearing 10.804 Number of Notices_ la Number ofNotices Received 9 asOF u/4lat CACity DocumentslForms DataLDR CITY OF BUSHNELL PETITION FOR ZONING MAP AMENDMENT Please fill out all requested information. The petition must be completely filled out and signed prior to processing. Ifthis petition is being made by an agent on behalf oft the property owner, a notarized statement from the owner authorizing this petition must be submitted at thet time of application. Name of Petitioner/Phone Number: Greg Mixon - James E. Wade, III. Esq. 352-568-2500 Name of Property Owner OLC Ventures. LLC Address of Property: NE corer of Walker Ave. and CR 311N West St.). Bushnell. FL Property Description (please use: subdivision, block, lot and parcel number): Parcel #I N04-006A The SW % of the SW Y Less the South 40 ft thereof. Section 4 Township 21 South. Range 22 East, Sumter County, FL Current Zoning: I1 Requested Zoning RVP ALSO Small Scale Comprehensivel Plan amendment to change Future Land Use from G-Industrial to RVPD Specific Intended Use (indicate (a) type of dwelling, (b) nature ofbusiness, (c) type ofindustry or institution, (d)a brief description of the project, operation, etc.) RVPHD RVP M Impacts (include all known or anticipated impacts from this development, such as, (a)traffic generation, (b) lighting, noise, odor emission, (c) demand on utilities, (d) hours of operation, etc) Expansion of current city utilities as needed per DevelopersAgreement - * 1 Signature of Petitioner Wg Capacity: Owner, Agent, Other Oinher affny Date FOR OFFICE USE 9s/z02y Date ofH Hearig/0.804 Number of Notices_ la Number of Notices Received 0 as OF uj4lot CCity DocumentsiForms DatalLDR CuENT DRANING: OLC VENTURES, LLC. PBOIRCT PARADISE OAKB FV RESORT PHASE 4 CONCEPTUAL SEPLAN 1of1 RVPark (RVP). This district is established to implement comprehensive plan policies to provide for the establishment of recreational vehicles, park models, travel trailers, camping trailers, motor homes, tents, and other recreational vehicles in urban environments at a density not to exceed twelve (12) dwelling units per acre. (Section 65.37) Permitted uses. A) Recreational vehicles. B) Park models. C) Travel trailers. D) Motor homes. E) Campgrounds. seat per lot. 2) Other possible uses. F) Accessory uses such as convenience grocery stores, restaurants, laundries, community buildings, offices, swimming pools and recreational facilities shall be permitted subject to thei following conditions: The main community building shall be designed and constructed with as seating capacity adequate to accommodate one A) Uses which, because oft their uniqueness, are not specifically identified as permitted uses may be permitted as conditional uses pursuant to Chapter 65 ofthis Code. 3) Uses expressly prohibited. B) Industrial land uses. C) Conventional single-family dwelling units. D) Two-family (duplex) dwelling units. E) Multi-family dwelling units. F) Any use prohibited by city, state or federal law. 4) General Requirements for RV Parks and Campgrounds. A) The minimum site shall be ten (10) acres. A) Commercial land uses (except convenience grocery stores and restaurants permitted as Accessory uses). B) The developer shall submit Master Park Plans at the time of application, prepared in accordance with the Design Standards subsection later in this section. Final Site Development Plans must be submitted in accordance with the improvement standards (i.e., water, sewer, drainage, etc.) in other chapters ofthis Code. The park shall be entirely enclosed, exclusive of driveways, ati its external boundaries in accordance with the D) No recreational vehicle shall be closer than twenty (20) feet from any non-residential property abutting said E) Streets, areas at the entrances to buildings used by occupants at night, and walkways shall be lighted. G) Sanitary stations for disposal of recreational vehicle and lodging wastes shall be provided at a ratio of one A) The minimum lot areas shall be one thousand five hundred(1,500). square feet; however, the density shall not B) The minimum lot width shall be thirty (30) feet measured along the building setback line. buffer class requirements of Chapter 62. site. F) Restrooms and shower facilities shall be provided. (1)f for every one. hundred( (100) spaces, or fraction thereof. 5) Design standards. exceed twelve (12) units per acre. C) Interior streets shall be designed as follows: D) The maximum building height shall be forty (40) feet. E) Minimum setback requirements: 1. Front yard setback: a. Local roadway: Twenty-five (25) feet. 1. 2. All one way streets shall have a minimum pavement width oft twelve feet (12'). All two way streets shall have a minimum pavement width oftwenty feet (20'). b. Collector roadway: Thirty (30) feet. Arterial roadway: Thirty five (35) feet. d. Interior paveds streets: Five (5) feet from lot line. 2. Side yard setback when adjoining; Another lot: Five (5) feet. Local roadway: Twenty-five (25) feet. Collector roadway: Thirty (30) feet. d. Arterial roadway: Thirty five (35) feet. Interior paved streets: Five (5) feet. 1. Rear yards setback: Five (5) feet. F) The maximum impervious surface ratio (which includes building coverage) shall not exceed seventy-five (75) percent. G) Minimum open space shall be ten percent (10%) oft the gross land area. City of Bushnell Petition for Future Land Use and Zoning Map Amendment GR314 00 RVP. RSFO PARADISBOAKSWAY MFD NO4-006A RVP GRANDALLRD RVP WIPATRIOTWAY SWI4BTHAVE CS R-1 63 R-1 WWALKERAVE O 0S O BO 1 G9 CB eN CM GR542W.GR52W, BO RMF-15 RMF-15 BO O TCFD B BO DO O O GR'318 Petitioner: OLC Ventures, LLC Parcel Number(s): N04-006A Current Zoning: I-1 Requested Zoning: RVP CURRENT FLU: Light Industry Requested FLU: Recreation Vehicle Park NEW BUSINESS ITEM # 2 FIRST READING OF ORDINANCE 2024-56,AN ORDINANCE OFTHE CITY OF BUSHNELL, FLORIDA, DESIGNATING CERTAIN REAL PROPERTYANNEXED INTO THE CITY AS RVP, RV PARK, ZONING DISTRICI;AND PROVIDING. AN EFFECTIVE DATE. PARCEL: N04-006A OWNER: OLC VENTORES, LLC. ORDINANCE NUMBER 2024-56 Parcel Number N04-006A ANORDINANCE OFTHE CITY OF BUSHNELL, FLORIDA,DESIGNATINGCERTAIN REAL PROPERTY ANNEXED INTO THE CITY AS RVP, RV PARK, ZONING DISTRICT; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Bushnell, Florida, has adopted a zoning ordinance assigning WHEREAS, certain property, as described in Exhibit "A" attached hereto and WHEREAS, the City Council of the City of Bushnell, Florida, has determined that the most appropriate zoning classification for the property is a RVP, RV Park, zoning district. NOW THEREFORE, BE IT ORDAINED AND ESTABLISHED BY THE CITY COUNCIL OF THE CITY OF BUSHNELL, FLORIDA, AS FOLLOWS: certain land use classification to all real property located within the City limits; and incorporated herein, has been annexed into the City; and 1. district. 2. The zoning classification of the land described in Exhibit "A" and located within the City limits of the City of Bushnell, Florida, is hereby designated as RVP, RV Park, zoning This Ordinance shall take effect upon its enactment by the City Council. THE PROPOSED Ordinance was read at the regularly scheduled meeting of the Bushnell City in a newspaper of general circulation in the City of Bushnell, Sumter County, Florida, in accordance with the requirements of Florida Statutes, and that the ordinance again be presented to the City Council for a second reading and a public hearing at a regular or special meeting of the City Council, such meeting to be held not sooner than ten (10) days from the date of publication. Council held on December 2, 2024. Upon motion made by. and seconded by it was moved that the ordinance be published Upon the matter being submitted to a vote, the results were as follows: Mayor/Councilman Jessie Simmons, Jr. Councilwoman Margaret A. Thies Vise-MayorCoumcilwommn Karen Davis Councilman Dale Barnes Councilman Dale Swain THE ORDINANCE having been passed on the first reading, it was moved by Pagelof3 that the ordinance be passed and ordained on second reading pursuant to notice of public hearing published on the day of Sumter County Times. This Motion was seconded by being submitted to a vote, the results were as follows: Mayor/Counciman Jessie Simmons, Jr. Councilwoman Margaret A. Thies Vce.ayorcoumcilwom.an Karen Davis Councilman Dale Barnes Councilman Dale Swain Approved by me this day of 2024, in the and upon 2024 HONORABLE JESSIE SIMMONS, JR. Mayor- Councilman ATTEST: Christina Dixon - City Clerk Page 2 of3 EXHIBIT "A" ORDINANCE NUMBER 2024-56 Sumter County Property Appraiser Parcel Identification Number: N04-006A SOUTHWEST % OF THE SOUTHWEST Y4, LESS THE SOUTH 40 FEET THEREOF, ALL IN SECTION 4, TOWNSHIP 21 SOUTH, RANGE 22 EAST, SUMTER COUNTY, FLORIDA Page 30 of3 NEW BUSINESS ITEM # 3 APPROVAL OFTHE SPECIAL EVENTS COORDINAIOR AGREEMENT WITH KELLI BARNES. AGREEMENT FOR SPECIAL EVENT SERVICES THIS AGREEMENT ("Agreement") is entered into this 2nd day of December, 2024, by and between the City ofBushnell, Florida, a Florida municipal corporation (hereinafter rreferred to as the "City"), and Kelli Barnes, an individual with principal business address located at 305 N. Florida St, Bushnell, FL 33513 (hereinafter referred to as "Contractor"). WITNESSETH WHEREAS, City entered into an agreement with Contractor for coordination and planning WHEREAS, the Contractor far exceeded expectations and performance measures WHEREAS, the agreement for coordination and planning ofthe City ofBushnell's: special events for 2023 and 2024 was terminated upon acceptance of all deliverables and services due ofthe 2023 Bushnell Fall Festival; and established by the City for the 2023-2024 special events season; and under the agreement; and, WHEREAS, the City desires to continue toi increase community engagement and stimulate NOWTHEREFORE, in consideration of the mutual terms and conditions, promises, and economic development by hosting more events for the citizens. covenants hereinafter set forth, the City and Contractor agree as follows: RECITALS 1. Agreement. The above recitals are true and correct and are incorporated and made a part ofthis CONTRACTOROBLIGATIONS 2. Contractor's obligations under this Agreement are: (a) Coordinate all aspects of event planning and organization, from concept development to execution, including budgeting, logistics, vendor management, (b) Be available for site surveys and attend City of Bushnell meetings as required. and event promotions for events as requested by the City. (c) Develop overall layout for events. Page 10 of8 (d) Secure professionals, talent, and other staff as necessary in order to execute events. (e) Submit bids as may be necessary. (f) Procure any and all equipment that may be necessary to execute events. (g) Manage any and all ticketing processes. (h) Maintain financial budget for events, and keep the City appraised ofthe budget, including maintaining accurate billing, and providing a weekly update to the City. (i) Seek competitive quotes when procuring goods and services. () Contractor shall submit periodic invoices/check requests for the Services provided to: City of Bushnell ATTN: Accounts Payable 117E. Joel P. Strickland Jr. Ave. Bushnell, FL33513 (k) Identify and engage potential sponsors and partners for events. (I) Ensure all required contracts with vendors, sponsors, and other providers are (m)Develop and implement effective marketing and promotional strategies to increase event attendance and enhance City brand recognition. (n) Craft compelling content and post across the City's various social media (o) Oversee the distribution of press releases to media outlets, secure interviews, (p) Monitor and evaluate event metrics, attendance, feedback, return on (q) Maintain reasonable communication with the City to keep them appraised of (r) Perform any other services that may be required in order to successfully plan, organize, promote and execute events as requested by the City that could be reasonably foreseen, expected, and within the scope of services. completed. channels. and other media promotions for events. investment, and provide reports to the City. the services being provided. Page 2 of8 (s) Obtain liability insurance to cover any risks or loss associated with certain events as deemed necessary at the absolute discretion of the City. Ifthe City deems insurance: necessary for an event, the Contractor shall provide a copy of the policy to the City ten days before the event transpires. CONTRACTOR WARRANTIES 3. Contractor represents and warrants to the City that: (a) Contractor possesses all qualifications, licenses and expertise required for the (b) Contractor is not delinquent in the payment of any sums due the City. (c) All personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained toj perform the tasks assigned performance ofthe Services. to each. CITYSOBLIGATIONS 4. The City'sobligations under this Agreement are: (a) The City understands and agrees to pay the Contractor for services performed according to the Special Event Services Payment Schedule attached hereto and (b) The City and Contractor further agree that the Special Event Services Payment Schedule may be readdressed and amended from time to time, as agreed upon (c) The City and Contractor further agree that if the Services provided by the Contractor do not meet the applicable scope ofs services, the Contractor will not be entitled to receive payment or reimbursement for such nonconforming services, and shall pay the City all fees and costs associated with obtaining (d) The City agrees toj pay or reimburse the Contractor for any costs associated with obtaining liability insurance policies that the Contractor may take-out from time incorporated herein to this Agreement as Exhibit"A." by both parties, in writing. satisfactory services. tot time as necessitated by certain events. TERM OF AGREEMENT 5. The term of this Agreement is for one calendar year and shall commence upon the date this contract is executed by both parties. Page 30 of8 TERMINATION OF AGREEMENT 6. Termination for convenience. The City may terminate this Agreement for convenience by giving Contractor 30 calendar day's written notice. In the event of such termination, Contractor shall be entitled to receive compensation for any Services provided pursuant to this Agreement and to the satisfaction of the City, up through the date oft termination. Under no circumstances shall the Contractor be entitled for payment or compensation for Services not yet rendered. 7. Termination for cause. This Agreement may be terminated by either party upon five calendar day's written notice to the other should such other party fail substantially toj perform in accordance with this Agreement's material terms through no fault of the party initiating the termination. In the event that Contractor abandons this Agreement or causes it to be terminated by the City, Contractor shall indemnify the City against losses pertaining to this termination. In the event that Contract is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience under Section 6 of this Agreement, and the provisions of Section 6 shall apply. return all City equipment to the City. 8. 9. Return of City equipment. Upon termination of this Agreement, Contractor shall Survival. The termination ofthis Agreement under Section 6 or Section 7 shall not relieve either party of any liability that accrued prior to such termination and any such accrued liability shall survive the termination of this Agreement. INDEPENDENT CONTRACTOR 10. Contractor is an independent contractor under this Agreement. Services provided by Contractor shall be provided by employees of Contractor subject to supervision by Contractor, and not as officers, employees or agents of the City. Personnel policies, tax responsibilities, social security, health insurance, employee benefits, travel, per diem policy, and purchasing policies under the. Agreement shall be the sole responsibility ofContractor. Contractor shall have no rights under the City's worker's compensation, employment, insurance benefits or similar laws or benefits. SOVEREIGN IMMUNITY 12. Nothing in this Agreement shall be deemed or treated as a waiver by the City of any immunity to which it is entitled by law, including but not limited to the City's sovereign immunity as set forth in Fla. Stat. $768.28. NOTICE 13. Whenever either party desires to givenotice to the other, it must be given by written notice, sent by certified United States mail, return receipt requested, addressed to the party for whom it is intended, at the place last specified in writing, and the place for giving of notice in Page 4 of8 compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving ofr notice, to-wit: For Contractor: Kelli Barnes 305NFlorida St Bushnell, FL33513 For City: City of Bushnell Michael Eastburn. City Manager 117E.Joe P.Strickland. Jr.Ave. Bushnell, FL 33513 LEGAL PROCEEDINGS 14. If any legal action, including action in appellant proceedings or bankruptcy, is brought by either party forenforcement ofthis Agreement, iti is expressly agreed that the prevailing party shall be entitled to recover from the other reasonable attorney fees and costs incurred. ENTIRE AGREEMENT 15. This Agreement contains the entire agreement of the parties. No other agreement, statement, or promise made by any party or any employee, officer, or agent of any party, which is not contained in this Agreement, shall be binding or valid. LEGALCONSTRUCTON 16. The validity or unenforceability of any provision oft this Agreement shall not affect the validity or unenforceability of any remaining provision. In the event an ambiguity or question of intent or interpretation arises, this Agreement must be construed as if drafted jointly by the parties and no presumption or burden of proof may arise favoring or disfavoring any party by virtue ofthe authorship ofthe provisions ofthis Agreement. GOVERNINGLAW 17. This Agreement shall be governed by and construed in accordance with the laws ofFlorida. VENUE 18. Venue for any action taken to enforce or interpret provisions of this Agreement shall be Sumter County, Florida. COUNTERPARTS 19. This Agreement may be executed by the parties in several counterparts, each of which shall be deemed to be an original. Page 5 of8 TIME 20. Time is of the essence oft this Agreement. AUTHORITY 21. The persons whose signatures appear below acknowledge that they have the full authority to execute this Agreement on behalf oft the parties for whom they are signing. HEADINGS 22. The headings used herein are descriptive only and for the convenience of identifying provisions and are not determinative oft the meaning or effect ofany such provision. WAIVER 23. No delay or failure on the part of any party hereto in exercising any right, power or privilege under this agreement shall impair any such right, power or privilege or be construed as a waiver or acquiescence thereto; nor shall any single or partial exercise of any right, power or privilegep preclude any other or further exercise thereof or the exercise of any other right, power or privilege. No waiver shall be valid against any party, unless made in writing and signed by the party against whom enforcement of such waiver is sought and then only to the extent expressly specified therein. BINDING EFFECT 24. This Agreement shall be binding upon the parties hereto, their heirs, successors, and assigns. ASSIGNMENT 25. This Agreement may not be assigned by the City or the Contractor. In the event of severe illness or other impossibility, Contractor will immediately give notice to the City. MODIFICATIONS, AND ADDITIONS 26. Any modification of this Agreement must be in writing and signed by both Parties. FORCEI MAJEURE 27. Neither the City nor the Contractor shall be liable under this Agreement for delays or failures in performance under this Agreement resulting from acts or events beyond the reasonable control of either party. Acts and events beyond the reasonable control of a party (hereinafter "Force Majeure Event"), shall include, but not be limited to, acts of war, terrorism, acts of God, weather related events, such as severe inclement weather, hurricane, tornado, earthquake, flood, embargo, riot, sabotage, labor dispute, governmental act, failure ofthe internet, power failure, or energy, utility, or elecommunications interruptions, pandemic, community Page 6 of8 disturbance, or other emergency. Prompt notice ofa Force Majeure Event inhibiting or delaying performance shall be given to the other party. the date and year first above written. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed as of CONTRACTOR: Kelli Barnes By: Name: Kelli Barnes CITY: CityofBushnell, Florida By: Name: Jessie Simmons. Jr. Page 7 of8 "Exhibit A" Special Event Services Payment Schedule Event Event 1 Event 2 Event 3 Event 4 Total Base Pay $6,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $14,000.00 % Earned from Sponsorships 10% 10% 10% 10% 10% 10%0 ofs Sponsorships 2025 Bushnell Fall Festival NEW BUSINESS ITEM # 4 REQUEST FORAPPROVALAND UPDATE OFTECHNICAL PECIFICATIONS FOR WATER AND SEWER CONSTRUCTION & TRANSPORTATION DESIGNAND CONSTRUCTION STANDARDS. Technical Specifications for Water and Sewer Construction Prepared by: City of Bushnell City Hall 117 E. Joe P Strickland Jr. Ave Bushnell, FL 33513 October 2023 City of Bushnell Technical: Specifications for Water and Sewer Construction TABLE OF CONTENTS Sectionl-General Construction Information 1.1 General.. 1.2 Measurement and Payment 1.3 Warranty Repairs. 1Page 1of1 1of1 1of1 1of1 9Pages 1of9 2of9 3of9 6of9 6of9 6of9 7of9 7of9 7of9 8of9 9of9 2Pages 1of2 1of2 1of2 1of2 2of2 15Pages 1of15 4of15 9of15 9Pages 1of9 3of9 5of9 1.4 Environmental Management System (EMS) Section 2-E Environmental Controls 2.1 General.. 2.3 Tree Protection. 2.4 Dust Control. 2.5 Noise Control 2.6 Cleanup. 2.7 Temporary Cover 2.8 Manufactured Material.. 2.9Monitoring by Contractor. 2.10 Workwithin. Jurisdictional Wetlands 2.11 Additional Control Measures Section3 3-Testing and Laboratory Services 3.1 Testing Requirements 3.2 Payment for Testing Services. 3.3 Additional Testing 3.4 Testinglaboratory, 3.5 COntracorsReponsibites 2.2 Erosion and Sedimentation Control Measures Section 4-E Excavating, Backfilling, and Compacting for Utilities 4.1 General.. 4.2 Products. 4.3 Execution.. 5.1 General... 5.2 Products. 5.3 Execution.. Section 5-1 Horizontal Directional Drilling REVISION DATE: October 2023 Pageiof5 City of Bushnell Section 6-J Jacking and Boring 6.1 General.. 6.2 Products. 6.3 Execution.. 7.1 General... 7.2 Products. 7.3 Execution.. 8.1 General.. 8.2 Products. 8.3 Execution.. 9.1 General.. 9.2 Products. 9.3 Execution.. 10.1 General.. 10.2 Products. 10.3 Execution. 11.1 General.. Technical: Specifications for Water and Sewer Construction TABLE OF CONTENTS 7Pages .1of6 1of6 4of6 14Pages 1of14 1of14 7of14 16Pages 1of16 .1of16 .11of16 21Pages 1of21 2of21 10of21 11Pages 1of11 3of11 8of11 14Pages 1of14 4of14 6of14 9of14 12of14 13of14 10Pages 1of10 1of10 2of10 Section? 7-Distribution: and Transmission: System Piping Section 8-Distribution and Transmission System Valves and Appurtenances Section 9-Sanitary Sewer Collection System Section 10- -Submersible Pump Stations Section 11-E Electrical and Field Wiring 11.2 Basic Materials and Methods.. 11.3 Service and Distribution. 11.4 Special Systems. 11.5 Start-Up.. Start-Up Checklist (2 Pages). Section 12-As-Built: Survey 12.1 General.. 12.2 Products. 12.3 Execution REVISIONDATE: October 2023 Page 2of5 City of Bushnell Technical: Specifications for Water and Sewer Construction TABLE OF CONTENTS Appendx-Standard Construction Details for Water and Sewer Construction General Utility Details_ 11Pages .G01 .G02 .G03 .G04 .G05 .G06 .G07 .G08 .G09 .G10 G11 12Pages W01 W02 W03 W04 W05 W06 W07 W08 W09 W10 W11 W12 Pipe Trench and Asphalt Patch' Within Public ROW: and All Improved Areas. Pipe Trench' Within Unimproved Areas. Jack and Bore.. Thrust Restraint for Valves. Thrust Restraint for Dead Ends. Thrust Restraint for Horizontal Bends Thrust Restraint for Vertical Bends.. Thrust Restraint for Reducers. Thrust Restraint for Tees. Standard Main Lowering.. Pipe Encasement for Utility Crossing w/ Less Than 12" Vertical Separation. Water Details Typical Valve Box Placement. 5/8-inch and 1-inch' Water Service and Meter Setting. 1.5-inch and 2-inch' Water Service.. Manifolds for 5/8-inch Meters. Fire Line with Metered Services. Fire Hydrant Connection.. Water Service Adjustment (Improved Areas). Water Service Adjustment (Unimproved. Areas) Manual 2" Water Flush Stand.. Optional Manual 2" Water Flush Stand. Reverse Connection at Water Main.. Valve Placed Out of Service. REVISION DATE: October. 2023 Page 3of5 City of Bushnell Technical: Specifications for Water and Sewer Construction TABLE OF CONTENTS Sewer Details 17Pages S01 S02 $03 $04 $05 06 $07 S08 $09 $10 $11 S12 $13 $14 $15 $16 S17 8Pages PS01 PS02 PS03 PS04 PS05 PS06 PS07 PS08 Manhole Frame and Cover Placement. Manhole Frame and Cover Detail. 48-inch Manhole.. 48-inch Saddle Manhole. 48-inch Manhole w/ Top Slab. Manhole Benchw/ Matching Crowns. Manhole Bench w/ Offset Crowns. Drop Manhole.. Placing Sanitary Sewer Manhole Out of Service. 60-inch Manhole w/ Top Slab. 60-inch & 72-inch Manhole. Sanitary Sewer Lateral. Sanitary Sewer Cleanout Sanitary Sewer Lateral Disconnection Within Improved Areas. Adjustment of Existing Sanitary Sewer Lateral. Force Main Air Valve and Vault (Within' Vehicle Travel Lane). Force Main Air Valve and' Vault (Outside Vehicle Travel Lane).. Pump Station Details_ Pump Station Site Plan Layout. Pump Station with Above Ground Valves.. Pump Station Fall Protection. Pump Station Miscellaneous Details Pump Station Mag Meter Details Control Panel Shelter Elevations Control Panel Shelter Details. Pump Station Standard Notes. REVISIONDATE: October 2023 Page 4of5 City of Bushnell Technical Specifications for Waterand Sewer Construction TABLE OF CONTENTS Pump Station Electrical Details 12Pages E01 E02.01 E02.02 E02.03 E02.04 E03.01 E03.02 E03.03 E03.04 E04.01 E04.02 E04.03 E04.04 Electrical Site Plan & Details for Pump Stations.. Electrical - 230V,15HP orLess Pump Station Control Panel Layout. Pump Station Control Panel Layout Pump Station Control Panel Wiring Diagram.. Pump Station Control Panel Interconnect Diagram. Pump Station Control Panel Layout. Pump Station Control Panel Layout. Pump Station Control Panel Wiring Diagram.. Pump Station Control Panel Interconnect Diagram. Electrical- 4 480V,40-100HP Pump Station Control Panel Layout. Pump Station Control Panel Layout. Pump Station Control Panel Wiring Diagram. Pump Station Control Panel Interconnect Diagram. Electrical - 230V, 20-50HP END OF TABLE OF CONTENTS REVISION DATE: October 2023 Page5of5 SECTION1 INFORMATION City of Bushnell Technical: Specifications for Waterand: Sewer Construction GENERAL CONSTRUCTION 1.1 General Refer to the General Provisions of the Contract Documents and General Notes of the approved construction plans. 1.2 Measurement and Payment (N/Afor Development) Measurement and Payment for all work performed under the Contract will bei ina accordance with the City of Bushnell Pay Item Manual for Water and Sewer Construction and the Contract Documents. No payment will be made to the Contractor for additional quantities and/or work performed that is not included in the Bid Form oft the Contract without written approval by the City. 1.3 Warranty Repairs When repairs are required within the two-year warranty period, the Contractor (Developer) must first make all necessary repairs, then patch the damaged asphalt surface in accordance with the jurisdictional agenc/srequirements, and then mill and resurface the FULL ROAD WIDTH with: 1- inch-thick: SP-9.5asphalt toar minimum distance of2 25-feet each direction fromi the pavement cuts, ora as required byt the oadways)unsaictional agency. Once the repairs have been completed, the Contractor shall warranty all repairs and restored work to the same extent as the original warranty, period. 1.4 Environmental The Contractor is required to follow all rules and regulations established by the City of Bushnell, as well as any other pertinent rules and regulations that relate to the project. [THE REMAINDER OF1 THIS PAGE LEFT INTENTIONALLY BLANK] END OF SECTION1 REVISION DATE: October 2023 Sectionl-General Construction Information Page1of1 Technical Specifications for Water and Sewer Construction SECTION2 ENVIRONMENTAL CONTROLS 2.1 General 2.1.1 Contractor's (Developers) Responsibility Itis the Contractor's responsibility to maintain a clean work zone to limit erosion and the release of sediments into stormwater collection systems and the tracking of materials beyond the active Environmental controls shown on the plans, and as directed by the City during construction, are minimum requirements. The Contractor is solely responsible for the prevention, control and abatement of erosion, water pollution, and the transport of eroded materials. Any property damage resulting from the Contractor failing to prevent, control, or abate erosion or water All trees are to be protected unless specifically identified on the plans to be removed. Tree barricades will be installed and maintained around all trees to be protected or as directed by the The Contractor shall ensure that a foreman or supervisor who has been certified under Florida Stormwater, Erosion and Sedimentation Control Inspector training program is available in person or by phone at all times during the construction activities. The Contractor shall designate that person or persons at the pre-construction meeting and that person or persons must attend the The Contractor shall employ a certified arborist to mitigate impacts to trees as a result of construction activities and shall coordinate these tree-related issues with the City'sinspector. The Contractor is required to notify the City prior to and during excavation activities within the Canopy Protection Zone (CPZ) of all trees to ensure proper tree impact mitigation measures are The Contractor shall make every reasonable effort to schedule and conduct the project construction in a manner that will minimize any adverse effects on the adjacent property, oron public or private use of the adjacent property, and on the environment, including fish, wildlife, water quality, air quality, and natural resources of the area. Any such adverse effects that occur work limits. pollution shall repaired at the Contractor'sexpense. Engineer/COB Environmental Inspector. pre-construction meeting. implemented. are the responsibility and liability of the Contractor. REVISIONDATE: October 2023 Section 2-E Environmental Controls Page 1of9 SECTION2 Technical Specifications for Water and Sewer Construction ENVIRONMENTALCONTROLS Safety of the traveling public, as related to the adequacy of the driving surface as a result of standing stormwater runoff, erosion, or sediment accumulation created by the introduction of inlet protection or other control measures, is the responsibility of the Contractor. 2.1.2 Contractor'sliability The Contractor shall be liable for any and all penalties, fines, damages, and restitution payments against the project by City, State, local environmental agencies, and the courts which result from failure to control erosion, water pollution, and stormwater runoff across or from the project site and shall indemnify and defend the City from and against alls such claims. The Contractor shall be liable for citizen's claims of environmental damage and the City shall be held harmless from such claims. 2.1.3 Prevention-Primary Control methods that are to be employed include: The primarymeans ofersoncontolempboyed by the Contractor shall be prevention. Prevention a. Prepare and follow a construction phasing schedule that limits disturbed surfaces to the minimum necessary for proper execution of the immediate construction activities. b. Limit the amount of clearing and grading to only the areas necessary. Limit the number of construction accesses and locations for non-essential activities which result in ancillary disturbances, i.e., parking, material storage, etc. d. Temporarily divert runoff from the areai to be worked and return ita after completion. 2.2 Erosion and Sedimentation Control Measures Erosion and sedimentation controls are required to avoid the release of sediments beyond the work limits. Trench spoils and stockpiled backfill materials must be placed to avoid deposition within the roadside ditches or other stormwater conveyance systems. All materials shall be bounded bys siltfencing or staked! hale balesa as needed. The removald ofc depostecmastena5wtnn More stringent erosion and sediment control measures may be required, during any phase of development, at the discretion of the COB Inspector, or other jurisdictional agency. Erosion and sediment control measures depicted in the plans are typically limited to inlet protection and silt fences. The Contractor is required to provide temporary construction entrances at all staging areas and points of ingress/egress from work limits. Iferosion cannot be prevented, then it must ditches and conveyance systems is the responsibility of the Contractor. be controlled at or near the source using methods that include: REVSIONDATE.OctoDer 2023 Section2- Environmental Controls Page2of9 Technical Specifications for Watera and Sewer Construction SECTION2 ENVIRONMENTALCONTROLS a. Temporarymulch, hydro-mulch with quickg growing grass, sod or other stabilization when unprotected soils will be exposed without working them for several days (particularly Installation of as series of straw bale and/or silt fence barriers from near the top of the d. Storm drain inlet protection, limited toi inlets within the active construction limits and a minimum oft twoi inlets downstream of the active construction limits. installation of permanent grass, sod or other stabilization as soon as possible. during inclement or threatening weather.) b. Temporarygravel. construction entrances. grade to the bottom, instead of only at thel bottom. Surface roughening. The Contractor is referred to FDEP's The Florida Development Manual for guidance in erosion Any disturbed areas that will be left exposed for more than 30 days, and not subject to construction traffic, will immediately receive a temporary seeding. If the season prevents the establishment ofat temporary cover, the disturbed areas willl be mulched with straw or equivalent prevention control. material, at a rate oft two (2) tons per acre, according to State standards. 2.3 Tree Protection No trenching or excavation shall be allowed within the CPZ of protected trees. The Contractor is responsible for the protection of all trees and landscaping within the project limits, as well as trees on adjacent properties that may be damaged by construction and will be solely liable for damage to vegetation on properties adjacent to construction work zones. Any tree-related penalties, imposed by the City or property owner for the trees that are shown to be protected or outsidei the project limits, shall be paid! byt the Contractor. The Contractorisreguired tohave a Certified Arborist on stafffor the project during excavation activities within the Critical Protection Zone (CPZ) of all trees to ensure proper tree impact mitigation techniques are implemented. REVISION DATE: October 2023 ectonz-Envronmenal Controls Page 3 of9 SECTION2 Technical: Specifications for Watera and Sewer Construction ENVIRONMENTAL CONTROLS 2.4 Dust Control If, in the opinion of the City or the Engineer it is necessary to control dust during construction period, the Contractor: shallf furnish andi apply water until thes surfacei is wet. Temporalyvegetative cover shall be established or mulch shall be appliedinaccordancer with State standards forerosion control. 2.5 Noise Control Noise in excess of the "Permissible Noise Exposures" as defined by OSHA: shall not be allowed in any area that may be occupied by the public. The City shall have the right to mitigate situations inv which noise creates a nuisance tot the public. This could include but not be limited to requiring mufflers on internal combustion engines and setting certain hours for activities such as concrete demolition and pile driving. 2.6 Cleanup The Contractor is required to mechanically sweep the active construction limits a minimum of once weekly. All soil washed, dropped, spilled, or tracked outside thel limit of disturbance or onto pubicerightsofwaywi. be removed immediately. Soil or construction debris that is deposited on paved areas subject to traffic shall be removed at the beginning and end of each workday, and prior to and following rainfall events. More frequent schedules may be necessary to prevent runoff pollution and provide traffic safety. The Contractor shall determine the schedule for cleaning paved areas closed to all traffic (including local traffic); however, cleaning shall be Ifthe Contractor fails to adequately removes soil or debris on paved areas as noted' above, the City, at its discretion, may issue a "Stop Work Order" until sufficient soil or debris removal is scheduled or erosion control devices provided to prevent water pollution. accomplished.. REVISION DATE: October 2023 Section2-tmwaronmenta Controls Page 4of9 Technicals Specifications for Watera and Sewer Construction SECTION2 ENVIRONMENTALCONTROLS 2.7 Temporary Cover When disturbed, unprotected soils, outside the roadway limits (areas of subgrade stabilization), will be exposed without working them for 10 days or more, the Contractor shall provide temporary erosion control cover (e.g. mulching & hydro-mulching) within 2 days of the last grading workont the area, andi in accordance with the "Excavating, Backfilling, and Compacting for Utilities" specification. 2.8 ManufacturedMatena Installations of commercially manufactured erosion control material shall be designed, constructed, and maintained in accordance with the manufacturer's recommendations, the erosion control references cited herein, these Specifications, the Plans, and industry standards. 2.9 Monitoring by Contractor (or Representative) The Contractor shall monitor the effectiveness of inlet protection and provide additional protectionifwaranted. No sediments are intended to enter the curb inlets. The Contractor shall conduct and maintain the work in such condition to provide adequate drainage at all times and shall monitor the performance of the storm water inlets while impeded by the inlet protection. The Contractor (or Representative) shall inspect all erosion and sedimentation controls at least once a week, regardless of rainfall; during all rainfall events; and immediately following any significant storm event (0.50inchesrainfal, or grateltoensurethtaleopsoncomtolmesures A crew shall be available within 2 hours, when necessary, to repair, replace, or construct erosion control facilities and to repair or cleanup erosion damages. Adequate equipment and materials for this work shall also be readily available. The Contractor shall be capable of being reached by telephone 24 hours each day, 7 days a week. While in route and on the job, he shall be capable of being reached by mobile telephone. The telephone number shall be furnished to the City. Street flooding is not to bei introduced as a result of the inlet protection. are in place and functioning properly. REVISION DATE: October 2023 Section2-EnvironmentalControis Page5of9 SECTION2 Technical Specifications for Waterand Sewer Construction ENVIRONMENTAL CONTROLS 2.10 Workwithin Jurisdictional Wetlands No work shall take place within jurisdictional wetlands unless it has been permitted. When worki is required within jurisdictional wetlands, the Contractor is required to comply with all permit conditions. Typical activities required for the construction, maintenance, and repair of utility lines and associated facilities in waters of the United States are as follows: Utility Lines: The construction, maintenance, or repair of utility lines, including outfall and intake structures and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change inj preconstruction contours. A"utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquefiable, or slurry substance, for any purpose, an any cable, line, or wire for thet transmission for any purpose ofe electrical energy, telephone, and telegraph Material resulting from trench excavation may be temporarily side cast (up to three months) into waters oft the United States, provided the material is not placed in sucha manner that it is dispersed by currents or other forces. The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where Within the wetland limits identified on the plans, backfill trenches with excavated material only. No select fill shall be used within the wetland limits. All excavated materials that are not used as backfill shall be removed from the project and disposed of ina al legal manner by the Contractor. Spoil material shall not be wasted on site. For atrench with a top width greater than three feet in herbaceous wetlands, the upper layer (6"-12") of the soil horizon shall initially be scraped and segregated into a spoil bank resulting from the excavation of the trench for the utility line. The upper layer of the soil horizon shall be replaced as the last step ofr restored grades to facilitate natural Furthermore, the trench cannot be constructed in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating ai french drain effect). For example, utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the United States through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately messages, and radio and television communication. appropriate. re-vegetation. upon completion of the utility line crossing of each water body. Whenever possible, excavated material shall be placed on an upland site. However, when this is not feasible, temporarys stockpiling may be authorized provided that: REVISIONI DATE: October 2023 Secton2-tmwronmental Controls Page 6 of9 Technical Specifications for Water and Sewer Construction SECTION2 ENVIRONMENTALCONTROLS a. All excavated material stockpiled in a vegetated wetland is placed on filter cloth, mats, or some other semi-permeable surface. The material will be stabilized with straw bales, b. Alle excavated material must be placed backi into the trench to the original contour and all excess excavated material must be completely removed from the wetlands within 30 days after the pipeline has been laid through the wetlands area. Permission must be granted by the District Engineer or his authorized representatives ifthe material is to filter cloth, etc. to prevent reentry into the waterway. be stockpiled longer than 30 days. Soil Erosion and Sediment Controls: Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within water of the United States during periods of low-flow orno-flow. Equipment: Heavyequipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. 2.11 Additional Control Measures Additional control measures, above and beyond those minimum requirements shown on the plans and included herein, may! be required during any phase of development and construction, at the discretion of The City may direct the Contractor to provide additional control measures, or repair existing control measures, when deemed necessary. If the Contractor fails to install or repair such measures as directed by the City within 12 hours, the City, at its discretion, may issue a "Stop Work Order". The Contractor shall be responsible for all fines imposed by regulatory agendeswithjersaition. the City or County Inspector. END OF SECTION: 2 REVISION DATE: October 2023 Secton2-Envronmental Controls Page7of9 SECTION3 City of Bushnell Technical: Specifications for Water and Sewer Construction TESTINGANDLAEORAION, SERVICES 3.1 Testing Requirements Perform all testing services of materials, equipment, and workmanship required by the Contract Documents. All materials and equipment used in the performance of work are subject to inspection and testing at the point of manufacture or fabrication. Standard specifications for quality and workmanship The City may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided are manufactured ort fabricated int full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs ofthis testing and providingstatements and certificates shall bet the responsibility oft the Contractor. are indicated in the Contract Documents. 3.2 Payment for Testing Services For development projects, the developer (or the developerscontracton, shall payf for all testing services. 3.3 Testing Laboratory All testing services shall be provided by an independent testing laboratory. Perform all testing in accordance with industry standards and provide testing results signed and sealed by a Florida Licensed Employees ofthela laboratoryshall in no way relieve the Contractor dftheraligutomstoperiom the work Professional Engineer. oft the Contract. The Laboratory does NOT have the authority to: REVISION DATE:October 2023 Section 3 -Testingand! Laboratory Services Page 1of2 City of Bushnell Technical: Specifications for SECTION3 Watera and Sewer Construction TESTING AND LABORATORY SERVICES a. Release, revoke, alter or enlarge on requirements of Contract Documents. Approve or accept any portion oft the work. Perform any duties of the Contractor. 3.4 Contractor's Responsibilities Provide safe access to all work areas and manufacturer's operations that require testing services and cooperate with laboratory personnel to facilitate the execution of the required testing services. Notify laboratory sufficiently in advance of operations to allow for assignment of personnel and scheduling of Secure and deliver toi the laboratory: adequate quantities of representative samples of materials proposed to be used and which require testing. Provide to the laboratory the preliminary design mix proposed to be used for concrete and other material mixes, which require control by the testing laboratory. Provide tests. for the storage and curing of test samples, when required. END OF SECTION 3 REVISION DATE: October 2023 Section3- - Testing and Laboratory Services Page 2of2 SECTION4 City of Bushnell Technical Specifications for Watera and Sewer Construction EXCAVATING,BACKFILLING,AND COMPACTINGFORUTUTES 4.1 General 4.1.1 Scope of Work Work under this section includes clearing and grubbing, excavation, backfill, compaction, pavement removal and replacement, site restoration and cleanup for construction of underground pipelines, pumping stations, wells, and tanks, and their related structures. Pipe materials and pipeline construction are covered in other appropriate sections of these Specifications. 4.1.2 Site Conditions For the purpose of this section, thei following definitions apply: Improved Areas = Improved areas shall include all areas subject to regular vehicular loading such as all streets, medians, City maintained driveways, and parking lots; as well as all areas within 3-feet of any improved area or above-ground structure; or within a 2(H):1(V) (or greater) slope within 10-feet of any improved area or above-ground Unimproved Areas - Unimproved areas shall include easements, sidewalks, trails, vacated right-of-way, privately maintained driveways, and parking lots, green spaces, or other general areas not considered an improved area as defined above. Above-Ground Structure - Above ground structures shall include all buildings, walls, fences, signs, signal poles, utility poles and cabinets, or other above-ground features structure; or easements within regular vehicular loading. requiring a solid and stable foundation. The Contractor shall examine the site and review the available test borings and/or undertake his ownsoil borings takingi into consideration all conditions that maya affect his work. The Contractor is reminded that hei issolelyr responsible fort thel locatingandprotecting: all utilities REVISIONDATE: October 2023 section4-Excavating, Backfilling, and Compacting for Utilities Page1of15 SECTION4 City of Bushnell Technical: Specifications for Waterand Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTING FORUTILITIES The Contractor shall notify Sunshine State One-Call of Florida at least five days in advance of any All existing underground utilities and facilities (shown on the Plans), or where their locations are made known to the Contractor prior to excavation, shall be protected from damage; and if damaged, shall be repaired to equal prior serviceability or replaced in kind at the Contractor's expense. Repairs or replacement shall be made at the earliest practicable time and in no case shall the Contractor leave the job at the end of the day without making all such repairs or Ifint the opinion of the City, the repair to City facilities is not made in a reasonable period of time or satisfactory fashion the City shall make arrangements for such repair at the Contractor's construction activities. atsactonyarangements for subsequentrepair. expense. 4.1.3 Submittals use ofsuch material. 4.1.4 Safety Precautions Contractor shall obtain approval of the Engineer for fill materials prior to the date of anticipated The Contractor shall provide and maintain adequate barricades, construction signs, flashers and guards as required in pedestrian and vehicular traffic areas. All safety rules and regulations of local, County, State and Federal authorities shall be observed. Proper storage of construction materials and plans, as well as guard-watchmens service, if necessary, shall be provided. Ina advance of days during which no trench work is to proceed, the trench shall be backfilled until the next working day. Temporary erosion controls shall be in place for the duration of the dormant period in accordance with the "Environmental Controls" Section of these specifications. Where trenches will be in paved streets, temporary patching of asphalt will be required and will be provided for the entire time between compaction, pavement removal and final repaving. "Street Closed to Through Traffic" signs and' "Detour" routes shall be indicated and maintained by the Contractor when job is located in a public street or way. Signing shall be provided in accordance with OSHA regulations and the State of Florida Manual of Traffic Control. Base material shall be on location prior to roadway cuts. Street closures and detour schedules are to The Contractor shall furnish temporary or permanent support, adequate protection and maintenance of all underground facilities and utilities encountered. Support, protection, maintenance and restoration are the Contractofsresponsibily as part of construction process. be submitted to the appropriate governing agency for review and approval. REVISIONDATE: October 2023 Section4-Excavating, Backfilling, and Compacting for Utilities Page 2 of15 SECTION4 City of Bushnell Technical: Specifications for Waterand! Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTING FOR UTILITIES OSHA Construction Standards for excavation require that at least one member of the crew on site be in possession of a state competency card. Any pipe installed without compliance shall not be inspected. 4.1.5 Shoring, Sheeting and Bracing Where sheet pilings, shoring, sheeting, bracing or other supports are called for on the Plans or where they otherwise are necessary to protect adjacent property or the workora are necessaryfor safety of workmen or the public, they shall be designed, furnished, placed, maintained and Design, planning, installation and removal of all sheeting, shoring, sheet piling and bracing shall be accomplished in a manner sO as to maintain required trench or excavated section with an undisturbed state of soils at and below excavation bottom (must adhere to OSHA and Florida Use of horizontal struts below barrel of pipe or use of pipe as support for trench bracing is not permitted. Use ofs soldier pile and horizontal lagging method of supportofat traveling shield shall Sheet piling and timbers used in trench excavations shall be withdrawn in such a manner so asto prevent subsequent settlement or misalignment of pipe or additional backfill loadings, which might overload pipe. Where, in the opinion of the Engineer, removal of sheeting and shoring will or may cause damage to the work or to adjacent buildings utilities or property, the Engineer may Movable trench boxes may be used and must comply with OSHA and Florida Trench Safety The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his part to issue orders, and his failure to exercise his right to do sO shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving removed by the Contractor. Trench Safety Actrequirements). require the review of engineer prior to their use. direct Contractor to leave all or a portion of sheeting and shoring in place. standards for the depth used. of the ground. 4.1.6 Control of Water Furnish, install, and operate all necessary machinery, appliances, and equipment to keep excavations free from water during construction. Dewater and dispose ofwater soa asnotto cause injury to public or private property or to cause a nuisance or a menace to the public. The REVISIONDATE: October 2023 Section 4-E Excavating, Backfilling, and Compacting for Utilities Page 3of15 SECTION4 City of Bushnell Technical: Specifications for Waterand Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTING FORUTILITIES Contractor shall at all times have on hand sufficient pumping equipment and machinery in good working condition for all ordinary emergencies and shall have available at all times competent workmen for operation of pumping equipment. Dewatering systems shall not be shut down betweenshifts, onholdaysorwekends, orduring works stoppageswithoutwritenapprovalfrom the Engineer. Dewatering systems are required to use socks or other approved devices on discharge pipes to control turbidityi in downstream receiving waters or channels. Control of ground water shall be such that softening ofthe! bottom of excavations or visible water shall be prevented. Dewatering systems shall be designed and operated: so as to prevent removal Static water level shall be drawn below bottom ofe excavation sO as to maintain undisturbed state or natural soils and allow placement of backfill to required density. Dewatering system shall be installed and operated sot that ground water level outside excavationisn not reduced to extent that Release of ground water to its static level shall be performed in a manner sO as to maintain undisturbed state of natural foundationsoils, prevent disturbanceofc compacted fill or backfill and of natural soils. would damage or endanger adjacent structures or property. prevent flotation or movement of all structures and pipelines. 4.1.7 Environmental Controls During construction operations, the Contractor shall install and maintain temporary environmental controls to prevent, control, and abate erosion, water pollution, dust, noise, or other nuisances in accordance with the "Environmental Controls" section. 4.2 Products 4.2.1 Select Backfill Select backfill material shall ber required for allt trencheswithin improved areas (as defined herein) Select backfill material shall be a select granular material free from organic matter and of such size and gradation that desired compaction can be readily attained. Thei intent is to provide non- plastic soils meeting the requirements for AASHTO A-1 sand, A-3 and some A-2-4. When tested ina accordance with the latest ASTM D422, at least 95 percent, by dry weight, shall pass a 1%-inch where the City will own and maintain the buried utility. sieve and not more than 25 percent shall pass al No. 200 sieve. REVISIONDATE: October 2023 Section4-Excavating, Backfilling, and Compacting for Utilities Page 4 of15 SECTION4 City of Bushnell Technical: Specifications for Waterand Sewer Construction EXCAVATING,E BACKFILLING,AND COMPACTING FOR UTILITIES When tested in accordance with the latest ASTM D4318, it shall conform to the following requirements: a. Liquid Limit shall be less than 30. b. Plasticity Index shall be less than 10. Material may be clean natural sand, imported quarry waste, select excavation, or a mixture thereof. Soil reports shall be submitted 10 days in advance of intended use for approval by the City. 4.2.2 Suitable Backfill Sutablebackillmate"ialispermissble eruchtrohemummpoed areas (as defined herein) Suitable material shall be material obtained from the Contractorsexcavations and shall be limited to select sand and plastic material in accordance with FDOTI Index 505. All backfill materials shall have a maximum liquid limit of 50 and shall be free of debris, deleterious materials, organic material, and expansive soils and shall contain no material larger than 4-inches. Under no conditions are destroyed pavement materials, curbs, broken concrete, etc., to be included in the backfill. 4.2.3 Gravel Base for Structures Gravel base shall be clean, washed, well-graded rounded gravel or crushed rock of 1%-inch maximum size and %-inch minimum size. No gravel base material shall be used unless the Engineer has reviewed it. For all coarse aggregate bedding installations, the aggregate shall be completely encapsulated in geotextile filter fabric such as TenCate Marafi N-Series or approved equal prior to setting the proposed structure. 4.2.4 Bedding for Pipe and Manholes Bedding material shall be! %-inch nominal size coarse aggregate. When tested in accordance with the latest ASTM D422, it shall conform to the following gradation requirements: Table 4.1-Bedding Material Gradation Requirements Gradation % Passing 100% 90-100% 20-55% 0-10% Passing 1-inch sieve Passing %-inch sieve Passing %-inch sieve Passing No. 4 Sieve REVISIONDATE: October 2023 Section4-Excavating, Backfilling, and Compacting for Utilities Page 5 of15 SECTION4 City of Bushnell Technical Specifications for Water and Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTING FOR UTILITIES Bedding material shall include a layer of geosynthetic fabric over the gravel. Asa an alternative to placing the geosynthetic fabric, 3/8-inch nominal size aggregate may be used. Bedding material shall be used if, in the opinion of the City, the condition of the trench bottom is such that proper support of the pipe or manhole being installed cannot be achieved. Material shall bei free from soft, laminated, and thin pieces. Limestone from the Brooksville formationmay be permitted at the Contractor's option if material furnished substantially meets requirements Bedding material for all PVC pipe shall be free from any rock, stone, gravel, or crushed concrete larger than %-inchi fora a distance of1 12-inches from the pipe. Materials shall be subject to approval set forth. by the City. 4.2.5 Clearing and Grubbing Except for those areas which are designated to remain undisturbed or protected, remove vegetation such as trees, shrubs, grass, and roswhchinterereswtn construction. Ifit becomes necessaryt to remove any vegetation that has been spuidiormainumaisuted or protected toaccomplish the work, the additional restoration requirements shall be determined by the City. Restore all areas within the limits of construction that are disturbed during constructionwithsos, unless indicated otherwise. 4.2.6 Pavement and Sidewalk Removal and Replacement Pavement that is to be removed for open-cut trenching shall be cut vertically with ap power-driven friction saw prior to removal. The surface shall be scored to sufficient depth to provide uniform, straight break lines. All removal of pavement shall conform to local, County, State or Federal requirements where applicable. Under no condition shall pavement be cut with a trenching machine, power shovel or backhoe. Width of cut of pavement or sidewalk shall be 2-feet wider than top of trench, one foot on each side of trench. In the event that trench excavation becomes wider thani initial cut, pavement or sidewalk shall be re-cut to at least one foot back from all edges Pavement, driveway or sidewalk material shall be separated from other excavated materials and shall not be placed in backfill, but shall be satisfactorily disposed of by the Contractor. Base Where trenches will be in paved streets, temporary patching of asphalt will be required for the entire time between pavement removal and final repaving. Temporary asphalt patches shall be installed within 36-hours of pavement removal, unless otherwise indicated by the City or of actual excavation. materials shall be subject to the review of the Engineer. roadwayi jurisdictional agency. REVISIONDATE: October 2023 Section4-Excavating, Backfilling, and Compacting for Utilities Page 6 of15 SECTION4 4 City of Bushnell Technical Specifications for Waterand! Sewer Construction EXCAVATING, BACKFILLING, AND COMPACTING FOR UTILITIES "Street Closed to Through Traffic" signs and "Detour" routes shall be indicated and maintained by the Contractor when job is located in a public street or way. Signing shall be provided in accordance with OSHA regulations, State of Florida Manual of Traffic Control, and approved Replace all pavement in accordance with the minimum standards established by the City of Bushnell Public Works Department Flexible Pavement Design, current edition, or as required by the jurisdictional agency. Replace all side walk with base and surface materials conforming as All street markings and other traffic control devices shall be restored to former conditions. Use safety Coatings Co. Roadrunner Traffic marking paint and Ferro Co. glass spheres or approved equal. Pavement with traffic control devices and sidewalks shall be replaced as soon as Workmanship and materials shall be in accordance with best standard practice for work of this type and shall conform to the requirements of the latest issue of the FDOT Road and Bridge Pipe crossings and installations along all State highways shall be made in accordance with details shownonthe Plansa and int full compliance withState Department of1 Trangporatonregurements All necessary barricades, detours, lights and other protective measures shall be provided for protection of both pedestrians and vehicular traffic and shall conform to Florida DOT specifications. Final cleanup along State rights-of-wayandi inspection ofrepaired sections of State pavement shall be subject to the approvalo lofthel local maintenance engineer for the Florida DOT. Maintenance of Traffic plan. closely as possible in thickness and quality to materials removed. practicable after compaction of backfill. Manual. All materials and workmanship shall conform to Florida DOT specifications. 4.2.7 Curb and Gutter Removal and Replacement Curb or curb and gutter removal, where required in construction of this work, shall be held to a minimum. Curb and gutter material to be removed shall be carefully separated from trench The Contractor shall replace all curb or curb and gutter, which has been removed. Curb or curb and gutter shall be replaced as soon as possible after backfill is placed and compacted and shall be a duplicate in all respects to original construction. Workmanship shall be in accordance with excavation material and shall be satisfactorily disposed of by the Contractor. the controlling agency (City, County, and State). 4.2.8 Restoration of Roadway Crossings and Driveway Crossings Clay, marl, shell or similar roadways and driveways that are crossed or traversed by trenches shall be restored to existing conditions prior to the end of the work day. The Contractor may reclaim REVISIONDATE: October 2023 Section4-Excayating, Backfilling, and Compacting for Utilities Page7of15 SECTION4 City of Bushnell Technical Specifications for Water and Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTINGFORUTLTES existing material, if salvable, or they may furnish and install new material. There will be no additional compensation for this type of restoration unless specifically called for in the Special Pavement on paved roadway crossings is to be cut and removed or milled back according to the Standard Construction Details in the Appendix and as specified in this Technical Specification. All street markings, signal loops, and signage are to be in place 7 days after final paving is Provisions or on the Bid Proposal. complete. 4.2.9 Excavation Perform all excavation of every description and of whatever substance encountered to alignment and depth that will result in construction of pipeline to the alignment and grade or depth of cover All excavated material retained for backfill shall be piled in a manner sO as not to endanger the work or obstruct sidewalks, driveways, or drainage. Fire hydrants, valve vault, manhole covers, valve boxes, curb stop boxes, fire and police call boxes, and other utility controls shall be shown on the Plans. unobstructed and accessible at all times during construction. 4.2.9.1 Common Excavation Machine excavation shall be carried to a depth above final pipeline grade that will allow final grading as indicated ont the Plans. Care shall bet taken to not excavate below required depth. If excavation is carried below required depth, over cut depth shall be backfilled with select material furnished by Contractor and compacted to provide pipe support at Contractor may, at his option, choose to over-cut trench and backfill. If Contractor sO chooses, depth of over cut shall be sucht thataminimum of 6-inchesofc compacted! backfill The Contractor shall exercise sound construction practices in excavating and maintaining the trench sO no damage will occur to any foundation structure, pole line, pipeline, or other facility because of sloughing of slopes or from any other cause. If, as a result of excavation, there is a disturbance of ground that endangers other property, the Contractor shall immediately take remedial action at his own expense. No act oft the City or its representatives shall in any way affect liability of the Contractor for damages, least equal to that of original material. or bedding material will result under lowest projection of pipe bell. expenses or costs that may result from trench excavation. REVISIONDATE: October 2023 Section4-Excayating, Backfilling, and Compacting for Utilities Page 8 of15 SECTION4 4 City of Bushnell Technical: Specifications for Watera and Sewer Construction ACAVATNG,BACKILING, AND COMPACTING FOR UTILITIES Trees, stumpsandi roots within limits of trench excavation shall be removed to a depth of at least 12-inches below bottom of trench. Stump and root holes shall be refilled to existing grade and compacted. No stumps, roots or organic matter of any description shall remain under concrete slabs or footings. 4.2.9.2 Trench Requirements Trenches for gravity mains shall be of such depth that the invert of pipe will be at elevations shown on the Plans, or as may be determined by the Engineer. Trench sides from bottom to 24-inches above top of pipe shall be as vertical as soil conditions will permit and shall have a width in accordance with the Standard Construction Details. The trench shall be dry when the bottom is prepared. A continuous trough shall be excavated by hand to receive the bottom 120-degrees of the pipe barrel. Inaddition, bell holesshall bee excavated: sot that onlyt the! barreld ofthe piper receives! bearing pressure from, and is uniformly supported by the bottom of trench. Preparation of trench bottom and placement of pipe shall be such that final position of pipe is true to line and grade and uniformly supported throughout barrel ofe each pipel length. When pipe is placedi in select backfill overr rocko or other over depth, additional backfill ofsame material shall bet tamped on each side of barrel to height of spring line, thus forming a trough of firm, compacted Ther minimum pipel laying condition1 for all pipe construction: shall be as shown on Standard Construction Details. Where the trench bottom will not assure proper line,grade or pipe support, and where materials exposed at the trench bottom may damage the pipe or impair its long-term operation, the Contractor will use a coarse aggregate bedding, as defined above. When coarse aggregate bedding is used, the bedding shall be completely encapsulatedi in geotextile filter fabric such as TenCate Marafi N-Series or approved equal bedding. prior toi installing the pipe. 4.3 Execution 4.3.1 Unsuitable Material Unsuitable materials are soils exposed at the trench bottom or obtained from the Contractor's excavations that are compressible, subject to liquefaction (liquid limitg greater than 50), expansive, contain extraneous rubble, offer uneven foundation support, or have natural moisture content three percent (or greater) in excess of its optimum moisture content. Unsuitable materials/soils willinclude, but not bel limited to mulch, peat, expansive clays, boulders, soils ina a quick condition, rubble, any portion of trees or similar vegetation, wood, or unyielding material such as rock. REVISIONDATE: October 2023 Section 4-Excavating, Backfilling, and Compacting for Utilities Page 9 of15 SECTION4 City of Bushnell Technical Specifications for Water and Sewer Construction XCA/ATNG,ACKFLING, AND COMPACTINGI FORUTILITIES The Contractor shall notify the Engineer immediately when unsuitable material is encountered. The Engineer will investigate questionable material to determine its suitability. Where the Engineer determines that unsuitable material is present below the pipe envelope which will not provide adequate support the contractor shall remove the unsuitable material as directed by the Engineer and replace the unsuitable material with 6 inches minimum of select backfill up to thel bottom of the pipee envelope. 4.3.2 Placing Backfill Contractor shall not perform any backfilling operation other than that necessary to hold pipe in place until the locations of connections and appurtenances have been recorded ont the "as-built" drawings and the line has been inspected and released for backfilling. 4.3.2.1 Haunching After pipe has been properly installed and inspected, select backfill shall be carefully placed and compacted around the pipe upt to spring line of pipe. Backfill material shall be carefully placed in loose horizontal layers not exceeding 6-inches in loose depth, and equally on both sides of pipe, and shall be spaded, "walked in" and compacted to obtain aminimum density of 90% of maximum density as determined by ASTM D698 (Standard Proctor Density), except for depths 10-feet or less, where the minimum density allowed shall be 95% of maximum density. Whenonel layeri is completedon! bothsides of the pipe, asecond layer shall be started. Backfill materials shall not be obtained fromt trenchwalls. 4.3.2.2 Pipe Envelope After haunching has been properly compacted and inspected, select backfill shall be carefully placed around pipe and over pipe to the depth, as shown in the Standard Construction Details, in order to comply with the pipe envelope requirements. Backfill material shall be carefully placed in horizontal layers not exceeding 12-inches in loose depth and compacted to obtain a minimum density of 90% of maximum density as determined by ASTM D698 (Standard Proctor Density), except for depths 10-feet or less, where the minimum density allowed shall be 95% of maximum density. Backfill material shall not be obtained from trench walls. 4.3.2.3 Subsequent Backfill Above the level of initial backfill, the trench shall be filled with material placed in accordance with one of the following three classifications: FDOT, Sumter County, and all other situations. In improved areas, or areas proposed to be improved. Material between the bottom oft the base layer and a depth 41 feet beneath the bottom of the base layer shall be select backfill only. Suitable backfill (as defined in Section 4.2.2) can be REVISIONDATE: October 2023 ection4-Excavating, Backfilling, and Compacting for Utilities Page 10 of15 SECTION4 City of Bushnell Technical: Specifications for Watera and Sewer Construction ACA/ATNG,BACAFLING, AND COMPACTING FOR UTILITIES placed beginning at a depth off four feet below thel bottom oft the base layer extending to ac depth ofif foot over the top oft the pipe. The pipe envelope shall be select fill only. The surface of the trench shall be prepared to receive subbase and base construction. The compaction of fill material for utility trenches under improved areas shall be 100% Inu unimproved: areas, and areas not proposed to bei improved, the excavated topsoil shall be used last int the backfill, and the surface oft the trench restored to its original elevation The compaction of fill materialforutilityt trenches under unimproved areas shall be 95% of density, as measured by Standard Proctor. and condition. of density, as measured by Standard Proctor. 4.3.2.4 Backfill for Structures Backfill for structures shall be compacted select sand backfill as specified above for a minimum distance of 10 feet from outside wall of structure or to undisturbed excavation wall ifnearer. 4.3.2.5 Compaction by Flooding The Contractor may elect to compact granular backfill materials above level of initial backfill by flooding provided he has secured prior approval from the Engineer for each location. When compaction by flooding is to be done, backfill material shall be coarse grained gravel, gravel-sand or sand, free of clay, having not more than five percent by weight which passes a No. 100 U.S. standard sieve and no material which passes a No. 200 U.S. standard sieve. In addition, the character of soil through which trench passes shall be clay-gravel or gravel-sand-silt mixtures which possess permeability sufficient to result in flooding water being drained away in a reasonable time (not to exceed three days). All tests required to determine if backfill material or soil adjacent to trench is suitable for compaction by flooding shall be the sole responsibility of the Contractor. 4.3.3 Testing Inaddition to compaction testing required below, compaction tests may be made at locations as selected by the Engineer. REVISION DATE: October 2023 Section4-Excavating. Backfilling, and Compacting for Utilities Page 11 of15 SECTION 4 City of Bushnell Technical: Specifications for Waterand Sewer Construction EXCAVATING, BACKFILLING, ,AND COMPACTINGI FOR UTILITIES Where unsatisfactory compaction is revealed by tests, the Contractor shall re-excavate, backfill, and re-compact as required to obtain required degree ofc compaction overe entire depth oftrench. Testing schedule for utility pipeline construction shall be as required in other sections, and as The Engineer shall determine the limits of unsatisfactory backfill. specified in Table 4.2. Backfill and Compaction Density Test Location Laboratory Along Linear Utility (in situ) Around: Structure (in situ) Table 4.2-Schedule of Density Testing (Minimum Requirements) Method of Test AASHTO T147,T191, T204, or T205 AASHTOT147, T191, T204, or T205 AASHT0T147,1191, T204, or T205 No. ofTests Required 1 per each 12-inches depth per 1501.f. of utility 1 per each 12-inches depth of structures 11 fore each 12-inch depth of 25% oft the under pavement (atam minimum) AASHTO T99, ASTM-D698 1for each type of soil used Atservices 4.3.4 Cleanup and Restoration 4.3.4.1 General Cleanup is an essential part of the work. As the work progresses and is completed, the Contractor shall cleans site ofa alls signs ofc operation. This cleanup shall be done asp promptly REVISIONDATE: October 2023 section4-Excayating, Backfilling, and Compacting for Utilities Page 12 of15 SECTION4 City of Bushnell Technical Specifications for Waterand: Sewer Construction EXCAVATING, BACKFILLING, AND COMPACTING FOR UTILITIES as practicable and shall not be left until the end of construction period. No part of the work shall be considered complete and no payment will be made until cleanup is completed. The running end of the pipe will not advance more than 700 feet beyond cleanup within City and public right-of-way (does not apply to developer property). In addition to the 700-foot requirement, all areas disturbed over 30 days shall be cleaned up. Final pavement shall commence no later than 30 days after pavement removal over anyportionofthe utilitiesinstalled. Failure to meet this requirement mayresultina" "Stop Included in cleanup is protection of road shoulders, ditch banks, and other natural or artificial slopes subject to rapid erosion. Except where soil-cement riprapi is shown, this protection shall be by grassing and mulching. A satisfactory stand of grass shall be obtained by sprigging, sodding or seeding over entire work site. Seeding under direct supervision of a qualified nurseryman may, subject to approval by the Engineer, be substituted for sprigging or sodding in areas not specifically shown to be completely WorkOrder". sodded. 4.3.4.2 Sprigging Apply 4-8-4f fertilizer att the rate of 600 pounds per acrel byr means of mechanical spreaders toa areat tol be: sprigged. Live springs, which match existing grass, withr roots uninjured, shall bei immediately planted inr rows. Distance between rows andI between plantsinrows: shall not exceed one foot. After planting, the entire area shall be compacted lightly by means of culti-packers, tractors or rollers. After sprigging, Contractor shall water sprigs as required until Contract is complete and accepted by the City. Sod shall be watered as specified for sprigging. Water shall be provided by Contractor whenever necessary to assure sustained growth and vitality. 4.3.4.3 Sodding Sod shall be placed solidlyi in areas shown on Drawings. per acre by mechanical spreaders or broadcasting and raking. whenever necessary to assure. sustained growth and vitality. Immediately before sod is placed, 4-8-41 fertilizer shall be applied at a rate of 600 pounds Sod shall be watered as specified for sprigging. Water shall be provided by Contractor For contracts that consist of greater than 5,000S.F., Contractor willl be required to install temporary irrigation system. REVISION DATE: October 2023 Section4-Excavating. Backfilling, and Compacting for Utilities Page 13 of15 SECTION 4 City of Bushnell Technical Specifications for Water and Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTINGFORUTILITES 4.3.4.4 Seeding All areas to be seeded shall be fertilized with 12-8-8 NPK dry fertilizer at the rate of800 to 1,000 pounds per acre and thoroughly worked into the soil. Grass seed shall be a mixture of 20 parts of Bermuda and 80 parts of Pensacola Bahia seed, applied with mechanical distributors at the rate of 100 pounds per acre. During the months from October to January, the grass seed mixture shall be 50 parts winter rye and 50 parts Pensacola Bahia seed. All seed and fertilizer used shall meet the requirements of the The Contractor shall maintain adequate moisture and provide such care asi is necessaryin seeded areas to ensure an adequate growthofgrass. All areas and spotsthato donotshow ap prompt growth shall be replanted at intervals of 20 days. Such water and replanting shall continue until a good growth of grass is established over the entire construction area. Sod shall be watered as specified for sprigging. Water shall be provided by Contractor whenever necessary to assure sustained growth and vitality. Prevention and repair of erosion in construction areas and such replanting as necessary tor repair damage to seeded or grassed areas shall bet the responsibility oft the Contractor. Seeded areas shall be uniformly mulched in a continuous blanket immediately following seeding and compacting operations, using at least 1% tons of hay or straw per acre. Hay with noxious seeds or plants will not be acceptable. Rotted, brittle, molded hay will not be accepted. Iti is intended that mulch shall allow some sunlight to penetrate and air to circulate, at the same time shading the ground, reducing erosion and conserving soil moisture. Thickness of covering shall be adequate to hold soil, but sufficiently loose and open to favor development of grass. Immediately following spreading of mulch, material shall be anchored to soil by means of a seed drill, dish harrow set to cut only slightly, or other suitable equipment which will secure mulch firmly and prevent loss or bunching by windo lorrain, or may be anchored withs string lines placed at sufficienti intervals. Ons slopes where machinery cannot be used, mulch may be retained in place byl hand spading, string lines, or nonmetallic open weave fabric. Unless rain is imminent, mulched areas shall be watered immediately after placing. Upon completion, surface or mulched areas shall be free from clods ofe earth, bumps, or water holding pockets and to required grades. State Department of Agriculture and all applicable State laws. 4.3.4.5 Hydro-Seeding Under this method, the seed and fertilizer, and mulch when required, shall be distributed overt the areat tol be seeded ass slurry composed ofv water,seed: and fertilizer, and including REVISIONDATE: October 2023 section4-Excavating, Backfilling, and Compacting for Utilities Page 14 of15 SECTION4 City of Bushnell Technical: Specifications for Waterand! Sewer Construction EXCAVATING, BACKFILLING,AND COMPACTING FOR UTILITIES mulch material. The types ofs seed and fertilizer and the requirements for seed, fertilizer, The equipment for mixing the slurry and for applying the slurry over the areas to be seeded shall be capable of applyinguniform: slurryover the entire area and shall meet the The mulch material shall bei included in the slurry mixture and shall be applied at the rate of 1,000 pounds of mulch material per acre. Mulch material shall consist of wood cellulose fiber material especially prepared for this purpose. Itshall be prepared in such ar manner that it will contain no growth-inhibiting or germination-nnbting factors and shall be dyed an appropriate color for readily determining the rate of spread by visual observation. The slurry shall be uniforma and homogeneous forming al blotter like ground cover, impregnated uniformly with grassed seed, allowing the absorption of water and permitting rainfall andwatering to percolate tot the undersoil. Mulchmaterial, otherthan wood cellulose fiber material (i.e., jute, COBton, netting and chemical adhesive soil stabilizers) shall be used when specified or approved by the Engineer. The Contractor shall maintain the grassed areas in a satisfactory condition until final and water as specified shall apply to this work. approval of the Engineer. acceptance of the work. END OF SECTION 4 REVISIONDATE: October 2023 Section4 4-Excavating, Backfilling, and Compacting for Utilities Page 150 of15 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION5 HORIZONTAL DIRECTIONAL DRILLING 5.1 General 5.1.1 Scope of Work The Contractor shall furnish and install underground pressure mains using the horizontal directional drilling (HDD) method ofi installation, also commonly referred to as directional boring. This Work: shall include all drilling equipment, materials, piping, appurtenances, and labor fort the complete and proper installation, testing, and placing into service of pressurized mains; and all The Contractor shall provide all materials for completing the installation and for adequate required environmental protection and restoration requirements. protection of the work. 5.1.2 Quality Assurance The directional drilling Contractororsumontrador shallhave a miamumdlepundiegeree constructing and installing water, wastewater, or reclaimed water pressure mains of similar The equipment used in directional boring, also known as horizontal directional drilling, shall be of adequate commercial size and satisfactory working condition for safe operation, and may be subject to approval by the City or State at the discretion of the Engineer. Such approval, however, shall not relieve the Contractor of the responsibility for makingasatisfactory installation meeting the criteria set forth herein. Only workmen experienced in directional boring operations shall be Entry and exit points shall be as shown on the drawings, unless otherwise approvedi in writing by the Engineer. The Contractor: shalle lemployli licensed, professional land surveyors tol locate the entry and exit points, and to establish horizontal and vertical datum for the bore and the pipe layout Further, the Contractor's Survey Professional shall clearly mark the horizontal limits of construction: such as right of way limits, easement limits, etc. Itshall be the sole responsibility of the contractor to install the proposed pipe within the limits of construction. Any pipe installed The Directional Boring operation is to be operated in a manner to eliminate the discharge of water, drilling mud, and cuttings to any nearby water bodies, or tot thel land areas involved during the construction process. If inadvertent spills to nearby water bodies occur, the Contractor shall immediately provide environmental controls and clean up to the satisfaction of the Owner. diameter and similar lengths. used in performing the Work. and fabricationareas. outside the construction limits shall be removed. REVISION DATE: October 2023 Section! 5- Horizontal Directional Drilling Page1of9 SECTION5 City of Bushnell Technical: Specifications for Water and Sewer Construction HORIZONTAL DIRECTIONAL DRILLING Best Management Practices (BMP's) for erosion control within the Contractor's work area shall be implemented and maintained at all times during drilling and back-reaming operations to prevent siltation andi turbid discharges in excess of State Water quality Standards pursuant to Rule 62-302, F.A.C. Methods shall include, but are not limited to the immediate placement of turbidity containment devices such as turbidity screen, silt containment fence, hay bales, and earthen All pipe and appurtenances of similar type and material shall be furnished by a single The Contractor's operations shall be in conformance with the Directional Crossing Contractors Association (DCCA) published guidelines (latest edition) and pipe manufacturer's guidelines and berms, etc. to contain the drilling mud. manufacturer. recommendations. 5.1.3 Submittals to construction: Work plan Pipe materials Pipe joining Fittings and adapters The Contractor shall provide the following submittals to the City for review and acceptance prior Directional drilling equipment and materials specifications Prior to beginning Work, the Contractor must submit a work plan to the City detailing the procedure and schedule to be used to complete the work. The work plan should include, at a minimum, the following information: Adescription ofalle equipment to be used Down-hole tools List of Subcontractors Aschedule of work activity Al list of personnel and their qualificationsand experience Asafety plan and1 traffic control plan (ifapplicable) Anenvironmental protection/matenais management plan Acontingency plan for possible problems The Contractor will also submit specifications on directional drilling equipment to be used to ensure that the equipment will be adequate to complete the work. Equipment submittals shall include, but not be limited to the following information: REVISION DATE: October 2023 Section5-Horizontal Directional Drilling Page2of9 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION5 HORIZONTALDIRECTIONALDRILUNG Drilling rig Mud system Mud motors (if applicable) Down-hole tools Guidancesystem Calibration records Rig safety systems The maximum tensile force shall be calculated with a 1.5 safety factor. If required to maintain the 1.5 safety factor, the Contractor shall submit plans on ballasting the HDPE pipe by filling it with water prior to install to reduce tensile force. The Contractor shall provide details on measures to be taken to monitor and protect adjacent utilities, structures, and roadways, and provide details on monitoring equipment and provisions, including the layout of settlement points, and other monitoring points. 5.2 Products 5.2.1 General of pressure mains: Provide the following equipment and materials for the horizontal directional drilling installation A directional drilling rig of sufficient capacity to perform the bore and pullback Adrilling fluid mixing, delivery, and recovery system of sufficient capacity to complete Adrilling fluid recycling system to remove solids from the drilling fluid sO that the fluid operations the crossing can be reused Amagnetic guidance system to accurately guide boring operations Avacuum truck ofs sufficient capacity to handle the drilling fluid volume Trained and competent personnel shall operate the system accordance with the plans and permit requirements Miscellaneous equipment and materials required to complete the installation in REVISION DATE: October 2023 Section5-Horizontal Directional Drilling Page 3of9 SECTION5 City of Bushnell Technical Specifications for Water and Sewer Construction HORIZONTAL DIRECTIONALDALUNG All equipment shall be in good, safe operating condition with sufficient supplies, materials, and spare parts on hand to maintain the system in proper working order throughout the drilling and pressure main installation. 5.2.2 Drilling System The directional drilling machine shall consist of a hydraulically powered system to rotate, push, and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture toa aguidable drill (bore) head. The machine shall be anchored toi the ground to withstand the pulling, pushing, and rotating pressure required to complete the crossing. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulicsystem: shall bet free ofl leaks. Rig shall have a system to monitor and record maximum pullback pressure during pullback operations. The rig shall be grounded during drilling and pullback operations. There shall be a system to detect electrical current from the drilling string and an audible alarm that automatically sounds when an electrical current is detected. 5.2.3 Pressure Mains Pipe shall be fusible HDPE pipe with ductile iron pipe size (DIPS) outside diameters (OD) in accordance with AWWA C906. The dimension ratio (DR) of the pipe shall be based on the pipe material, joint type, drilling rig specifications, and in-situ conditions, and shall be suitable to withstand the pull-back forces required for the directional drilling without any permanent deformation int the pipe section or strength. The pull-back forces and pipe wall thickness shall be Inr no case shall the pipe wall thickness be less than those required in other specification sections for operatingpressure. For4 4-inch and greater HDPE pipe (AWWAC906), themaximumdimension Fusible HDPE pipe for horizontal directional drilling applications shall be joined by means of zero leak-rate thermal heat butt-fusion welds. Joints shall provide axial pullout resistance. The bending radius pressure main shall not exceed 80 percent (0.80 X) of the manufacturer's verified by the Contractor prior tos submitting bid proposal. ratio (minimum wall thickness) shall be DR11. recommended maximum bending radius for the size and type of pipe. Pipe for potable water applications shall bel NSF Approved. REVISION DATE: October 2023 Section5-H Horizontal Directional Drilling Page 4of9 City of Bushnell Technical Specifications for Watera and Sewer Construction SECTION5 HORZONTALDIRECTIONALDRILING 5.2.4 Tracer Wire The tracer wire shall be a direct burial #10 AWG extra-high-strength copper-clad steel with a minimum break load of 1900 Ibs. and a 45-mil high-density polyethylene coating on the outside for protection. The tracer wire shall be rated for 30 volts and meet APWA color coding requirements for the utility application. Approved productsi include Copperhead Industries, LLC- #10 AWG EHS-CCS Tracer Wire; Pro-Line Safety Products #10 AWG Pro-Trace HDD-CCS Tracer Wire; or approved equal. 5.2.5 Drilling Fluids Drilling fluids shall consist of a mixture of potable water and gel-forming colloidal material, such as bentonite or a polymer surfactant mixture producing slurry of custard-like consistency. 5.3 EXECUTION 5.3.1 Personnel Requirements Responsible representatives of the Contractor and Subcontractor(s) shall be present at all times during directional drilling operations. Aresponsible representative as specified herein is defined as a person experienced in the type of work being performed and who has the authority to represent the Contractor in a routine decision-making capacity concerning the manner and The Contractor and Subcontractor(s) shall have sufficient number of competent workers on the Project at all times to ensure the utility placement is completed in a timely, satisfactory manner. Adequate personnel for carrying out all phases of the directional drilling operation (where applicable: tunneling system operators, operator for removing spoil material, and laborers as cybwroareidtas, must be on thej job site at the beginning of Work. Acompetent and experienced supervisor representing the Contractor or Subcontractor that is thoroughly familiar with the equipment and type of work to be performed, must be in direct charge and control of the operation at all times. In all cases, the supervisor must be continually present at method of carrying out the Work. the project site during the directional drilling operation. 5.3.2 Work Plan Work plan should be comprenensive, realistic, and based on actual working conditions for the particular project. Plan should document the requirements to complete the project. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that the Contractor intends to use or might use shall be submitted. 5.3.3 Coordination of the Work REVISION DATE: October 2023 Section5-Horizontal Directional Drilling Page 5of9 SECTION5 City of Bushnell Technical: Specifications for Water and Sewer Construction HORIZONTAL DIRECTIONAL DRILLING The Contractor shall notify the City at least 3-days in advance of starting Work. In addition, the actual crossing operation shall not begin until the City is present at the project site and agrees that proper preparations have been made. The City's approval for beginning shall in no way relieve the Contractor from the ultimate responsibility for the completion oft the Work. The Contractor and the City shall select a mutually convenient time for the crossing operation to begin to avoid schedule conflicts. 5.3.4 Procedure The installation of appropriate safety and warning devices in accordance with the' "FDOT Manual on Traffic Control and Safe Practices" shall be completed prior tol beginning Work. 5.3.5 Installation Erosion and sedimentation control measures and on-site containers shall be installed to prevent drilling mud from spilling out ofentryand/or exit pits. Drilling mud shall be disposed of off-sitei in accordance with local, state, and federal requirements and/or permit conditions. No other chemicals or polymer surfactant shall be used in the drilling fluid without written consent of the City and after a determination is made that the chemicals to be added are not Pilot Hole: Pilot hole shall be drilled on bore path with no deviations greater than 2% of depth over al length of 100-feet. In the event that pilot does deviate from bore path more than 2%0 of depth in 100-feet, the Contractor shall notify the City. The City may require the Contractor to Reaming: Upon successful completion of pilot hole, the Contractor will ream borehole to a minimum of 25% greater than outside diameter of pipe using the appropriate tools. Contractor will not attempt to ream at one time more than the drilling equipment and mud system are Pullback: After successfully reaming borehole to the required diameter, Contractor shall put the pipe through the borehole. In front of the pipe shall be a swivel and barrel reamer to compact bore-hole walls. Once pullback operations have commenced, operations must continue without interruption until pipe is completely pulled into borehole. During pullback operations, the Contractor shall not apply more than the maximum safe pipe pull pressure at any time. Al break During pullback, drilling fluid pressures and flow rates shall be continuously monitored and recorded by the Contractor. The pressures shall be monitored at the pump and within the harmful or corrosive to the facility and are environmentally: safe. pullback and re-drill from the location along bore path before the deviation. designed to safely handle. away head rated at the maximum safe pull pressure shall be utilized. REVISION DATE: October 2023 Section5-Horzontal Directional Drilling Page 6of9 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION5 HORIZONTALDIRECTIONALDRILUING annular space with a down hole pressure-sensing tooll located within thirty (30)fetofthedilling TrarwircAmnmumdthnee continuous tracer wires shall be attached with nylon wire ("zip") ties at different radial locations around the pipe to ensure continuity in at least one wire subsequent to installation. Contractor shall be required to provide as many wires as necessaryto maintain continuity throughout the length of the directional bore. Splices along thel length of the bore shall be permitted only in the event of a break in the tracer wire duringi installation. Insuch event, the wire shall be joined using a proper sized swage crimp on stripped bare wire ends with As-built variance from the designed bore path shall not exceed t (plus or minus) 1-foot in the vertical plane and t 2-feet in the horizontal plane. The Contractor shall submit any proposed The pipe entry area shall be graded to provide support for the pipe to allow free movement into the borehole. The pipe shall be guided in the borehole to avoid deformation of, or damage to, Surface settlement or heave of utilities and other features above the HDD centerlines and within the zone influenced by the HDD construction shall be limited in values that avoid damage. The Contraçtor shall repair any damage resulting from settlement or heave caused by HDD activities Ifu unexpected subsurface conditions are encountered during the bore, the procedure shall be stopped. The installation shall not continue until the City has been consulted. The pipe shall be pulled back through the borehole using the wet insertion construction The pipe shall be installed in a manner that does not cause upheaval, settlement, cracking, A boring log shall be kept with horizontal and vertical location every 10-feet prior to over ream and product pipe pullback. The horizontal location of the bore shall be marked in the field during the bore. The Surveyor shall locate these marks and include thisi information with the bore depths in the Record Drawings. The Surveyor may make a note on the drawing page containing the directional drill and provide an exception for the directional drill only, as the directional drill route head., ac double heat-shrink wrap. deviations from the design bore path with Shop Drawings. the pipe. at no additional cost to the Owner. technique. The pipe shall be installed full ofv water. movement or distortion of surface features. cannot be uncovered and physically located. REVISION DATE: October 2023 Section5-Horizontal Directional Drilling Page 7of9 SECTION5 City of Bushnell Technical Specifications for Water and Sewer Construction HORIZONTAL DIRECTIONALI DRILLING The pipe shalll bei installed at a depth ofr no more than 15-feet below pavement, as measured from The contractor shall be considered as having completed the requirements of any directional boring when hel has successfully completed the workandt tested the pipet toi the satisfaction ofthe At the completion of construction, the Contractor shall remove all temporary facilities installed by the Contractor. Unused soil, aggregate, and other materials shall be removed and disposed of at approved sites in accordance with all Federal, State, and Local regulations. Any damage to streets, lawns, common areas, and: sidewalks shall ber restored to original or better conditions. All the top of pipe. Engineer. disturbed areas shall ber re-vegetated. 5.3.6 Field Testing 5.3.6.1 HDPE Pipe Perform hydrostatic testing for leakage followingi installation of the directional drill. Thet total test duration (time), including initial pressurization, initial expansion, and time at test pressure must not exceed 8-hours. If the test is not completed due to leakage, equipment failure, etc., thet test section: shalll be depressurized and allowed to "relax" for aminimum of 8-hours before it is brought back up to test pressure. The test procedure consists of the initial expansion phase and leakage test phase. The test pressurei for all pressure pipe shall be 150-psi. Initial Expansion Phase: During the initial expansion phase, thet test section is pressurized to the test pressure and enough make-up liquidi is added eachl hour for 3-hourstor return Leakage Test Phase: The leakage test phase follows immediately and shall be either 2or 3-hours in duration. At the end oft thet time test, thet test section shall be returned to test pressure by adding a measured amount of liquid. The amount of make-up liquid added to test pressure. shall not exceed the values provided in Table. 5.1. REVISION DATE: October 2023 Section5- Horizontal Directional Drilling Page 8of9 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION! 5 HORIZONTALE DIRECTIONALDRLLING Table 5.1-A Allowance for Make-up Water Under Pressure* Test Duration (hours) 2 3 2 0.11 0.19 4 0.25 0.40 6 0.60 0.90 8 1.00 1.50 12 2.30 3.40 16 3.30 5.50 20 24 5.50 8.90 8.00 13.30 Allowance/100-feet of Pipeline (gallons) *Applies to test period and not toi initial expansion phase Mandrel Testing: Perform mandrel testing through the entire length of the installed pipe. The mandrel size shall be 90% of the inside diameter of the pipe. END OF SECTION5 REVISIONDATE: October 2023 Section5- Horizontal Directional Drilling Page 9of9 SECTION6 JACKING AND BORING City of Bushnell Technical: Specifications for Water and Sewer Construction 6.1 General 6.1.1 Scope of Work Supply all labor, equipment, materials, and incidentals necessary to install casing pipe by the method of jacking and boring at the location(s) shown on the Plans and as specified herein. This work shall include jack and bore equipment, excavating, sheeting, steel casing pipe, welding, casing spacers, end seals, coatings, location signs (as required), miscellaneous appurtenances, incidentals, and site restoration. Perform jacking and boring operations within the limits of the rights-of-way and/or easements shown on the Plans. 6.1.2 Submittals Submit shop drawings to the Engineer for review showing a sketch of the jacking pit locations, proposed methods for installation, and materialspeclfications for the casing pipe, casing spacers, end seals, and other miscellaneous appurtenances. 6.1.3 Quality Assurance Steel casing pipe shall conform to ASTM Standards. All field and shop welds shall conform to American Welding Society Standard Specifications. Carrier pipes shall conform to the Casing pipe to be installed may be inspected for compliance with these specifications by an independent laboratory selected by the City. The Contractor's and manufacturer's cooperation For jack and bore casing installations under CSX, FDOT, or Sumter County rights-of-way, comply with the specifications and/or permit requirements of that ageneywtnursaiction. requirements of the applicable City of Bushnell specifications. shall be required in these inspections. 6.2 Products 6.2.1 Steel Casing Pipe Steel casings shall conform to the requirements of ASTM Designation A139 (straight seam pipe only) Grade "B" with minimum yield strength of 35,000 psi. Field and shop welds of the casing pipes shall conform to the American Welding Society (AWS) standard specifications. Field welds shall be complete penetration, single-bevel or single-vee groove type joints. Welds shall be leak- proof, airtight, and continuous over the entire circumference of the pipe and shall not increase the outside pipe diameter by more than 3/4-inch. The finished steel casing shall be capable of withstanding the overburden and live loads as required by the jurisdictional agency for the application. REVISION DATE: October 2023 Section 6-Jacking and Boring Page 1of6 City of Bushnell Technical: Specifications for Watera and Sewer Construction SECTION 6 JACKING AND BORING In CSX Railroad rights-of-way, where the carrier pipe is greater than 6-inches in diameter, the casing pipei inside diameter must be at least 4-inches larger than the maximum outside diameter InF FDOT, Sumter County, or City of Bushnell rights-of-way, the casing pipe inside diameter must be at least 6-inches larger than the maximum outside diameter of the carrier pipe, including the pipe bell. The casing pipes shall have the minimum inside diameter and wall thickness as shown oft the carrier pipe, including the pipe bell. inl Table 6.1. Table 6.1-Casing Pipe Minimal Inside Diameter and Wall Thickness* Roadway Crossing Minimum (in.) 16 18 20 22 24 28 30 32 36 42 48 56 CSXI Railroad Crossing Casing Pipe Casing Pipe Minimum (in.) 14 16 18 20 22 24 28 30 36 42 48 56 Carrier Pipe Casing Pipe Casing Pipe Nominal (in.) 6 8 10 12 14 16 18 20 24 30 36 42 Minimum (in.) .281 .312 .344 .344 .375 .438 .469 .500 .532 .625 .688 .812 Minimum (in.) .250 .281 .312 .344 .344 .375 .438 .469 .532 .625 .688 .812 Diameter Inside Diameter Wall Thickness Inside Diameter Wall Thickness *The table above is for "Fastite" or Tyton" push-on type joint ductile iron pipe. For alternative carrier pipe materials, joint types, and sizes, verify the carrier pipe maximum outside diameter and the steel casing pipe minimum inside diameter and wall thickness. 6.2.2 Carrier Pipe All pressurized carrier pipes for jack and bore installations shall be restrained joint ductile iron pipe and shall bel lined and coated in accordance with the technical specifications for the pipeline application. Gravity mains with bore lengths less than 60 feet can bel DR26 PVC wastwater pipe. Gravity mains 60 feet or greater in length must be restrained joint ductile iron pipe, lined for sanitary sewer application. REVISION DATE: October 2023 Section 6-J Jacking and Boring Page 2of6 SECTION6 JACKING ANDI BORING City of Bushnell Technical Specifications for Watera and Sewer Construction 6.2.3 Casing Spacers Carrier pipes, inside ofsteel casing pipe, shall bes supported by casing spacers. Casing spacers shall bel bolt-on styles split-shelsmanufactured from1 14-gauge (minimum) Type 304 stainless steel, with a 0.090-inch thick (minimum) PVC lining. All nuts, bolts and washers shall be 304 stainless steel and compatible with the respective 304 stainless steel shell /band. Each spacer shall have low- friction Ads/umgetsmehanialy bolted to the risers. The runners shall be manufactured ofan ultra-high molecular weight polyethylene or glass reinforced polymer. The risers and runner supports shall be of adequate spacing and height to position the carrier pipe in the center of casing with a minimum top clearance of 3/4-inch. Table 6.2- Casing Spacer Requirements Minimum Number of Runner Supports/Risers per Casing Spacer Top 2 2 2 2 2 2 2 2 2 2 2 CarrierPipe Minimum Nominal Spacer Diameter Length (in.) 6 8 10 12 14 16 18 20 24 30 36 >36 (in.) 8 8 8 8 12 12 12 12 12 12 12 Bottom 2 2 2 2 4 4 4 4 4 4 4 Total 4 4 4 4 6 6 6 6 6 6 6 To be determined by Engineer of Record* *All casing spacers for carrier pipes 36-inch diameter and larger shall be factorydesigned, taking Approved products include Cascade Waterworks Mfg. Model CCS; Calpico, Inc. - M(SS) Series; into consideration the weight oft the carrier pipe filled with water. APS, Inc.-Model: SSI; CCI Pipeline Systems 5- Model CSS; or approved equal. 6.2.4 Casing End Seals Seal casingendsi int the annular spacet to completely closel botho openings one eachs side oft the casing. Acceptable methods include a mechanical link-type casing end seal or a masonry (brick and mortar) plug together with a manufactured molded skirt-type casing end seal. The mechanical link-type casing end seal shall be interlinked rubber sealing elements that are compressible to create a water-tight seal between the casing pipe and the carrier pipe. The seal shall be manufactured from EPDM rubber elements with composite compression plates and REVISION DATE: October 2023 Section 6- - Jacking and Boring Page 30 of6 City of Bushnell Technical Specifications for Waterand Sewer Construction SECTION 6 JACKING AND BORING stainless steel nuts and bolts. Approved products include APS, Inc. - Innerlynx S-316, Link-Seal- Model S-316, or approved equal. Ther masonry plug shall be suitable for restraining the compacted earth load. The skirt-type casing end seals shall be molded (seamless) rubber with stainless steel straps for securing the seal to the carrier pipe and the casing pipe. End seals shall be constructed of 1/8- inch thick (minimum) specially compounded synthetic rubber with stainless steel banding straps. Approved products include APS, Inc. - Model AM/AC, Cascade Waterworks Mfg. = Model CCES; Calpico, Inc. -N Model C; or approved equal. Wrapped skirt end-seals are not permitted. 6.3 Execution 6.3.1 Inspection All casing pipe to be installed shall be certified by the manufacturer for compliance with these specifications. Casing pipe shall be subject to careful examination and inspection before installation, and no pieces shall bei installed which ist found tol be damaged or defective. Any casing pipe found to be damaged or defective shall be repaired or replaced as determined by the City. 6.3.2 Material Handling Care shall bet taken inl loading, transporting, unloading, and installing casing pipe and carrier pipes to prevent damage to the pipe or coatings. Pipe shall not be dropped. 6.3.3 Casing Pipe Installation All work shall be performed in accordance with these specifications and/or the requirements of the agency having jurisdiction of the right-of-way or easement in which the installation is proposed. Any special requirements of the jurisdictional agency shall be adhered to during the The installation of the casing pipe shall proceed from a pit excavated at a safe distance from the edge of the roadway, railroad, or other structure. Construction shall noti interrupt traffic on the Field verify the horizontal and vertical location of all underground utilities and aboveground infrastructure, including utility poles, retaining walls, foundations, or other obstacles along the jack and bore alignment, priort to advancing the augera and/orc casing pipe. Identifyandi resolve any conflicts with the proposed jack and bore alignment and existing underground utilities or Maintain dry jacking and receiving pits and boreholes, free from groundwater infiltration or stormwater runoff. In the event of inclement weather, provide the necessary protection of the jacking and receiving pits to prevent infiltration and wash out. Provide all necessary equipment performance oft the Work. roadwaysorr railroads. povegoundinrastnucture before excavating thej jacking and receiving pits. REVISION DATE: October 2023 Section 6- -J Jacking and Boring Page 40 of6 SECTION6 JACKING AND BORING City of Bushnell Technical Specifications for Waterand Sewer Construction to protect and dewater the excavations and bore hole. Dewatering through the casing pipe is not permitted. Dewatering effluent shall ber managedinaccordancewtntmereguatonyrequirements Install the casing pipe in accordance with approved jacking and boring methods. Install suitable reaction blocks for thej jacking operation, asrequired. Jacking operations shall be continuous, and precautions shall bet taken to avoid interruptions that might restrict or prohibit the advancement Earth within the casing shall not be removed too close toi the cutting edge in order to prevent the formation of voids outside the casing. If voids are formed, they shall be satisfactorily filled with Maintain the necessary line and grade as indicated on the Plans. Installation of the casing pipes shall be: atal horizontal and vertical alignment that will allowi installation of the carrier pipe, within allowable tolerances, according to the Plans. Failure to meet the lines and grade as indicated on the Plans may result in remediation, at the discretion of the City and/or the jurisdictional agency. Appropriate barricades, signage, and lighting will be provided if pits are open overnight. Thej joining of sections of steel casing shall be field welded in accordance with the applicable portions of AWWA C206 and AWS D7.0 for field-welded pipe joints. The Contractor shall wire After completion of jacking operation, clean the interior of the casing of all excess material and completely remove the reaction blocks, braces, and all other associated construction materials from the site. Complete as-built documentation, including end of casing locations, elevations, etc., fort the jack and borei installation prior to backfilling thej jackingandr receiving pits. Thej jacking and receiving pits shall be excavated, backfilled, and compacted in accordance with Section 5- and the Contract. of the casing pipe. grout by pumping. Excavations shall be completely enclosed with barricades. brush the welded joints and paint with an approved material. Excavating, Backfilling, and Compacting for Utilities. The casing pipe is not to be used for linear restraint of the carrier pipe. 6.3.4 Other Equipment Any equipment used on the job that has not been defined and covered previously in this section must bei inp properworking gorderand otherwise conform to the requirements as specified in other sections. 6.3.5 Personnel Requirements Provide a competent and experienced supervisor that is thoroughly familiar with the equipment and type of work to be performed, and in direct charge and control of the operation at all times. In all cases, the supervisor must be continually present at the job site during the actual crossing REVISION DATE: October 2023 Section 6-J Jacking and Boring Page 50 of6 City of Bushnell operation. Technical: Specifications for Water and Sewer Construction SECTION 6 JACKING AND BORING Provide as sufficient number of competent workers on the job at all times to ensure the jack and bore installation is made in a timely and satisfactory manner. Adequate personnel for carrying out all phases of the actual jack and bore installation, where applicable, include: boring machine operator, certified welder(s) for joining additional casing sections; excavator operators, crane or lift operator for handing casing pipe, and laborers, as necessary for various related tasks, must be The City must be notified 48 hours in advance of staring Work. In addition, the jack and bore operation shall not begin until the City is present at the job site and agrees that proper preparations for the crossing have been made. The City'sa approval for beginning the Work shall in no way relieve the Contractor of the ultimate responsibility for the satisfactory completion of the Work. The City shall be present on the job site at all times during the actual jack and bore on thej job site during the Work. operation and carrier pipe installation. 6.3.6 Carrier Pipe Installation Wastewater gravity pipe (carrier pipe) must be held to slope and azimuth indicated in the Plans and may have up to 0.10-foot: t1 tolerance in the vertical plane and up to0spfootztoleranced the center line on the horizontal plane. Wooden skid casing spacers are not acceptable. All carrier pipes shall be installed with approved casing spacers. The size and type of casing spacers shall be: sufficient to support the pipe so that the carrier pipe is centered within the casing pipe and restrained from cross-sectional horizontal and vertical movement. Ar minimum of three casing spacers per carrier pipe segment is required. Spacers on the bell end of the pipe shall bea maximum of 2 feet behind the bell. Spacers on the spigot end shall be positioned at the line marking thei insertion! limit into the bell, such that the casing spacer isi in contact with thel bell face when the pipei is properlyseated. Thet third casing spacer (or remaining additional casing spacers) shall be evenly distributed between the two end spacers. All casing spacers shall be installed in After the carrier pipe has been properly installed and tested, the ends of the casing pipe shall be sealed with masonry( (brickandi non-shrink mortar) plugs withan molded skirt-type casing end seal, orar mechanical link-type casing end seal, to prevent the infiltration of soil and ground water into the casing: annular space. Skirt-type seals with banding strapsa andi mechanicall link-t type seals shall accordance with the manufacturer'srecommendations. bei installed per the manufacturersrecommendations. END OF SECTION 6 REVISION DATE: October 2023 Section 6-J Jacking and Boring Page 60 of6 SECTION7 SYSTEMI PIPING City of Bushnell Technical: Specifications for Waterand Sewer Construction DISTRIBUTION. AND TRANSMISSION 7.1 General 7.1.1 Scope of Work Supply all labor, equipment, materials, and incidentals necessary to install, test, and place into operation all potable water distribution, sanitary sewer force main, and reclaimed water distribution system piping and fittings as shown on the drawings and ass specified herein. 7.1.2 Submittals Submit shop drawings to the City for review showing the manufacturer's drawings and specifications indicating complete details of all items. The details shall include material specifications, pressure class, certifications, joint types, gasket information, linings, coatings, installation and testing procedures, and other pertinent information necessary to assure that the proposed materials comply with all aspects of these technical specifications. The shop drawings shall be submitted to the Engineer for approval before fabrication and shipment of these items. The City shall not be responsible for items procured by the Contractor that have not been reviewed and approved through this submittal process. 7.1.3 Acceptance of Work Until the Cityl has formally accepted ownership and maintenance responsibility of the distribution and transmission system piping, the Contractor/Developer will be solely responsible for locating, maintaining, protecting, and repairing (if necessary) the distribution and transmission system piping, regardless of the cause of damage. The Contractor/Developer will be notified of acceptance in accordance with the guidelines outlined int the Contract Documents. 7.1.4 Manufacturer Requirements for Pipe and Fittings All pipe and fittings shall be in accordance with the standard specifications unless otherwise approved by the City. Products shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. 7.2 Products 7.2.1 Ductile Iron Pipe All ductile iron pipes shall be designed in accordance with the latest version of ANSI/AWWA C150/A21.501 for a rated water working pressure according to Table 7.1, which shall be adequate for ther rated working pressure plus as surge allowance of 100p psi, usinga2-to-1 factor ofs safety on the sumofworking pressure plus surge allowance. REVISIONDATE: October 2023 Section7-Dstribution and Transmission: System Piping Page 1of14 SECTION7 SYSTEMPIPING City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION. ANDT TRANSMISSION Table 7.1-Minimum Pressure Class for Ductile Iron Pressure Pipe Nominal Pipe Size Pressure Class* Nominal Pipe Size Pressure Class* (inches) 4 6 8 12 16 18 (PSI) 350 350 350 350 250 250 (inches) 20 24 30 36 42 48 (PSI) 250 250 250 250 250 250 *The minimum pressure class indicated in the table above is for pressure pipe installations under normal installation and loading conditions. The Engineer of Record shall determine if field conditions warrant a higher pressure class pipe due to special installation conditions or risk factors (i.e. excessive surge pressure, shallow cover, utility clearance, and/or excessive external loading conditions). Ductilei iron pipes shall beinaccordancer with thel latest revision ofA ANSI/AWWAC151/A21.51.Each pipe shall be subjected to a hydrostatic pressure test of at least 500 psi at the point of manufacture. Coatings and linings shall be as required for the intended application, per this specification. Approved ductile iron pipe manufacturers include American (Cast Iron Pipe Co.), Ductile iron pipe for below ground installation shall be suppliedi inr nominal lengths nogreatert than 20 feet and shall be furnished with push-on type joints, such as "Tyton" or "Fastite," unless otherwise shown on the drawings. Rubber gasket joints shall be in accordance with the latest revision of ANSI/AWWA C111/A21.11, and be furnished complete with all accessories, including Ductile iron pipe for above ground installation shall be furnished with flange type joints, unless otherwise shown on the drawings. Flanges shall be ductile iron and conform to ANSI/AWWA C115/A21.15. Flange gaskets shall be full-face type gaskets molded from high-quality styrene- butadiene rubber (SBR) and shall be pre-drilled to match flange bolt pattern. The flange and gasket shall be rated foraworking pressure of 350 psi, unless otherwise specified. The class or nominal thickness, net weight without lining, and casting period shall be clearly marked on each length of pipe; additionally, the manufacturer's mark, country where cast, year produced, and1 the letters "DI" or "Ductile" shall be cast or stamped on the pipe. U.S. Pipe, and McWane (Cast Iron Pipe Co.). restraints when necessary. 7.2.2 Ductile Iron Fittings orC153/A21.53. REVISIONDATE: October 2023 All ductile iront fittings shall bei in accordance with the latest version of ANS/AWWACIIOAZI1O ection7-Dstribution and' Transmission: System Piping Page 2of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION: AND TRANSMISSION All distribution and transmission pipe fittings for installation below ground shall be mechanical joint type ductile iron fittings. Rubber gasket joints for mechanical joint type ductile iron fittings All distribution and transmission pipe fittings for installation above ground shall be flange joint type ductile iron fittings and drilled to match ANSI/AWWA C115/A21.15 flanges. Flange gaskets shall be full-face type gaskets molded from ehgualysyrene-butdene rubber (SBR) and shall be pre-drilled to match flange bolt pattern. The flange and gasket shall be rated for a working Approved ductile iront fitting manufacturers include Tyler Union, Star Pipe Products, or approved shall conform to ANSI/AWWA C111/A21.11. pressure of 350 psi, unless otherwise specified. equal. 7.2.3 Linings & Coatings for Ductile Iron Pipe and Fittings Unless explicitly allowed within this specification, all interior linings and exterior coatings (including primers) shall be applied by a certified applicator at thei foundry or certified application facility. All surfaces shall be prepared in accordance with the manufacturers' recommendations For potable water and reclaimed water applications, line the interior surface of all ductile iron pipe and fittings with a cement mortar lining and bituminous seal coat in accordance with ANSI/AWWA C104/A21.4. For buried applications, coat the exterior surface of all fittings with a 1.0 mil thick asphaltic coating in accordance with ANSI A21.51. For exposed or above ground applications, coat the exterior surface with an epoxy primer to a thickness of 5 mils and apply a top coat of epoxy to a minimum thickness of 15 mils. Approved primer and top coat products include Tnemec Series N140 Pota-Pox Plus (primer) and Tnemec Series 435 Perma-Glaze (top coat), or approved equals. The top coat only may be field-applied by an experienced applicator For force main applications, line the interior surface of all ductile iron pipe and fittings to a minimum thickness of40mils (DFT) witha al high solids (97% minimum) coal-tar free ceramic epoxy. Approved products include Protecto 401 or Permite Permox-CTF. For buried applications, coat the exterior surface of all buried fittings with a: 1.0 mil thick asphaltic coating in accordance with ANSI A21.51. For exposed or above-ground applications, coat the exterior surface with an epoxy primer to a thickness of 5 mils and apply a top coat ofe epoxy to a minimum thickness of: 15 mils. Approved primer and top coat products include Tnemec Series N140 Pota-Pox Plus (primer) and Tnemec Series 435 Perma-Glaze (top coat), or approved equals. The top coat only may be field- for thei intended environment and the product(s) to be applied. and allowed to cure before installation. applied by an experienced applicator and allowed to cure before installation. REVISION DATE: October 2023 ection7-Dstribution and Transmission: System Piping Page 3 of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Waterand: Sewer Construction DISTRIBUTION AND TRANSMISSION 7.2.4 Polyvinyl Chloride (PVC) Pressure Pipe PVC pressure pipe is an approved material for 4-inch through 12-inch below-ground installation of potable and reclaimed water mains, when other approved materials are not specifically required. For potable and reclaimed water mains larger than 12-inch, ductile iron or HDPE pressure pipe shall be used. PVCpressure pipe isa ana approved material for 4-inch through 30-inch below-ground installation of sewer force mains, when other approved materials are not specifically required. For sewer force mains larger than 30-inch, ductile iron or HDPE pressure pipe shall be used. PVC and HDPE pressure pipe shall not be used in above-ground applications. AIIF PVCpressure pipe shall conform to the latest version of AWWA C900, "Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4-inches through 12-inches, for Water Transmission and Distribution." Approved PVC pressure pipe manufacturers included JM Eagle Corp., National Pipe PVC pressure pipe for installation below ground shall be supplied in nominal lengths no greater than 201 feet (+/-1-inch) and shall bet furnished with push-on type joints sincompliance with ASTM D3139 and Rieber gaskets conforming to ASTM F477, and be furnished complete with all accessories, including restraints when necessary. No solvent-cement joints will be allowed. PVC pressure pipe shall have standard ductile iron pipe size (DIPS) outside diameter (OD) dimensions with a wall-thickness dimension ratio (DR) of 18, and a pressure class of235 PSI per AWWAC900- 07 [150 PSI per AWWA C900-97/Factory Mutual (FM) 1612). Each standard laying length of pipe PVC pressure pipe shall be color coded and labeled according to the following applications: & Plastics, North American Pipe Corp., and Diamond Plastics Corp. and integral bell shall be tested up to 600 PSI for a minimum of 5 seconds. Table 7.2-E Exterior Colors and Markings for Pressure Pipes Application Potable Water Sanitary Sewer Reclaimed Water Purple Color Approvals, Listings, and Special Markings Blue Green NSF6 61, UL1285, FM: 1612 Sewer/ / Force Main Reclaimed' Water Other lettering and markings on the pipe shall include pipe size, OD basis, material code designation, dimension ratio, AWWA pressure class, AWWA C900, manufacturer's name, and PVC pipe which is damaged or show signs of sun exposure/ultraviolet degradation will not be production code information. considered for use. REVISION! DATE: October 2023 ection7-DstributionndTransmision System Piping Page 4of14 SECTION7 SYSTEME PIPING City of Bushnell Technical: Specifications for Watera and! Sewer Construction DISTRIBUTION. AND1 TRANSMISSION 7.2.5 High Density Polyethylene (HDPE) Pressure Pipe mains, when other approved materials are not specifically required. HDPE pressure pipei is an approved material for all 4-inch and larger distribution and transmission All HDPE pressure pipe shall be manufactured using PE4710 resin and shall conform to the latest versionofAWWAC906, "Polyethylene (PE)Pressure! Pipe and Fittings, 4-inches through 63-inches, for Water Distribution and Transmission." Approved HDPE pressure pipe manufacturersincluded HDPE pressure pipe shall be ductile iron pipe size (DIPS) outside diameter (OD) dimensions with a wall-thickness dimension ratio (DR) of 11 and a minimum pressure rating of2 200PSI, except when thicker materials are spedificallyrequired. AIIHDPE pipe shall be manufacturedwithauVinhibitor to protect the pipe from degradation in direct sunlight. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specifications from the same raw material. The pipe shall bet free of visible cracks, holes, foreign inclusions, voids or otherir injurious defectsi including discoloration. There shall be continuous color stripes along at least two opposite sides of the pipe exterior (preferably at the 3 and 9 o'clock positions) to identify the intended use of the pressure pipe. Stripe colors shall be the same as HDPE pressure pipe that is gouged, scraped, or otherwise damaged resulting in a loss of at least JMI Eagle Corp., National Pipe and Plastics, and Performance Pipe. those used for PVC pressure pipe identification identified in Table 7.1 above. ten percent of the pipe wall thickness shall not be used. 7.2.6 Tracer' Wire All distribution and transmission system piping and appurtenances shall have a continuous reinforced copper tracer wire secured to the pipe to prevent separation during and after installation. Thet tracerwire for open cuti installationsshall be a direct burial #10AWGhgh-strength copper-clad steel with a minimum break load of 680 Ibs. and a 30-mil high-density polyethylene coating on the outside for protection. The tracer wire: shall be rated for 30 volts and meet APWA color coding requirements for the utility application. Approved products include Copperhead Industries, LLC-# #10A AWG HS-CCS Tracer' Wire; Pro-Line Safety Products- #10 AWG Pro-Trace HS- Thet tracer wiret for Horizontal Directional Drilling shall be as specified in Sections,paragaphs24 When a splice is required on the tracer wire, a UL 486D Listed direct burial waterproof wire nut shall be used to join the ends of the wire. Wire nuts shall be installed per the manufacturer's specifications. Approved productsi include King Innovation DryConne King 6 Blue One-Stepo wire CCSTracer' Wire; or approved equal. of these Technical Specifications. nuts, or approved equal. REVISION DATE: October 2023 secton7-Dastrbutonand Transmission System Piping Page 5of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION. AND TRANSMISSION 7.2.7 Thrust Restraints 7.2.7.1 Restraining Gaskets and Mechanical Thrust Restraints When restrained joints are required for below ground installations, furnish and install restrained joint pipe and/or mechanical joint restraints in accordance with the Standard Construction Details, or as specified by the Engineer of Record. The type of thrust restraint required shall depend on the material and joint type of the pipe requiringrestraint. Approved thrust restraints for various pipe materials Table 7.3-Approved Thrust Restraints for Pressure Pipe and Fittings and joint types are provided in Table 7.3. Pipe Material DI DI DI Joint Type Push-On (12-inch and smaller) Push-On (14-inch and larger) Mechanical (All sizes) Approved Restraints American Fast-Gripo Gasket McWane Sure-Stop 350° U.S. Pipe Field-Loko350 American Flex Ring/ / Field Flex Ring U.S. Pipe TRI Flex" EBAA Iron Megalugo Series 1100 EBAAI Iron Megalug" 15MI0OTD(ru-Dual? Sigma One-Lok'M D-Series SLDE (Domestic) Tyler Union TUFGrip" Series 1000 (TLD/DI) U.S. Pipe MJ Field Loko (DI) Star Pipe Stargrip Series 3000 Diamond Plastics- -Diamond! Lok-21° Gasket EBAA Iron Megalugo 1900 JM Eagle Eagle Loc 900"M Gasket Tyler Union TUFGrip" Series 3000 (PP/PVC) Star Pipe Restrainers Series1100 RieberLok Gasket EBAA Iron Megalugo 2000PV EBAA Iron Megalug" 15MJOOTD (Tru-Dual°) Sigma One-Lok"D-Series SLCE (Domestic) Tyler Union TUFGrip" Series 2000 (TLP/PVC) Star Pipe Stargrip Series 4000 No Restraints Required HDPE MJ Adapter w/ SS Stiffener PVC Push-On PVC Mechanical HDPE HDPE Fusion Welded Mechanical 1. Concrete thrust blocks shall not be allowed unless approved in writing by the City. 2. Except for PVCPush-On joint restraints, split-design mechanical thrust restraints shall only be considered foradding restraint to existing DI and PVC pipes. REVISIONDATE: October 2023 section7-Dstribution and Transmission System Piping Page6of14 SECTION7 SYSTEM PIPING City of Bushnell Technical: Specifications for Waterand Sewer Construction DISTRIBUTION. AND TRANSMISSION 3. Bolts and nuts for mechanically restrained joints shall bel hot dipped galvanized, low alloy, high-strength steel. All-thread rodsa anda associated aesamdhusforetaned joints shall be Type 304 Stainless Steel. 7.2.7.2 Thrust Blocks When concrete thrust blocks are required in lieu of, or in addition to, restraining gaskets and/or mechanicairestraints, thet thrust blocks shall be sized andi installed ina accordance with the Engineer of Record design. 7.3 Execution 7.3.1 General All streets and easements shall be cleared and graded to within 4 inches of thet final grade prior All pressurized mains and service piping shall have minimum of 3 feet of cover and no more than 6feetofcover, unless otherwise: specified. Trenchexcavation, backfill and compaction: shall meet the requirements of Excavating, Backfilling and Compacting for Utilities specification contained in this document. Type 2 bedding conditions shall be used for all pressure pipe installation, unless Pipe shall be handled according to the manufacturer's recommendations. Care shall be taken in loading, transporting, unloading, and storing pipe and fittings to prevent damage to the pipe or fitting, coatings, and linings. Use padded straps, not chains or cables, for lifting pipe, fittings, and appurtenances. Pipe shall not ber moved usinga ai forklift ini the end ofthep pipe. All pipe andi fittings shall be subjected to acarefuli inspection just prior to being laid ori installed, andi no piece shall be installed which is found to be damaged or defective. Any damaged pipe, fittings, coatings, and linings shall be repaired or replaced, as directed by the City. Ifa any damaged or defective pipe is discovered afterith has been! laid, its shall ber removed andi replacedwithanewpipewppe,nasatisiactony All pipe and fittings shall be thoroughly cleaned before laying and shall be kept clean until they are used in the work and placed into service. When pipe laying is not actively in progress, the open ends oft the pipe shall be closed by watertight plug or other approved means. All pipe and fittings shall conform to the lines and grades required. Unless specifically indicated otherwise, underground piping shall slope uniformly between shown elevations. All pressurized distributionandi transmission mains shall bel laid withac continuous insulated tracer wire to provide for location by metallic pipel locators. Tracerwire: shalll be wrapped a minimum of toconstruction of the utility system. specified otherwise. manner. REVISION! DATE: October 2023 Section7-Distribution and Transmission System Piping Page7of14 SECTION7 SYSTEMI PIPING City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION, AND TRANSMISSION two times around each joint of pipe. When a splice is required on the tracer wire, a direct burial Tracer wires shall be routed to the surface through valve boxes and extend at least 12-inches the beyond valve box. Excess tracer wire shall be coiled under box lid and arranged sO as not to interfere with valve operation. Tracer wire runs shall not exceed 1,000 feet without an access point. Extra valve box shall be provided where distances between valves exceeding 1,000 feet so there is no run longer than 1,000 feet. For runs longer than 1,000 feet, evenly split the distance The valve box will be supported above the top of the pipe by gravel bedding to eliminate any stress on the pipe at this point. An EMSmarkerwill be buried adjacent to this valve box atac depth waterproof wire nut shall be used toj join the wires. between valves and the extra valve box(s). of2f feet to help facilitate location. 7.3.2 Connection to Existing Lines water, sewer, or reclaimed water systems. The City of Bushnell Inspector shall be notified 48 hours prior to any connection to the existing Whenc connecting new pipe to existing pipe, thet following work shall be performed: a. Expose buried lines to determine pipe material, diameter, and method of proposed b. Furnish and install piping, fittings, valves, and restraints on both new pipe and existing pipe as necessary to complete the connection as intended in the plans. Provide all testing (pressure, bacteriological, etc.)f for new pipe and fittings, as well as any existing pipe impacted by the connection, before placing into service. connection (plugged end, tap, tie-in, etc.). 24 hours before any utility service outage, there will be a reflective sign with flasher or VMS (Variable Message Sign) placed on each street coming into the affected area. The: sign will be no smaller than 41 feet) X4 41 feet and will have an easy to read (4-inch letters) notice that utility service If the anticipated number of affected customers is less than 25, the Contractor will attempt to notify affected customers in person by 7PM the dayl before the outage, and leave a door hanger notice at the residence or business. If more than 25 customers are affected, then the Contractor will coordinate an electronic message notification through the City to be sent by 7PM the day before the outage (no personal contact attempted or door hangers placed). Affected critical use will be off tomorrow. facilities may require al longer notification period. REVISIONDATE: October 2023 section7-Dstribution and Transmission System Piping Page 8 of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Watera and Sewer Construction DISTRIBUTION: AND TRANSMISSION All notifications shall include the date, time, duration, and type (water, sewer, gas, etc.) of anticipated service interruptions; the daytime and nighttime phone numbers of the Contractor; and the City number xxx-xxxxxxxday & night. 7.3.3 Ductile Iron Pipe Ductile iron pipe and fittings shall be installed in accordance with the requirements of AWWA Proper pipe alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings in addition to those shown on the plans shall be provided, if required, in crossing utilities, which may be encountered upon opening the trench. When cutting pipe is required, the cutting shall be done in accordance with approved methods stated in the Ductile Iron Pipe Research Association's Installation Guide for Ductile Iron Pipe" leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a push-on joints or mechanical joint fittings shall be beveled and de-burred to conform to the manufactured spigot end. Coatings and linings shall be undamaged by the cutting process. Coatings and linings requiring touch-up repairs shall be done in accordance with the C600, and as otherwise provided herein. manufacturers' recommendations. 7.3.3.1 Jointing Ductile-Iron Pipe Unless otherwise noted, underground piping shall be push-on or mechanical joint types Push-on joints shall be made ins strict accordance withi the manufacturer's instructions. A rubber gasket supplied by the pipe manufacturer shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipei is to be aligned with the bell of the pipe to whichi it ist to bej joined and pushed home with aj jack or other means. Ifa backhoe is used to bell the pipe, a timber header will be used between the pipe and backhoe bucket to avoid damage to the pipe. Contractor shall note the position of the painted gauge lines to properly position the plain end int the bell socket. Extreme care shall be taken to avoid over-belling the pipe to avoid damaging Mechanical joints at valves, fittings, and where designated on the drawings and/or as specified shall be in accordance with the "Notes on Method of Installation" under ANSI/AWWA C111/A21.11, AWWA C600 Section 3.4, and the instructions of the manufacturer. To assemble thej joints in the field, thoroughly clean thej joint surfaces and with thrust restraints as required by the City of Bushnell. the pipe and/or lining. REVISION DATE: October 2023 Section 7-D Distribution and Transmission System Piping Page 9of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION, AND TRANSMISSION rubber gasket with soapy water before tightening the bolts. Bolts shall be tightened ina uniformed manner to the specified torque as noted below in Table 7.4. Table 7.4: Mechanical-Joint Bolt Torque Pipe Size (inches ) 3 4-24 30-36 42-48 Bolt Size Inches (mm) % (16) % (19) 1(25) 1%(32) Torque Ft.-Lbs. (N-m) 45-60(61-81) 75-90( (102-122) 100-120/(136-163 120-150 (163-203) Ball joints, where designated on the drawings and/or as specified, shall be installed in strictaccordancer with themanufacturer'sinstructions. Where ball joint assemblies occur at the face of structures or tanks, the socket end shall be at the structure or tank and the Flanged joints shall be in accordance with ANSI/AWWA C115/A21.15, including its Appendix Aand thei instructions of the manufacturer. Flanged joints shall bet fitted so that the contact faces bear uniformly on the gasket and then are made up with relatively All valves, hydrants, fittings and other appurtenances needed upon the pipelines shall be set and jointed as indicated on the Drawings or as required by the manufacturer. If joint deflection is required to construct the water main as shown on the plans, the maximum deflection shall not exceed the maximum recommended deflections in the latest AWWA or manufacturers written directions (whichever is more stringent). Fittings shown on the drawings is shown only as an assistance in illustrating a preferred means of installation in specific locations and is not intended to indicate all fittings necessary' to affect the installation as shown in plans and profile views. ball end assembled to the socket. uniform bolt stress. Allt taps on! DIP pipe will be made by approved methods, using saddles or tapping sleeve and valve, when required. 7.3.4 Polyvinyl Chloride (PVC) Pressure Pipe PVC piping shall bei installed to the requirements of the manufacturer. If joint deflection is required to construct the main as shown on the plans, the maximum deflection shall not exceed the manufacturer's maximum recommended deflection. If restrained joints are required, use only mechanical thrust restraints approved for PVC pipe. Under no circumstances shall setscrews be used on PVC pipe. REVISIONDATE: October 2023 Section7-1 Distribution and Transmission: System Piping Page 10of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION, AND TRANSMISSION All taps on PVCP pipe willl ber made through approved saddles or tapping sleeve and valve. 7.3.5 High! Density Polyethylene (HDPE) Pipe HDPE piping shall be installed to the requirements of the manufacturer. If restrained joints are shown on the plans, use manufacturer recommended fittings for HDPE pipe. If joint deflection is required to construct the main as shown on the plans, the maximum deflection shall not exceed the manufacturersmawimum recommended deflection. Allt taps on HDPE pipe willl be madei through approved saddles or tapping sleeve and valve. 7.3.6 Thrust Restraints Restraining gaskets and/or mechanical thrust restraints shall be used to provide resistance to thrust forces generated in pressurized pipelines at all valves, bends, tees, reducers, and caps or plugs. The length of restrained pipe on each side of the valve and/or fitting shall be sufficient to provide adequate resisting force to prevent separation of the pipe joints and fittings. The minimum number of restrained joints required for resisting thrust forces shall be determined by the pipe size, material, type of valve or fitting, operating conditions, pipe trench, and: soil type. Minimum restrained lengths for many typical applications are provided in the Standard Construction Details, which have been calculated for various pipe material and fittings based on the following minimum design parameters: Soil Designation: Good! Sand (Unified Soil Classification: Type SM) Safety Factor:1.5 Trench Type: Type 2 Depth of Bury: 3 Feet Test Pressure:150PS Any variations from the minimum restrained lengths provided in the Standard Construction Details and the design parameters above shall be requested in writing by an active Florida Licensed Professional Engineer, in good standing with Florida Board of Professional Engineers. REVISIONDATE: October 2023 etion7-Dstibutionand Transmission: System Piping Page 11of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION, AND TRANSMISSION Such requests shall include suggested changes to design parameters, supporting documentation, and new restrained length calculations, signed and sealed by the Professional Engineer. Where concrete thrust blocks are required in addition to, or inl lieu of, restraining gaskets and/or mechaniçal restraints, then the thrust blocks shall be sized and installed in accordance with these Concrete thrust blocks shall have a load bearing area sufficient to resist the thrust forces at all valves and pipe fitting. Thrust forces shall be calculated using the same design criteria as for restrained lengths above. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of anyj joint. Joints shall be protected by felt roofing paper or plastic sheeting prior to placing concrete thrust block. Wooden side forms specifications and the Standard Construction Details. shall be provided to achieve the required shape for concrete thrust blocks. 7.3.7 Pressure Tests of Distribution and Transmission System Piping The City shall be notified 24 hours in advance of any testing. Hydrostatic pressure tests shall conform to Section 4 of the AWWA C600 latest edition, with the exception that the Contractor shall furnish all gauges, meters, pressure pumps and other equipment needed to test thel line. The pressure required for the field hydrostatic pressure test shall be made at 150 psi. Provide temporary plugs and blocking necessary to maintain the required test pressure. Wash stands at least 2-inches in diameter, pipe riser, and angle globe valves shall be provided at each pipe dead- end to bleed air from thel line. Duration of pressure test shall be at least 21 hours. All leaks evident shall be repaired. Distribution and transmission system piping, valves, and appurtenances that fail pressuret tests shall ber repaired and retested as necessary untiltestr requirements: ares satisfied. Defective pipe and related appurtenances. shall be removed and replaced at no additional cost to The piping systems, valves and appurtenances shall bei tested in such sections, as may be directed byt the Engineer, bys shutting valves or installing temporary plugs, as required. The piping system, valves and appurtenances shall be filled with water, all air removed, and the test pressure shall be maintained int the pipe for the entire test period by means ofa a force pump to bet furnished by Remove and adequately dispose of all blocking material and equipment after completion and acceptance by the field hydrostatic test, unless otherwise directed by the Engineer. Repair any damage to the pipe coating. Distribution and transmission system piping, valves, and the City. the Contractor. appurtenances shall be totally flushed and cleaned prior to final acceptance. REVISIONDATE: October 2023 ection7-DstributionandTransmision System Piping Page 12 of14 SECTION7 SYSTEMPIPING City of Bushnell Technical: Specifications for Waterand Sewer Construction DISTRIBUTION. ANDTRANSMISSION 7.3.8 Disinfecting Potable Water Pipelines Before being placed in service, all potable water system piping shall be chlorinated in accordance with AWWA 651 latest edition, "Standard Procedure for Disinfecting Water Mains". The procedure shall be approved by the City. The location of the chlorination and sampling points will be determined by the Cityi in the field. Taps for chlorination and sampling shall be uncovered and The procedure for chlorination shall be first to flush all dirty or discolored water from the lines, and then introduce chlorine in approved dosages through at tap at one end, while water is being drawn at the other end oft the line. The chlorine solution shall remain int the pipeline for2 24 hours. backfilled by the Contractor as required. Chlorine dosages shall be according to Table 7.5. Table 7.5- Ounces of Calcium Hypochlorite Granules tol be Placed at Beginning of Main and at Each 500-foot Interval Pipe Diameter (in) 4 6 8 12 16andl larger Calcium Hypochlorite Granules (oz) 0.5 1.0 2.0 4.0 8.0 Following the chlorination period, all treated water shall be flushed from the lines at their extremities andi replaced with water from the distributionsystem. The Contractor:haltnenmake bacteriological sampling and analysis of the replacement water in full accordance with AWWA C651. The Contractor will be required to re-chlorinate, if necessary. The line shall not be placed ins service until the disinfection requirements oft the Florida Department Environmental Protection (FDEP) are satisfied. Water linet flushing will be limited to the amount shown in Table 7.6. [THE REMAINDER OF THIS PAGE LEFT INTENTIONALYBLANA REVISIONDATE: October 2023 ection7-Dstribution and' Transmission System Piping Page 13 of14 SECTION7 SYSTEM PIPING City of Bushnell Technical Specifications for Watera and Sewer Construction DISTRIBUTION. AND TRANSMISSION Table 7.6: Line Flushing Parameters Minutes of Flow per 1,000 feet of pipe hose connection 17 32 49 71 (1 hr 11 min) 96 (1 hr 36min) 125 (2 hr 05 min) 159 (2 hr 39 min) 196 (3 hr 161 min) 282 (41 hr4 43 min) Line Diameter Fire Hydrant with 2.5-inch Fire Hydrant with 5-inch steamer connection 6 11 17 24 32 42 53 66(1 hr 06n min) 94(1 hr 34 min) (inches) 6 8 10 12 14 16 18 20 24 Special disinfecting procedures shall be used in connections to existing mains, and where the No flushing can begin until the Cityl has verified that a chlorine residual of not less than 10.0 ppm after the line has been filled for at least 24 hours. A City inspector is required to be on site to monitor alli flushing activities. The Contractor shall meter and pay for any water used for flushing method outlined above is not practical. at standard City rates. State Statute 812.14 willl be enforced. END OF SECTION7 REVISIONDATE: October 2023 ecton7-Datrlbutionand Transmission System Piping Page 14 of14 SECTION8 City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION/ ANDTRANSMISSION SYSTEM VALVES AND APPURTENANCES 8.1 General 8.1.1 Scope of Work Supply all labor, equipment, materials, and incidentals necessary to install, test, and place into operation all potable water distribution, sanitary sewer force main, and reclaimed water distribution system valves and appurtenances as shown on the drawings and as specified herein. 8.1.2 Submittals Submit shop drawings to the City for review showing the manufacturer's drawings and specifications indicating complete details of all items. The details shall include material specifications, pressure class, certifications, joint types, gasket information, linings, coatings, installation and testing procedures, and other pertinent information necessary to assure that the proposed materials comply with all aspects of these technical specifications. The shop drawings shall be submitted to the Engineer for approval before fabrication and shipment of these items. The City shall not be responsible for items procured by the Contractor that have not been reviewed and approved through this submittal process. 8.1.3 Acceptance of Work Until the City! has formally accepted ownership andi maintenance responsibility of the distribution and transmission system piping, the Contractor/Developer will be solely responsible for locating, maintaining, protecting, and repairing (if necessary) the distribution and transmission system piping, regardless of the cause of damage. The Contractor/Developer will be notified of acceptance in accordance with the guidelines outlined in the Contract Documents. 8.1.4 Manufacturer Requirements for Pipe and Fittings All stributonanctransmson system valves and appurtenances shall be in accordance with the standard specifications unless otherwise approved by the City. Products shall be assembled, inspected, and tested at the foundry as required by the standard specifications to which the material is manufactured. 8.2 Products 8.2.1 Resilient Wedge Gate' Valves Valves for distribution and transmission system pressure pipe 4-inch and larger shall be cast iron or ductile iron body and bonnet, resilient wedge gate type valves with a water service pressure ratingof250PSL. All valvesshall be manufactured to meet the requirementsof AWWAC509 (cast REVISIONDATE: October 2023 Section8-Dstribution and" Transmission System Valves and Appurtenances Pageiof16 SECTION 8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTIONANDTRANSMISSION SYSTEMVALVES, AND APPURTENANCES iron) or AWWA C515 (ductile iron), latest revisions. Approved resilient wedge gate valve manufacturers are American Flow Control, Clow/M&H/kennedy, U.S. Pipe/Mueller, and EJ The valve wedge shall be constructed of ductile iron and shall bet ymapauiwtarslent EPDM rubber and provided with male type guides and polymer guide covers. Buried valves shall have non-rising stems and a 2-inch square operating nut. For valves 4-inch through 12-inch, the operating nut shall attach directly to the valve stem. For valves 14-inch and greater, the operating nut shall operate a spur gear or bevel gear actuator to open and close the gate. Valves shall open by turning counter-clockwise (left) with arrow cast in metal to indicate Valve stems shall be copper/bronze or manganese/bronze alloy and shall be sealed by at least three O-rings with two oft the O-rings located above thet thrust collar. The thrust collar shall have upper and lower thrust washers to reduce friction and minimize operating torque. Alli internal and external ferrous surfaces of the valve body and bonnet shall have fusion-bonded epoxy coating, complying with ANSI/AWWAC550, applied byt the manufacturer priort to assembly. Epoxy coatings for potable water system valves shall be certified to NSF/ANSI Standard 61. Each valve shall have the manufacturer's name, pressure rating and year manufactured cast on the body. Prior to shipment from the factory, each valve: shall bet tested to al hydrostatic pressure Foundry. direction of opening. of3 350 psi. 8.2.2 Tapping Sleeves and Valves All tapping valves will be resilient wedge type and designed for use with tapping equipment. All tapping valves willl have an alignment ringt to prevent misalignment with tapping sleeves. Tapping valves will close clockwise (right), open counter-clockwise (left), and be equipped with a non- rising stem and standard 2-inch square-operating nut. The tapping valve will be mechanical joint (MJ) with the manufacturer's gaskets. Tapping valves will meet or exceed all the requirements All tapping sleeves for use on distribution and transmission system pressure pipe 12-inch or less in diameter shall be constructed of Type 304 stainless steel and have a mechanical joint (MI) outlet. Tapping sleeves shall conform to AWWA and ANSI standards and shall be ANSI/NSF certified. The branch of the tapping sleeve may be either extruded or welded to the tapping sleeve. All welds on the sleeve shall be fully passivated to restore stainless steel characteristics. The sleeve will be equipped with a %-inch stainless steel plug with a standard square head for for resilient wedge gate valves above. REVISIONDATE: October 2023 Section8-Dstribution and Transmission System Valves and Appurtenances Page 2of16 SECTION8 City of Bushnell Technical: Specifications for Waterand Sewer Construction DISTRIBUTION. ANDTRANSMISSION SYSTEM' VALVES AND. APPURTENANCES hydrostatictesting. The gasket shall be ofa360-degree design andi manufactured ofgriddedvirgin NBR or EPDM compounded for water service and complying with ASTM requirements. A304 or 316 stainless steel armor shall be vulcanized to the gasket to bridge the gap between securing lugs. All bolts and nuts shall be 304 or 316 stainless steel with %-inch National Coarse (NC) threads. Thel lifter bar shall be of adequate design to provide al heavy bearing surface for all nuts. Nylatron GS washers shall be provided for lubrication. Approved tapping sleeves are Ford Fast Sleeves for use on pipe 14-inch in diameter and larger will be ductile iron mechanical joint type. (DOT) Model, JCM Model 439, Romac Model SST, or Mueller Model H304. Approved types are Mueller H-615, American Series 2800, or U.S. Pipe T-9. 8.2.3 Cast Iron Valve Box and Lid An adjustable two-piece screw-type: asphalt-dipped cast iron valve box and heavy-duty drop-in lid rated for HS25 loading shall be provided for all valves larger than 1-inch. Cast iron Lids shall be labeled' WATER, SEWER, or RECLAIMED, depending on the valve application. Valves boxes in high traffic areas, as determined by the City, shall have a drop-in lid with an extra-deep 4-inch skirt. Approved valve box products include Tylor Union Model 6850, Bingham and Taylor Model 4905, and EJ Foundry Model 8550. Approved valve box lids include Bingham and Taylor Model 4905- L4, EJ Foundry Model 6800(4), and SW Services Non-Pop Lids color coded appropriately to the utilityapplication. 8.2.4 Potable Water and Reclaimed Water Services All brass or bronze components shall be designed and manufactured in accordance with AWWA C800. Metal surfaces in contact with potable water shall be "lead free" and conform to UNS C89833, according to the latest revision of the Reduction of Lead in Drinking Water Act, 2011. 8.2.4.1 Service Taps and Saddles 1- Inch and 2-Inch Water Service Taps For all 1%-inch and 2-inch water service taps, a more stable saddle is required. Saddles for these taps shall have multiple stainless-steel straps for a minimum combined strap width of 3%-inches. The saddle body shall be ductile iron and with an epoxy, nylon, or PE coating (10 mils minimum). Approved styles are Ford FC202, Romac 202N, Smith-Blair #317, JCM #406, and Cascade Model CNS2. No substitutes willl be allowed. 8.2.4.2 Service' Valves Inleta and outlet connections for service valves shall be as shown in Table 8.1. REVISIONDATE: October 2023 Section8-Distribution and' Transmission System Valves and Appurtenances Page e30f16 SECTION 8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION, ANDTRANSMISSION SYSTEM' VALVES AND APPURTENANCES Table8.1-Water. Service Valves Connection Requirements Service! Size (inches) 1 1.5 2 8.2.4.2.1 Corporation! Stop Inlet AWWATaper/CC FPT FPT Curb Stop Inlet CTS CTS CTS Outlet CTS FPT FPT Outlet FPT FPT FPT Corporation Stops Except for HDPE water mains, all water service taps shall be made using a brass orb bronze quarter-turn ball-type valve at1 the connection to the main. For 1-inch services, approved products include Ford FB1000-4, A.Y. McDonald #74701B-22, and Mueller 300"M P-25008N. No substitutions are allowed. For 1%-inch or 2-inch services, with the valve shall be provided with a 2-inch square operating nut andi installed withav valve box. Approved valves include Ford #B11-XXX, A.Y. McDonald #76101, and Mueller B-20200. No substitutes are allowed. REVISIONDATE: October 2023 Section8-D Distribution and Transmission System Valves and Appurtenances Page 4of16 SECTION8 City of Bushnell Technical: Specifications for Waterand Sewer Construction DISTRIBUTIONANDTRANSMISSION SYSTEMVALVES, AND APPURTENANCES 8.2.4.2.2 Curb Stops Curb stops for all water service taps shall ber made using al brass or bronze quarter- turn ball-type valve at the terminal end of the water service prior to the meter setting. All brass or bronze components shall be designed and manufactured in accordance with AWWA C800. Metal surfaces in contact with potable water shall be "lead free" and conform to UNS C89833, according to thel latest revision oft the Approved products include Ford B41-XXX-W, A.Y. McDonald #76102-22-W, and Reduction of Leadi in Drinking Water Act, 2011. Mueller 300" P-25170N. No substitutions are allowed. Inlet and outlet connections shall be as shown in Table 8.1. 8.2.4.3 Service Tubing For 1-inch through 2-inch potable water and reclaimed water services, the service piping shall be high density polyethylene tubing. All joints shall be either fusion-welded or compression type. No flared or solder (sweat) joints shall be allowed. All long side water services (up to 2" ins size) shall be sleeved with either SCH 40 PVC or SDR13.5H HDPE pipe whent the water maini is undert the roadway. Thel PVCand HDPE casing pipe shall be color coded and labeled in accordance to Section 7.2.4, Table 7.2. The inside diameter of the sleeve shall be 2 times the nominal size of the service pipe to allow for the replacement of the service line (i.e. 2" water service shall use a 4" carrier pipe). The casing pipe shall be sealed with a skirt-type casing end seal that shall be molded (seamless) rubber with stainless steel straps for securing the seal to the carrier pipe and the casing pipe. End seals shall be constructed of 1/8-inch thick (minimum) specifically compounded synthetic rubber with stainless steel banding straps. Approved products include Calpico, Inc. - Model C; CCI Pipeline Systems- - Model CSK; or approved equal. Polyethylene services shall be HDPE DR9 (CTS) and shall be manufactured from al PE4710 resin! listed with the Plastic Pipe Institute and meet or exceed all applicable requirements of AWWA C901, latest version. The exterior color shall meet APWA color coding requirements for the application- - blue for potable water, purple for reclaimed water. It REVISIONDATE: October 2023 ecions-Dstibutionand Transmission System Valves and Appurtenances Page 5of16 SECTION8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION ANDT TRANSMISSION SYSTEMY VALVES AND APPURTENANCES shall have a clear virgin high density polyethylene center. HDPE services shall be NSF approved for potable water use. The tubing shall have a UV protection and shall not be affected by direct sun light. It shall have a minimum working pressure of 200 PSI, or greater. Other than the connections at the corporation stop and curb stops, there shall be rto fittings or joints in the water service piping from the main toi the curb stop. Service piping must comply with County and FDOT requirements when installing under roadways or easements oft their jurisdiction. 8.2.4.4 Meter Settings 8.2.4.4.1 5/8-incha and 1-inch All 5/8-inch and 1-inch water and reclaimed water meter settings shall include a meter yoke assembly with an angle valve inlet, standard expansion connection, Inlet and outlet connections for 5/8-inch and 1-inch meter setting valves shall be Table 8.2-5/8-inch and 1-inch Meter Setting Valve Connections and straight ball valve outlet. as shown in Table 8.2. Service Size (inches) 1 Angle Key' Valve Inlet CTSorF FPT Customer' Valve Inlet Yoke Outlet Yoke Outlet FPT Approved products for 5/8-inch and 1-inch water and reclaimed water meter settings shall include thet following components: Table 8.3- - Approved 5/8-inch and 1-inch Meter Setting Components 5/8-inch Meters BA13- 331W-NL 1-inch Meters BA13- 444W-NL Manufacturer Ford Mueller A.Y. McDonald Manufacturer Ford Mueller A.Y.I McDonald Yoke 501 H5010 14-1 Yoke 504 H5040 14-4 Angle Valve Expander Cust. Valve B-24278-N H14234-1 B-24360-N 74644BY 714-1EHG 76101WY Angle Valve Expander Cust. Valve B24278-N H14234-4 B-24360-N 74644BY 714-4EHG 76101WY Section8-Distribution and Transmission System EC-1 B91-213W EC-4 B91-444W REVISIONDATE: October 2023 Valves and Appurtenances Page 6of16 SECTION8 City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION, ANDTRANSMISSION SYSTEM VALVES AND APPURTENANCES The product information above is intended to provide the Contractor with the approved manufacturers and model numbers of required meter setting components. In some instances, the Contractor must also provide the required component size information when ordering. The Contractor shall verify that all components are provided with the correct size connections for the meter setting For 5/8-inch and 1-inch water and reclaimed water meter settings in non- deliberate and incidental traffic loading areas, a1 12-nchx17-nchxiz-ncen deep flared rectangular solid plastic meter box and lid with AMR/AMI recessed hole shall be used. The meter box shall be constructed ofs solid polypropylene with UV inhibitors for sunlight protection. Approved products include DFW Plastics Series application for which iti is intended. 1200TT,Carson Plastic TrussT 1015, and TriCast 1015 Lid. 8.2.4.4.2 Meter Settings (1.5-inch and 2-inch) All 1.5-inch and 2-inch water and reclaimed water meter settings shall include flanged meter assembly with bypass. Bypass configuration may be horizontal or vertical, depending on available space, and shall include a lockable ball-valve. Piping, fittings, and valves shall be lead-free brass/bronze, Type 304L stainless Inlet and outlet connections for 1.5-inch and 2-inch meter setting valves shall be steel, or Schedule 40 galvanized iron. as showni in Table 8.4. Table 8.4-1.5-inch and 2-inch Meter Setting Valve Connections Service Angle Key Valve Size (inches) Inlet 1.5 2 Customer Valve Bypass Valve Inlet Outlet Flange Flange Flange Flange Outlet Inlet Outlet Flange Flange FPT Flange Flange FPT FPT FPT 8.2.5 Tracer Wire Aidsrbutomamdtmmison ystemappurtenances shallhaveacontinuousreinforced copper tracer wire secured to the pipe to prevent separation during and after installation. The tracer wirea and splices shall bet thesameasthat: specified for distribution andi transmissionsystem piping. REVISIONDATE: October 2023 Sectons-Dastrlbutonand Transmission System Valves and Appurtenances Page7of16 SECTION8 City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION. AND1 TRANSMISSION SYSTEM VALVES. AND APPURTENANCES 8.2.6 Dry Barrel Fire Hydrants Allf firel hydrants shallf fullyo complywith allp provisionso ofA AWWAC C502, latest edition. Hydrants shall be the dry barrel type, which prevents the operating threads from coming into contact with the service water. Hydrants shall be oft the compression type, opening against the line pressure and closing with the line pressure. Hydrant and piping shall bei installed at accurate grade as specified Approved models are Mueller A423, M.H. 129, EJ WaterMaster 5CD250, and American-Darling ont the Plans/Drawings. B84B5. No substitutes willl be allowed. Kennedy and American Darling FH? ydrantspedfications: a. Thel hydrant shall bee equipped with weather bonnet/shield to protect the operating nut. b. Agrease or oil reservoir and lubrication system that automatically circulates lubricant to all operating stem threads and bearing surfaces each time the hydrant is operated shall be provided. Thel lubrication system shall be completely sealed from the waterway by 0- The hydrant barrel shall be the traffic breakaway type with a safety stem coupling and frangible segments that permit full 360-degree rotation oft the nozzle. d. Main valve opening of the hydrant shall not be less than 5 % inches and shall open e. Hose threads and steamer threads shall be National Standard threads. Hydrants shall be supplied with a factory installed Storz connection on the steamer with an aluminum or aluminum alloy! blind flange that will hold water pressure without leaking. All nozzle caps f. The hydrant shall be designed toj permit ther removal ofa allv working parts from thel hydrant up through the barrel without disturbing the earth around the hydrant or disassembling Anall-bronze hydrant valve seat ring shall thread directly intoanal-bronze drain ringa and shall be located between the lower hydrant barrel and base securely retained in the position, or it may be threaded into a heavy bronze bushing in the hydrant base. The valve seat ring and drain ring shall have no less than two bronze drain ports and two h. The hydrant shall be designed with an anti-friction bearing, sO located that it will reduce Operating nut and nozzle cap wrench nut shall be National Standard type. All hydrants shall be shop tested in accordance with AWWA C502 (latest revision). ring seals. clockwise (turn to right! looking from top). shall be furnished with ai flat gasket to prevent leaking. the barrel. bronze drain outlets. the torque required to operate the hydrant. REVISION! DATE: October 2023 Section8-Dstribution. and' Transmission System Valves and Appurtenances Page 8 of16 SECTION8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION. ANDTRANSMISSION SYSTEM' VALVESAND. APPURTENANCES k. The interior of the hydrant shoes shall be located withai fusion-bonded epoxy coating of Hydrant exterior shall be painted with two coats of high visibility yellow enamel paint. at least 61 mils. 8.2.7 Air Valves Combination air valves shall be provided, as needed, to protect the distribution and transmission system piping. The "air release" component shall be designed to automatically release small pockets of air to the atmosphere as they accumulate along a pipeline or piping system when itis full and operating under pressure. The "air and vacuum" component shall be designed to automatically discharge or admit large volumes of air during the filling or draining of a pipelineor piping system. This valve will open to relieve negative pressures whenever water column The Contractor shall notify the City of any deviations from the proposed pipeline profile during construction sO that the air valve design can be reviewed and adjusted, if needed, to Each air valve assembly shall include all pipe, valves, fittings, structures, enclosures, and vent pipes. Each assembly shall be equipped with a manual blow-off, either integral to the air valve or connected to tee between the pipeline and the air valve. The blow-off size shall be determined Combination air valves for sewage and effluent (non-public access reclaimed water) applications shall be specifically designed to operate with liquids carrying solid particles. The combination air valve shall be made with a composite body and select corrosion-resistant polymer and stainless steel internal operating parts. The combination air valve shall be rated for a working pressure range of 3PSI to 150PSI, with at test pressure rating of 250P PSI. Approved products include A.R.I. Combination air valves for potable water and reclaimed water (public access) applications shall bes specifically designed to operate with clear liquids (no solidp particles). The combination air valve shall be made with an epoxy-coated ductile iron body ands select corrosion-resistant polymerand stainless steel internal operating parts. Air valves used at potable water production wells and treatment facilities shall have a polycarbonate float. The combination air valve shall be rated for aworking pressure range of- -3PSI to 285 PSI. All valves shall be NSF Approved for potable water applications. Approved products include A.R.I. Model D-Series, or approved equal. separationoccurs. accommodate the actual installation conditions. by the Engineer; however, the minimum blow-off size shall be 2-inches. Model D-Series, or approved equal. REVISIONDATE: October 2023 Seton8-Distrlbutonand Transmission System Valves and Appurtenances Page 9 of16 SECTION8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION ANDTRANSMISSION SYSTEM VALVES AND APPURTENANCES 8.2.8 Check' Valves Check valves shall be the rubber flapper swing check type, designed to minimize slamming during the rapid reversal of flow in the piping system. All check valves shall fully comply with all provisions of AWWA C508, latest edition, and shall be rated for a cold working pressure of 250 psi. Alli internal check valve components shall be capable of being repasedwithoutremowine: the The check valve body shall be ductile iron meeting ASTM A536, Gr. 65-45-12. The check valve seating component: shall ber mounted: lata a 45-degree angle to the centerline of the pipe with af full flow opening equivalent tot the pipe flow area. The valve disc shall be Buna-Nrubber encapsulated steel disc flapper with a maximum swing opening angle (disk stroke) of 35-degrees. The check valve body exterior and interior shall be coated with fusion-bonded epoxy. For potable water applications, the interior epoxy surface in contact with water shall be NSF-61 approved. For sewageapplications, all exposed bolts for mounting and maintenance: shall be stainless steel. The check valve shall be equipped with a visual disk position indicator, backflow actuator, and proximity/limit switch sensor with SCADA compatible output signal. Approved products include valve body from the piping system. Va-Matc-Surgepuster Check Valve or approved equal. 8.2.9 Plug Valves Plug valves shall be of the non-lubricated, eccentric plug type with resilient faced plugs as manufactured by DeZurik Corp. (Sartell, MN); Henry Pratt, Val-Matic (Elmhurst, IL); or approved equal. Plug valve actuationshall be rotated 90 degreesforf fullopen toi full closed. Plugvalves shall be equipped withar reducing worm gear operator providing for manual actuation. All plug valves shall fully comply with all provisions of AWWA C517, latest edition, and shall be rated for a maximum rated working pressure of 175 psi through 12-inch and 150 psi for 14-inch and above. Valve shall have flanges with drilling to ANSI B16.1, Class 125 and shall provide drop tight shut off with 100 psi pressure against the plug in either direction. All plug valves shall be minimum 100% The plug valve bodies and covers shall be of ASTM A126 Class B casti iron or ductilei iron. The words "SEAT END" shall be cast on the exterior of the body seat end. Bodies in 4-inch and larger valves shall be furnished with a 1/8-inch thick welded overlay seat of not less than 90% pure nickel, applied directly to the body on a pre-machined, cast seating surface and machined to a smooth finish. Valves utilizing resilient seats attached to the body are not acceptable. Plugs shall be of ASTM A126 Class B casti iron or ductile iron witharesilient facing per ASTM D2000-DG and AWWA C504. The plug shall be of one-piece construction and shall be capable of withstanding the full off full port. REVISIONDATE: October 2023 ection8-Dstribution and Transmission System Valvesand Appurtenances Page 10 of16 SECTION8 City of Bushnell Technical Specifications for Water: and! Sewer Construction DISTRIBUTION. ANDTRANSMISSION SYSTEMVALVES AND APPURTENANCES pressure rating of the valve without use of additional structural reinforcing ribs that extend beyond the profile oft the plugi itself. Plugs shall be resilient faced with neoprene ork hycar, suitable for use withs sewage. Valvess shall bef furnishedwithr replaceable, sleeve type metall bearings. Radial shaft bearings shallb be constructed lofself-lubricating Type 316s stainlesss steel. Thet topi and bottom thrust bearing shall be Teflon. All valve: shaft seals shall be oft the multiple V-ring type, or U- cup type. Shaft seals shall conform to AWWA C504 and AWWA C517. Valves utilizing O-ring seals are not acceptable. All exposed nuts, bolts, springs, washers, etc., shall be grade 316 stainless steel All plug valves shall be equipped withenclosed gear actuatorsconforming to AWWAC504Section 3.8. All gearing shall be enclosed in a semi-steel, ASTM A126, Class B housing. Gears shall be suitable for running ina al lubricant, with seals provided on all valve shafts and actuators to prevent entry of dirt and water. Each actuator shaft and quadrant shall be supported on permanently lubricated bronze bearings. An adjustable stop shall be provided to set the closing torque. Valve actuation shall be accomplished with a standard 2-inch square actuation nut. An extension shall be added to the valve bringing the actuation nut to within 3 feet of the grade surface. The actuation extension shall be made of Grade 300 stainless steel and fit within a standard 2-piece All plug valves shown in a location subject to submergence or buried valves and operators shall be suitable for submerged service in wastewater applications. All exposed nuts, washers, bolts and springs shall be Grade 316 stainless steel. Valves shall generally be installed in a position which will allow the plug to rotate into the top of the valve housing when the valve is openv with for buried or submerged: service. Plug valves shall be provided with stops. valve box. the seat on the upstream end. 8.3 Execution 8.3.1 General Distribution and transmission system valves and appurtenances shall be installed in conjunction with the distribution and transmission system piping, and in accordance with the specifications Care shall be taken in storing, loading, transporting, and unloading valves and appurtenances' to prevent damage. Alli items shall be handled according tot the manufacturer's recommendations. All items shall be examined before installing, and no piece shall be installed which is found to be damaged or defective. Any damaged or defective items shall be repaired or replaced as directed by the Engineer. All items shall be subjected to a careful inspection just prior to being laid or that govern its installation. REVISIONDATE: October 2023 Secton8-Ditrbutonand Transmission System Valves and Appurtenances Page 11 of16 SECTION8 City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION. ANDTRANSMISSION SYSTEMVALVES AND APPURTENANCES installed. Ifany defectivei items are discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional expense to the City. Alli items shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when installed, shall conform to the lines and grades required. 8.3.2 System Valves All distribution and transmission system valves shall be restrained to pipe and fittings. All valves shall be set and jointed to the pipe int the proper locations as specified on the Plan. 8.3.3 Tapping Sleeves and Valves All tapping valves and: sleeves shall be hydrostatically tested prior to making the tap. Tap shall be installed horizontal to the water main. Proper equipment to install the tap shall be on-site prior to beginning the Work. Coordinate with the City Inspector regarding connection to the existing City water system with a minimum of 48 hours notification prior to tie-in. The City reserves the right to delay the tap if, in the City's opinion, the proper equipment is not on-site. No hand powered tapping is allowed for taps larger than 2-inch. 8.3.4 Cast Iron' Valve Box and Lid All distribution and transmission system valves larger than 1-inch shall be installed with a two- piece adjustable cast iron valve box and lid in accordance with the Standard Construction Details. Thev valve boxes and lids shall be installed sO as not toi transmit shock or stress to the valve or pipe. Valve boxes will be centered on the operating nut and plumb with the finished surface, unless For valves locatedi in pavedroadways, the valves shall be left temporarily! below thet finishedgrade Take additional precautions when installing clusters of valves at tees and crosses so as to achieve otherwise indicated on the Plan. until final pavement isi installed. proper compaction of backfill material between the valve boxes. 8.3.5 Potable Water and Reclaimed Water Services 8.3.5.1 Service Saddle & Taps All service taps and service saddles shall be installed in accordance with the Standard Construction Details and the manufacturer specifications. REVISION DATE: October 2023 Section8-Distribution and Transmission System Valves and Appurtenances Page 12 of16 SECTION8 City of Bushnell Technical Specifications for Watera and Sewer Construction DISTRIBUTIONANDTRANSMISSION SYSTEMVALVES. AND APPURTENANCES All 1-inch taps on ductile iron pipe shall be direct taps, and shall be made to receive an AWWA Tapered (CC) thread pattern corporation stop. All other sizes and materials will be tapped with a saddle. All service taps on DI, PVC, HDPE, AC, and CI, will be located at All taps shall be made under pressure. Pipe thread compound or Teflone tape shall be 9:00 or 3:00 on the circumference of the pipe. used on all threaded connections. 8.3.5.2 Service Valves Valves shall bei installed per manufacturer'srecommendations and according tot the plans and specifications. Aroadway valve box shall be provided for every valve larger than 1- inch corporation stops. The valve box shall be installed sO as not to transmit shock or stress to the valve, main, or service piping. Valve boxes will be centered on the operating nut and plumb with the paved surface, unless otherwise indicated on the drawings. Ensure that all corporation stops are in the open position upon completion of the work. 8.3.5.3 Service Tubing the service tubing at the tap. Allowance for any possible movement in the main will be made by making a half loop in No repair couplings will be allowed on new services. Ifa new service is damaged during construction, it shall be removed and a new: service shall be installed. 8.3.5.4 Meter Settings Meter settings shall be made in accordance with the Standard Construction Details. Provide adequate spacing around meter setting to make repairs without damage to Water service whip(s) shallbeir Instaledinanapproved meter box. Water/reclaimed dwater service(s) shall bei identified byi insalinga2s'bvepupe curbr marker in alignment with Ifameter is not going to be set at thei time of construction of the service line, thena 3M"M EMS Full-Range Marker- - Water 1252 buried water marker and an above-ground service marker will be placed at the end of the service line. The above-ground marker will be constructed out of %-inch schedule 40 PVC or Fiberglass strips and will meet APWA color coding requirements for the utility application. The marker shall be installed to a minimum height of 36-inches above grade, with at tee or anchor to holdi it in place. sidewalks, driveways, walls, irrigation plumbing, or other features. the service line and meter box. REVISIONDATE: October 2023 Section8-Distribution and" Transmission System Valves and Appurtenances Page 13 of16 SECTION8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION, AND TRANSMISSION SYSTEMVALVESANDANDAPPURTENANCES 8.3.5.5 Meter Manifold Any manifold greater than two meters shall be installed by the contractor. There shall be an maximum of five (5) %-inch meters per manifold on 1%-inch service lines, and a maximum oft ten (10) %-inch meters permanioudon2mehsene: lines. All water meters must be located in green space (.e., not under pavement, sidewalk, etc.) and must be located at least 51 feet from all building foundations. 8.3.6 Dry Barrel Fire Hydrants Hydrants shall bei installed with uppermost breakaway, joint at or above ground level, but no more than 2-inches above ground level. The Storz connection shall face the nearest access roadway and shall beaminimumofis-inchesabovegrade. There: shall not be any scallop or mound around Hydrant shall be provided with extension kit where necessary to adjust vertical level of breakaway. joint. Connection between hydrant and main shall be straight ductile iron pipe. All joints shall be restrained from the main to the hydrant. A tracer wire shall be installed from the main to the breakaway flange on the hydrant and be visible. The tracer wire is to be a continuous loop or Backfill around hydrant shall be compacted to 100% of maximum density as determined by ASTM D698 (Standard Proctor Density). Density testing shall meet the same requirements as backfill the hydrant at finished grade. spliced per specifications to the tracer wire on the main. under roadway pavement. 8.3.7 Air Valves Combinationa airvalves for use in distribution and transmission system piping shall be constructed and installed in accordance to the Standard Construction Details, and as shown on the plans. All structures (manholes, vaults, and boxes) shall be constructed so that the topi is flush with finished paved surfaces, and slightly (1 to 3-inches) above grade where structures are located in green spaces. 8.3.8 Thrust Restraints Restraining gaskets and/or mechanical thrust restraints shall be used to provide resistance to thrust forces generated in pressurized pipelines at all valves, bends, tees, reducers, and caps or plugs. The length of restrained pipe on each side of the valve and/or fitting shall be sufficient to provide adequate resisting force to prevent separation of the pipe joints and fittings. REVISIONDATE: October 2023 Section8-Distribution and Transmission System Valves and Appurtenances Page 14 of16 SECTION8 City of Bushnell Technical: Specifications for Water and Sewer Construction DISTRIBUTION ANDTRANSMISSION SYSTEMVALVES. AND APPURTENANCES The minimum number of restrained joints required for resisting thrust forces shall be determined by the pipe size, material, type of valve or fitting, operating conditions, pipe trench, and soil type. Minimum restrained lengths for many typical applications are provided in the Standard Construction Details, which have been calculated for various pipe material and fittings based on the following minimum design parameters: Soil Designation: Good Sand (Unified Soil Classification: Type SM) Safety Factor:1.5 Trench Type: Type 2 Depth of Bury: 3 Feet Test Pressure:150PS Any variations from the minimum restrained lengths provided in the Standard Construction Details and the design parameters above shall be requested in writing by an active Florida Licensed Professional Engineer, in good standing with Florida Board of Professional Engineers. Such requests shall include: suggested changes to design parameters, supporting documentation, and new restrained length calculations, signed and sealed by the Professional Engineer. Where concrete thrust blocks are required in addition to, or in lieu of, restraining gaskets and/or mechanical restraints, then thei thrust blocks shall be sized andi installed in accordance with these Concrete thrust blocks shall have a load bearing area sufficient to resist the thrust forces at all valves and pipe fitting. Thrust forces shall be calculated using the same design criteria as for restrained lengths above. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, ori interfere with the removal of anyj joint. Joints shall be protected by felt roofing paper or plastic sheeting prior to placing concrete thrust block. Wooden side forms specifications and the Standard Construction Details. shall be provided to achieve the required shape for concrete thrust blocks. 8.3.9 Hydrostatic and Leakage Test Hydrostatic pressure tests shall conform to Section 4 of the AWWA C600 latest edition. The Contractor shall furnish all gauges, meters, pressure pumps and other equipment needed to test Water mains shall bet tested as awhole ori in sections. The mains shall bet tested under an average hydrostatic pressure of not less than 150 pounds per square inch for 2 hours. The pressure shall be applied to the pipeline through a tap in the pipe by means approved by the City and the Leakage for water mains, as determined by the above test, shall note exceed the allowable leakage the line. Engineer of Record. Air alone shall not be used for testing water mains. as given by the following formula: REVISIONI DATE: October 2023 Section8-Dstnbutionand Transmission System Valves and Appurtenances Page 15of16 SECTION8 8 City of Bushnell Technical Specifications for Water and Sewer Construction DISTRIBUTION/ ANDTRANSMISSION SYSTEMVALVES. AND APPURTENANCES L=SDVP 133,200X2 "L"ist the allowable leakage (in gallons per hour); "S"ist the length of pipe tested (in feet); "D" is the nominal diameter oft the pipe (ini inches); "P" is the average test pressure, (psi gauge). Sections of the water main shall be completely backfilled before testing. If leakage occurs in excess of the specified amount, the defect shall be located and corrected at the expense of the Contractor. Retesting shall be conducted following repairs toi the satisfaction Remove and adequately dispose of all blocking material and equipment after completion and acceptance by the field hydrostatic test, unless otherwise directed by the Engineer. Repair any damage to the pipe coating. Distribution and transmission system piping, valves, and of the City and to allowfor certification by the Engineer of Record. appurtenances shall be totally flushed and cleaned prior tot final acceptance. The City shall be notified 24 hours in advance of any testing. 8.3.10 Disinfecting Potable Water Valves and Appurtenances Before being placed in service, all potable water system valves and appurtenances shall be chlorinated in accordance with AWWA 651 latest edition, "Standard Procedure for Disinfecting Water Mains". The procedure shall be approved byt the City. The location of the chlorination and sampling points will be determined by the City in the field. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor as required. The disinfection procedures: shall be as specified for avadtmemsnen piping. Care shall After disinfection has been accomplished, water samples shall be collected in the presence of a representative of the City or the Engineer of Record and forwarded for bacteriological examination. The City requires satisfactory bacteriological testing collected from 2 consecutive days. Failure to obtain bacteriological clearance shall necessitate repeating disinfection procedures and testing until successful tests are obtained. The Contractor shall forward satsfactoryreports to the Engineer of Record andi to FDEP (copy to the City). The FDEP shall then remit written approval tot the City, to allow the system to be placed bet taken to disinfect the entire system installed. into service. END OF SECTION 8 REVISIONDATE: October 2023 Section8-DstributionandTransmision System Valves and Appurtenances Page 16 of16 SECTION9 City of Bushnell Technical Specifications for Waterand Wastewater WASTEWATER COLLECTIONSYSTEM 9.1 General 9.1.1 Scope of Work Supply all labor, equipment, materials, and incidentals necessary to install, test, and place into operation all new wastewater system manholes, piping, fittings, laterals, and related appurtenances as shown on the drawings and as specified herein. 9.1.2 Submittals Submit shop drawings to the City for review showing the manufacturer's drawings and specifications indicating complete details of all items. The details shall include material specifications, pressure class, certifications, joint types, gasket information, linings, coatings, installation and testing procedures, and other pertinent information necessary to assure that the proposed materials comply with all aspects of these technical specifications. The shop drawings shall be submitted to the Engineer of Record for approval before fabrication and shipment of these items. The City shall not be responsible for items procured by the Contractor that have not been reviewed and approved through the submittal process. 9.1.3 Acceptance of Work Until the City has formally accepted ownership and maintenance responsibility of the wastewater collection system infrastructure, the Contractor/Developer will be solely responsible for locating, maintaining, protecting, and repairing damage (if necessary), regardless of the cause of damage, tothewastewater. system. The Contia.d/Deetbperwibenoufiedolacepane in accordance with the guidelines outlined int the contract documents. 9.1.4 Manufacturer Requirements for Manholes, Pipe, and Fittings All manholes, pipe, fittings, and appurtenances shall be inspected and tested at the foundry, as required by the standard specifications to which the material is manufactured. Inspection of the quality and condition of all materials shall be made at the site after delivery. Damaged or defective items shall be subject to rejection, even though sample sections may have been accepted as satisfactory at the place of manufacture. Sections rejected after deliveryto the job shall be marked for identification and shall be promptly removed from the job site. REVISION DATE: October2023 Section9-Sanitary Sewer Collection System Page1of21 City of Bushnell Technical Specifications for Water and Wastewater SECTION9 WASTEWATER COLECTIONSYSTEM 9.2 Products 9.2.1 General All wastewater gravity mains shall be a minimum of 8-inches in diameter. For gravity mains to a maximum depth of 161 feet, as measured from finish grade to thei flow line (invert) elevation, polyvinyl chloride (PVC) pipe shall be used, unless otherwise approved by the City. For depths greater than: 16-feet (as measured: above), thick-wall PVC or ductile iron pipe may be used. For shallow depths with less than 30i inches cover, as measured from finish grade to the top of pipe, only ductile iron pipe shall be used. 9.2.2 Linings & Coatings for Ductile Iron Gravity Pipe and Fittings Unless explicitly allowed within this specification, all interior linings and exterior coatings (including primers) shall be applied by a certified applicator at the foundry or certified application facility. All surfaces shall be prepared in accordance with the manufacturers' recommendations For wastewater applications, line the interior surface of all ductile iron pipe and fittings to a minimum thickness of40mils (DFT)withal highsolids (979minimum) coal-tari free ceramic epoxy. Approved products include Protecto 401 or Permite Permox-CTF. For buried applications, coat the exterior surface of all buried fittings with a: 1.0 mil thick asphaltic coating in accordance with ANSI A21.51. For exposed or above-ground applications, coat the exterior surface with an epoxy primer to at thickness of 5 mils and apply at top coat of epoxy to a minimum thickness of 15 mils. Approved primer and top coat products include Tnemec Series N140 Pota-Pox Plus (primer) and Tnemec Series 435 Perma-Glaze (top coat), or approved equals. The top coat only may be field- for the intended environment and the product(s) tol be applied. applied by an experienced applicator and allowed to cure before installation. 9.2.3 Polyvinyl Chloride (PVC) Pipe PVC wastewater pipe and fittings are approved materials for 4-inch to 36-inch installation of wastewater collection system components, when other materials are not specifically required. For REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 2of21 SECTION9 City of Bushnell Technical: Specifications for Waterand Wastewater WASTEWATER COLLECTIONSYSTEMI pipes larger than 36-inch, ductile iron sewer pipe shall be used, unless otherwise approved by the All PVC wastewater pipe and fittings shall be manufactured in the U.S.A. from extra strength polyvinyl chloride pipe conforming to ASTM D3034, and shall meet or exceed the requirements of ASTM D1784, Type: 1, Grade 1 (12454-B). Standard PVC pipe for gravity pipe applications shall be DR26. Thick-wall PVC for installation depths greater than 16-feet shall be C-900, DR18. All PVC pipe for wastewater and laterals shall be colored green. Approved PVC wastewater pipe manufacturers include JM Eagle Corp., National Pipe & Plastics, North American Pipe Corp., and Diamond Plastics Corp. Approved PVC sewer fittings manufacturers include GPK Products, Inc., MultiFittings Corp., as well as those manufactured by approved wastewater pipe manufacturers. PVCwastewater pipe shall be supplied in nominal standard laying lengths no greater than 20 feet (+/-1-inch) with push-on type joints in compliance with ASTM D3212 along with EPDM gaskets, and be furnished complete with all accessories, including restraints when necessary. No solvent- No service saddles will be allowed for new sewer collection system pipe installations. Transition All PVC materials shall be stored and handled in accordance with the manufacturer's specifications and shall not be stored in direct sunlight. PVC pipe and fittings, which show signs ofultraviolet degradation/sun exposure/dliscoloration, will not be considered for use. City. PVC: shall not be used in above ground applications. cement joints will be allowed. fitting and adapters shall be suitable for the materials supplied. 9.2.4 Pre-cast Concrete Manholes 9.2.4.1 General Wastewater manholes shall conform to ASTM C478- - "Standard Specification for Precast Reinforced Concrete Manhole Sections," latest revision. Concrete for precast manhole structures shall conform to ASTM C94, Type Il cement, with a comprehensive strengthof 4,000 psi. Manhole sections shall be allowed to properly cure within approved methods prior to removing forms, painting, and shipping structures. The date of manufacture and the name of the manufacturer ort trademark: shall beclearlymarked ont the outside ofe each pre-cast section when the form is removed and on the inside after painting. Each pre-cast section shall have lifting holes capable of supporting the weight of the section. These holess shall beamaximum of 3% inches deepa and not penetrate thei interior wall of the structure. The diameter of the lifting hole shall accommodate: a minof1ki inch Wastewater manholes shall be constructed as watertight structures from the bottom- lifting pin. most section and base to the top section and manhole access frame. REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 3of21 City of Bushnell Technical: Specifications for Waterand Wastewater SECTION9 WASTEWATER COLLECTIONS SYSTEM 9.2.4.2 Manhole Joints Precast manhole sections shall come standard with bell and spigot joints installed in the spigot-down orientation. Joints shall be sealed with an asphalt-based preformed flexible joint sealant in accordance with ASTM C990. Approved preformed flexible joint sealants include Henry Co. - RAM-NEK (RN103), Concrete Sealants, Inc. - ConSeal 102; or approved All outside manhole joints shall be sealed with self-adhesive rubber-asphalt based external concrete joint wrap. The wrap shall be a minimum of 6-inches wide. Approved products are Henry Co. = RUB'R-NEK (RU116); Concrete Sealants, Inc. - ConWrap; or equal. approved equal. REVISIONDATE: October2023 Section9-Sanitary, Sewer Collection System Page 4 of21 SECTION9 City of Bushnell Technical Specifications for Water and' Wastewater WASTEWATER COLLECTIONSYSTEM 9.2.4.3 Manhole Base and Riser Sections The manhole base and first riser section shall be monolithic and supplied with a spigot- down or "female" joint orientation to mate with the precast barrel sections in a spigot- down orientation. The diameter of the manhole base and first riser section shall be determined by the sewer pipe diameter according to Table 9.2. Table 9.2-Manhole Base Sizes Largest Gravity Pipe (inches) 8-15 18-24 27-42 Manhole Base and First Riser Section Inside (inches) 48 60 72 Min. Wall Min. Base (inches) 5 6 7 Pipe Diameter Diameter Thickness Thickness (inches) 6 8 8 9.2.4.4 Straddle or "Doghouse" Manhole Section The straddle or "doghouse" manhole section will be fabricated in the same manner oft the regular precast concrete manhole sections, except that formed openings will be provided ini the base and walls to fit over the existing sewer piping. 9.2.4.5 Manhole' Top Sections Standard manhole top sections shall be eccentric cones vertically aligned with the centerline of manhole outfall pipe connection to the manhole. Where cover over the top of the gravity pipe is less than 4 feet, the manholes shall have vertical walls with a flat precast concrete slab top with an offset manhole access opening vertically aligned with the centerline of manhole outfall pipe connection tot the manhole. Precast concrete slabs over top: section, when required, shall be capableofsupporting the overburden plus a live The top elevation of eccentric cones or top slabs shall be set between 3 inches and 18 inches below bottom of manhole cover frame. It is the intent of this specification to providean minimum of 3-inches to accommodate future grade changeswithout disturbing manhole structure. Manhole grade adjustment rings shall be used to bring the manhole Certain applications may require the ring and cover to be pre-cast into the top slab to allow for a flush surface. In these applications, the orientation of the ring and cover on the flat top component may be centered or offset as required by the manufacturer. load equivalent to AASHTO HS25 loading. ring and cover flush with final grade. REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 5 of21 City of Bushnell Technical: Specifications for Water and Wastewater SECTION9 WASTEWATER COLLECTIONSYSTEM 9.2.4.6 Manhole Grade Adjustment Rings Manhole grade adjustment rings shall not be used for more than 18-inches of vertical adjustment. Nol bricks will be allowed for manhole adjustments. Grade adjustment rings maybet tapered to achieve ai finished manhole level with the road slope and shall be sized to accommodate the manhole frame and cover without restricting access opening. All grade adjustment rings shall be +/-1/16-inch from required nominal dimensions and shall be designed for use with AASHTO HS-25 heavy-duty street traffic loading. Manhole grade adjustment rings shall be precast concrete, injection molded HDPE, or ultra-high density rubber/rubber composite and shall be of uniform quality and free from cracks, holes, and any other surface defects. Seals between grade rings, manhole top, and frame shall be made with an ASTM C990/AASHTO M198 approved preformed 3/8- inchround butylrubber: adhesive sealant, unless otherwise directed byt the manufacturer. Precast concrete grade adjustment rings shall be a minimum of 3-inches thick and have one 60 Ga. or thicker continuous reinforcing wire. Approved HDPE grade adjustment ring products include Ladtech, Inc. - Ladtech System Manhole Adjustment Rings. Approved rubber/rubber composite grade adjustmentring products ncletfoumly-lwia-ie: Manhole grade adjustment rings shall be installed in accordance with the specifications or Hamilton Kent, LLC. -L Lifespane Adjustment Riser. and the manufacturersrecommendations. 9.2.4.7 Manhole Access Frame and Covers All frame and cover castings shall be manufactured in the U.S.A and shall be tough, close grained, smooth, and free from blow holes, blisters, shrinkage, strains, cracks, cold shots All manhole covers shall have heavy-duty design load classifications. Covers shall be provided with pick holes that do not penetrate through to the inside of the manhole, and provided with the lettering according to the Standard Construction Details. For standard manhole installations, where the manhole access cover finished elevation is flush to or within 6-inches of finished grade, manhole access frames and covers shall be two separate pieces. Manhole frame and covers shall be gray cast iron conforming to ASTM A48 - Class 35B and produced in accordance with AASHTO M306. Manhole frames shall have a minimum clear opening of 22% -inches. Approved standard manhole frame and cover products include EJ Foundry - Model 1338; or U.S. Foundry - Model USF 170 and other imperfections. w/ Type DY cover. REVISIONDATE: October2023 sectiong- Sanitary Sewer Collection System Page 6of21 SECTION9 City of Bushnell Technical: Specifications for Water and Wastewater WASTEWATER COLLECTIONSYSTEM For raised manholes installations, where the manhole access cover finished elevation is above finished grade by more than 6-inches, the manhole frame and cover shall bea a120- degree hinged opening assembly with 90-degree blocking system to prevent accidental closure. Manhole frames shall be gray cast iron conforming to ASTM A48/AASHTO M105 - Class 35B and produced in accordance with AASHTO M306. Manhole covers shall be ductile iron produced in accordance with ASTM A536. The hinged manhole cover shall have a clear opening of 24-inches and shall be one-person operable. Approved raised manhole frame and cover products include EJ Foundry- ERGO Model 1040, or approved Whena approved by the City, structures inr roadways requiring large access openings (such as air release valve manholes) mayl be provided withal large diameter composite manhole frame and cover. The frame and cover shall be manufactured of fiber-reinforced thermoset polymer resin witha moldedi non-skidtexture. The composite frame and cover must meet HS25 load capacity and ASSHTO M306 proof-load testing requirements. The composite materials shall not be affected by common corrosive elements including H2S sewer gas, petroleum products (oil, gasoline, diesel, and ethanol), de-icing solutions, and salt water. Approved products include GMI Composites, Inc. = Model 3800 Composite Structures outside of the roadway requiring large access openings shall be provided with the same composite cover specified above, or with a rectangular polymer concrete box and cover. The polymer concrete boxes shall be open-bottom style, straight-wall boxes with bolted lids. The boxes may be stackable to achieve the desired depth. The complete assembly shall be rated for at least 20,000 pounds. Approved products include Highline Products- Model PHA3048xxH; Hubble, Inc. - Quaziteo Tier 22 BOX, Model PG3048BAxx; equal. Frame and Cover, or approved equal. or approved equal. 9.2.4.8 Manhole Finishes The interior and mating surfaces of standard manhole shall be coated with 16 mils (DFT) heavy-duty coal tar epoxy coating containing not less than 74% (+2%) by volume nonvolatile solids. Approved products include Carboline Bitumastic 300M, Sewpercoat, or approved equal. This coating shall be self-priming or applied with a primer as recommended by the manufacturer. 9.2.4.9 Manhole Linings The interior of manholes with force main discharge connections, air release valves, or other high-corrosion applications, shall be lined with a protective coating to prevent sewer gas corrosion. Approved lining products include AGru America, Inc. - HDPE Sure REVISION DATE: October2023 Section9- - Sanitary Sewer Collection: System Page7of21 City of Bushnell Technical: Specifications for Waterand Wastewater SECTION9 WASTEWATERC COLECTIONSYSTEM Gripe; CCI Spectrum, Inc. = Spectrashield; Quadex, Inc. - StructureGuard epoxy; Raven 405 ultra-high build epoxy; or approved equal. These linings shall be applied in strict accordance with the manufacturer'srecommendations bya a certified installer. 9.2.4.10 Manhole Pipe Connections Where pipes enter or exit manholes, flexible or resilient boot seals are required. Boot seals shall be EPDM conforming to ASTM C-923 - "Standard Specification for Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals." Approved products include Trelleborg Pipe Seals Milford, Inc. - NPC Kor-N-Seal; A-Lok Products, Inc. -Z-Lok or Quik-Lok; or GU Florida, Inc. -G GU Boot Hub. 9.2.4.11 Invert Flow Channels and Benches Provide wastewater manholes with an invert flow channel and bench. Shape the invert flow channel(s) to match the lower one-half of the connecting sewer pipe(s). Providea smooth concrete finish without exposing aggregate whent forming thei invert flow channel The width of the invert flow channel shall match the connecting wastewater pipe diameter. Wheret the manhole outlet pipei is larger thant the inflow pipe(s), the width shall bes smooth tapered from a width matching thei inlet pipe diameter, through the manhole, When thei inlet pipe(s) crown elevation(s) match the outlet pipe crown elevation, the flow line elevation of thei invert fiow channels shall slope uniformly from eachi inlet connection to the outlet connection of the manhole. When the inlet pipe(s) crown elevation(s) do not match the crown elevation of the outlet pipe but does not meet the criteria for requiring a drop connection, thent thei invert flow channel shall be uniformlys sloped across the manhole from the outlet pipe invert elevation to an elevation equal to 0.25XD, Formt the elevation oft the bencha at the edge of thei inverti flow channel to matchi the spring line elevation of the connecting pipe(s). Slope the manhole bench from the edge of the flow channel upward and out to the manhole walls atarate dfl-néhventaltoi2-inhe: Use pre-cast concrete invert channels and bench units conforming to ASTM C478, 4000- psi concrete for all manholes, unless specifically approved by the City. When approved, use FDOT Classlor Class Il concrete for poured-in-place invert channels and benches. and bench. to width matching the outlet pipe diameter. (where Di is the incoming pipe diameter). horizontal (approximately 5 degrees). REVISIONDATE: October2023 sectiong- Sanitary Sewer Collection! System Page 8 of21 SECTION9 City of Bushnell Technical: Specifications for Water and Wastewater WASTEWATER COLECTIONS/STEMI Use FDOT Class lor Class Il concrete for poured-in-place invert channels and benches on All terminal or "dead-end" manholes shall be provided with a full-length straight invert Any deviations from this specification will require written approval from the City. all straddle or doghouse" manholes. channel across the manhole. 9.2.4.12 Drop Manhole Sections An inside drop pipe will be provided for wastewater pipes entering a manhole at an elevation of 24-inches, or greater, above the manhole outlet pipe invert elevation. Manholes with drops shall be a minimum of 60" in diameter and include an inside drop bowl. 9.2.4.13 Manhole Steps NO MANHOLE STEPS SHALL BE ALLOWED. 9.3 Execution 9.3.1 General Its shall be the Contractor's responsibility to locate all underground utilities in advance of construction, and to identify and resolve any conflicts occuring with the proposed line and grade. Care shall be taken in loading, transporting, unloading, and storing pipe, fittings, manholes, and castings to prevent damage. Materials shall be handled according to the manufacturer's recommendations. Sewer pipe shall not be moved using a forklift in the end of the pipe. All materials shall be subjected to at thorough inspection just prior to being laid or installed, and no piece shall bei installed which is found tol be damaged or defective. Any damaged items shall be repaired or replaced, as directed by the City. Ifa any damaged or defective items are discovered afteri installation, it shall be removed and replaced with a newi item, inasatisfactory manner, and Set all survey grade stakes, lines, and levels for the construction of the wastewater collection system in accordance with the design and survey information provided on the Plans. A land at noa additional expense to the City. surveyor REVISION DATE: October2023 Section9-Sanitary Sewer Collection: System Page 9of21 City of Bushnell Technical: Specifications for Waterand Wastewater SECTION9 WASTEWATER COLLECTION SYSTEM registered to practice in the State of Florida shall set all grades and alignment stakes for constructionGrade shall be verified at each manhole prior to the installation of additional pipe from that manhole. Ifa break in grade is detected the Engineer of Record and the City shall be Clear and grade all streets and easements to within 4-inches of the final grade prior to Install gravity mains at a constant slope between manhole structures to the elevations shownon the Plans and with straight alignment and grade between manholes. Manhole spacing not to The method of pipe laying shall be subject to the approval oft the City. Anyr main greater than 100- feet in length must be installed using al laser system designed for pipeline installation. The laser Manholei invert elevations: shall not deviate moret than 0.20-feet from design elevations. Manhole top elevations shall not deviate more than %-inches from finished roadway elevation or finished grade elevations, if outside of roadway. Centerline of manhole ring and cover shall not deviate more than 18-inches from designed horizontal location. Take extreme care to keep the pipe in Allwastewater collection system piping shall be constructed to maintain the preferred separation requirements defined in Rule 62-555.314, F.A.C. Deviations from the preferred separation requirements shall be approved by the City in writing prior to installation. In all cases where wastewater mains cross over or under water mains or storm drains, where a minimum clear distance between pipes is less than 18-inches, the wastewater shall be ductile iron pipe for a distance of 10-feet to either side of point of crossing. There will be no wastewater joint within notifiedi immediately. construction of the utility system. exceed 4001 feet for gravity mains 24 inches or less. shall be capable of an accuracy of +/-0.05%. exact alignment and elevation. 10-feet oft the centerline of the water line or storm drain. REVISIONDATE: October2023 Section9- - Sanitary Sewer Collection System Page 10 of21 SECTION9 City of Bushnell Technical: Specifications for Water and Wastewater WASTEWATER COLLECTIONSYSTEM All trenches and excavations are to be kept dry and free from water at all times when work is in progress, and at no time is water to run through the sewer or its bedding material. All pipe and fittings shall be thoroughly cleaned before laying, and shall be kept clean until they are used in the work and placed into service. When laying is not in progress, including breaks, the open ends Existing manholes are to be kept accessible at all times. (No stockpiling of materials, debris or of the pipe shall be closed by watertight plug or other approved means. equipment on top of the manholes). 9.3.2 Manhole Installation 9.3.2.1 General Manholes located within an unimproved easement shall be installed with the final manhole frame and cover elevation a minimum of 18-inches above finish ground elevation. Manholes located within a landscaped easement shall be installed with the final manhole frame and cover elevation at finished grade unless, otherwise noted on plans. Manholes located within an unpaved roadway shall be installed with the final manhole frame and cover elevation at 12-inches below finished grade. Within the limits of proposed street paving, manholes shall be constructed such that the final manhole top section elevation is a minimum of 12-inches below the proposed finished grade shown on the Plans. During the roadway construction, after the base and structural asphalt courses are completed, manhole frame and cover shall be raised to match the finished road surface slope and elevation. 9.3.2.2 Inspection All manhole sections shall be inspected for general appearance, dimension, "scratch- strength", blisters, cracks, roughness, soundness, etc. Imperfections may be repaired, subject to the approval of the City, after demonstration by the manufacturer that strong and permanent repairs will result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall havean minimum compressive strength of 4,000 psi at the end of 7 days and 5,000 psi at the end of 28 days, when tested in 3-inch by 6-inch cylinders stored int the standard manner. Epoxy mortar may also be utilized for repairs, subject to the approval of the City. 9.3.2.3 Manhole Base Installation Excavate manhole trenches such that the precast manhole bottom is set on al level, stable, and unyielding subgrade. Ifin the opinion of the City, the natural soil is not capable of supporting the manhole structure, then over-excavate the manhole trench and use a REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 11 of21 City of Bushnell Technical Specifications for Watera and' Wastewater SECTION9 WASTEWATERCOLLCTIONSYSTEM compacted: select fill or coarse aggregate bedding material to stabilize the subgrade such thati iti is stable and unyielding, and set the structure tot the elevation: shown ont the Plans. For large diameter manholes, and manholes where the bench andi invert flow channel are not precast, form and pour thei invert flow channel and bench using FDOT Classl lor Class For straddle or' "doghouse" manhole bases, the excavation for the structure shall be toa depth of8i inches (minimum) below thei invert of the existing pipe. After the: structure has been installed, the formed base and wall openings shall be filled with FDOT Class II concrete. Once the base concrete is set and cured, the bench and invert flow channel shall be formed and poured around the spring line of the existing sewer pipe with FDOT Classlor Class Ilo concrete, and trowel the surfaces for asmooth concrete finish. The existing wastewater pipe will remain intact until the wastewater system has passed final inspection. Upon passing final inspection, the topl half of the sewer pipe shall be cut from between the manhole walls (less 6-inches each side) flush to where the pipe spring line meets the bench. All rough pipe and concrete edges shall be ground smooth. llconcrete, and trowel the surfaces for a smooth concrete finish. 9.3.2.4 Joint Assembly Clean allj joining surfaces with a brush and remove any dirt, debris, flashing, or concrete high points, which could keep thej joint from coming together or prevent the sealant from adheringt tot the concrete. Ifnecessary, aj joint primer can be applied to improve adhesion. When using a primer, allow the primer to properly dryl before placing sealant. Apply the joint sealant to the spigot end of the manhole section according to the manufacturer's directions. Where possible, the joint sealant shall be a single coil piece. Where the two ends meet together, join the sealant into one continuous strand by kneading the ends together where they meet. DO NOT STRETCH OR OVERLAP THE SEALANT. Once the sealant is installed, do not compress the sealant or allow dirt to fall Whenj joining ther manholes sections, properly align the upper andl lower sections. Carefully lower the upper section until it makes even contact with the lower section. Continue lowering the upper section until the full weight is received by the lower section. The sealant must be compressed to a minimum of 50 percent to properly seal the joint. Once proper compression is achieved, do notl lift up on the manhole section(s). To apply the exterior joint wrap, begin by cleaning all joining surfaces with a brush and remove any dirt, debris, flashing, or concrete high points, whichcould prevent thes sealant ont the sealant. REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 120 of21 SECTION9 City of Bushnell Technical: Specifications for Water and Wastewater WASTEWATER COLLECTIONSYSTEM from adhering to the concrete. If necessary, a joint primer can be applied to improve adhesion. When using a primer, allow the primer to properly dry before placing sealant. Apply joint wrap to the exterior horizontal joint by removing the release paper from the adhesive side and apply the wrap to the concrete. Continue around thej joint by removing the release paper as the roll of wrapi is unrolled. Press the wrapt firmly by hand against the Where joining two sections, or where two ends meet together, provide an overlap of approximately 2" and firmly press the overlapping strip onto the end of the underlying entire surface as it is applied to assure full contact. strip to: seal the joint. 9.3.2.5 Manhole Grade Adjustment Ring Installation NOI BRICKS WILL BE USED FOR MANHOLE GRADE ADJUSTMENT. Cut the asphalt and base concentrically around the manhole out to a minimum distance of14-inches from the frame, and removed the material to a minimum depth of 16-inches. Adjust the manhole ring and cover using approved grade adjustment rings to match the For grade adjustment greater than 3-inches up to a maximum of 18-inches, use Ladtech System grade adjustment rings or precast concrete rings in combination with rubber/rubber composite. grade adjustment rings for final gradea adjustment within the 3- For Ladtech System grade adjustment rings and all precast concrete grade adjustment rings, seal allj joints between the manhole structure, grade adjustment rings, andi manhole For rubber/rubber composite grade adjustment rings, seal all joints in contact with the rubber/rubber composite material with two concentric and continuous 3/8-inch beads sof Apply a joint wrap tape to seal around exterior joint of the manhole structure to grade ring connection, and around all precast concrete grade adjustment rings. Backfill the excavated area around the manhole riser and frame with compacted fill, sub- base, and road base materials to match the typical road section. DO NOT USE CONCRETE COLLAR. Install matching asphalt mix patch to bring the final surface flush with finished finished grade and slope. inches of finish grade. frame witha3 3/8-inch preformed butyl adhesive rope. butyl rubber adhesive caulk. road: surface. REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 13of21 City of Bushnell Technical: Specifications for Water and Wastewater SECTION9 WASTEW/ATER COLECTIONSYSTEM 9.3.3 Connections to Existing Manholes When beginning wastewater construction, where the new system connects to an existing wastewatersyptem.msalapughbecowmireamprommediomoteeininewmanhuleptor toi installing the first section of pipe working outward from the manhole. This plug shall be mechanically expanded to seal the pipe and shall be secured with at least a %-inch diameter rope to prevent it from being pushed down the pipe. The plug is to remain in place to protect the existing downstream wastewater system and will only be removed when the new wastewater Inc cases where gravity mains, services, and force mains connect to an existing pre-cast concrete manhole, and existing stub-outs for connection do not exist, the manhole: structure shall be core- drilled. Core-drilled penetrations shall be as such as to accept a flexible boot seal appropriately sized for the pipe diameter used in the connection. The invert elevation of the connecting pipe shall not be higher than the crown of the existing effluent pipe, unless otherwise approved byt the When connecting a wastewater force main to an existing manhole, thei invert elevation shall not be higher than the existing effluent wastewater invert elevation, and the force main shall be aligned such that the flow is straight through the manhole from influent to effluent, unless otherwise approved in writing by the City. Force main connections shall be restrained, as system has been cleaned, tested, and passed final inspection. City. necessary. 9.3.4 Laying Gravity Mains Gravity mains shall bel laid according tot the details shown ont the drawings or specified herein, and according to applicable portions of ASTM D2321, Underground Installation of Flexible Thermoplastic Sewer Pipe. Ductile iron pipe shall be installed in accordance with the requirements of Section VII of the Handbook of Ductile Iron Pipes, latest Edition. The type of bedding tol be used shall be as shown on the drawings, specified herein, or as directed in writing The laying of the wastewater pipe shall be commenced at the lowest point, with all bell ends upstream. Theinteriorofthepipeandtnejpintingsealshalbefreefromsand,dirt.andtrashbefore installation. Extreme care must be taken to keep the bells oft the pipe free from dirt and rocks sO that joints may be properly assembled without over stressing the bells. The jointing of the pipe shall be done in strict accordance with the pipe manufacturer's instructions and shall be done Each time thev work on the wastewater is halted for moret than one hour, the ends oft the pipe shall bes sealedtop prevent foregnmaterialiomgahning: entrancet tot the pipe. Eachtime: a newr manhole by the Engineer. entirely int the trench. REVISION! DATE: October2023 Section9-Sanitary: Sewer Collection! System Page 14 of21 SECTION9 City of Bushnell Technical Specifications for Water and Wastewater WASTEWATER COLLECTIONSYSTEM isi installed, place a plug in the downstream pipe connection of the new manhole priortoinstalling Trench excavation, backfill and compaction shall meet the requirements of Excavating, Backfilling. and Compacting for Utilities specification contained int this document. The trench bottom shall be graded to the proposed elevation of the pipeline and thel bottom shaped tot fit thel lower quadrant oft the pipe. Holes shall be excavated at each bell so that pipe is uniformly supported along the entire length of the barrel only and not the bell. Pipe laying shall not precede backfilling by more the first section of pipe working outward from the manhole. than 100 feet without approval from the City. 9.3.5 Joining Wastewater Lines Laying instructions of the manufacturer of the pipe and fittings shall be followed explicitly. Any pipe having defective joint surfaces (bell or spigot), including gaskets, shall be rejected and Lateral connections 6-inch or larger in diameter shall be connected to a manhole on existing VCP Only one repair will be allowed per tangent and will use the same material as the wastewater No flexible couplings willl be allowed other than connections to existing VCP mains, in which case al Fernco Strong Back 1000-Series repair coupling; MAXADAPTOR One & Done; or equal, may be replaced. mains. 6-inch wyes will be allowed in new construction. main, except for VCP repair, where PVC fittings are to be used. used. 9.3.6 Lateral Installation Alateralconnection shall be provided for each platted lot or parcel, or as approved by the City Service connections shall be extended to the property line as shown on the drawings and The Contractor: shallr maintainar record ofservice connection locationsinconjunction witht the" "as- built plans" and, upon completion of work, shall furnish a copy of record to Engineer. The record shall include (1) location of wye branch and end of wastewater connection referenced to next downstream manhole of each run, (2) offset of end of service as referenced from center line of main sewer pipe, (3) depth at end of service, and (4) distance from service end to nearest lot corner (reference lot corner shall be clearly indicated on the record). The service lateral shall be identified byi installing a 2.5" green curb marker and the end of service pipe shall be marked with an EMS marker buried directly over end of service. Use EMS markers as manufactured by 3M, adequately: sealed with plugs or caps prior to Deginningextiltration tests. #1253 Green, Austin, Texas. REVISION DATE: October2023 Section9-Sanitary, Sewer Collection System Page 150 of21 City of Bushnell Technical Specifications for Water and' Wastewater SECTION9 WASTEWATER COLLECTIONSYSTEM Unless otherwise indicated, service connections shall be constructed perpendicular to the gravity main, and on a straight line and a constant grade ofr not less than 2 percent and not greater than 100 percent (i.e., 45 degrees from horizontal or vertical). Service connections less than 2 percent must be signed and: sealed by an engineer and meet the applicable flow rates. Riser piping is not acceptable. Inverts of service connections at property lines shall be established: so as to provide aminimum grade of2 percent tot the center of thel lot or parcelplus 2-feet vertcalwithaminimum invert depth of 5-feet, unless otherwise indicated by the drawings. The maximum invert depth Donotconnectserices directly to manholes unless approved by the City. Where: service lines are connected to manholes, match the invert elevation of the service lines with the crown elevation of the manholes discharge main. Provide a shaped invert from the wall of the manhole to the When installing service connections on existing gravity mains not having wyes and tees, the Contractor mayi installa at tee on PVCmains ori insialaPvCwecometion and fittings. Not tapping shall be 8-feet. invert of the gravity main. saddles or tapping tees shall be used. 9.3.7 Infiltration THERE WILLI BE NO ALLOWABLE INFILTRATION. Air Testing Low pressure testing shall be conducted in accordance with the following procedures: Wastewater systems tested will not be accepted by the City until the gravity mains meet the criteria stated. The Contractor will provide testing equipment and test supervision. The Contractor ini the presence oft the Engineer will conduct all tests. Generally, the gravity mains will bet tested from manhole to manhole or from manhole to the end oft the gravity main ift there is no manhole at the end. Service connections along the gravity main will bei included in thet testing. The test procedure shall be conducted int the following manner: a. Clean pipe to be tested by propellinga a snugf fittingi inflated ball through the pipe by water pressure or other adequate method. This step is important because it not only flushes out construction debris, but the water used to flush the ball through the pipe dampens the pipe wall. The rate of air loss through pipe wall permeation can be significant on dry b. Plug all pipe outlets with pneumatic plugs! having a sealing length equal to or greater than the diameter of the pipe to bet tested. The pneumatic plug shall be able to resist internal pipes. testing pressures without requiring external bracing. REVISIONDATE: October2023 Section9-S Sanitary Sewer Collection System Page 16 of21 SECTION9 City of Bushnell Technical Specifications for Water and Wastewater WASTEWATER COLLECTION SYSTEM The groundwater level surrounding the section of sewer under testing shall be determined. If the groundwater table is above the pipe, then test pressures shall be increased by the corresponding increment (e.g., if the groundwater table is above the lowest crown of the pipe, the air pressure should be increased 0.43 times each foot of d. Once the pipe outlet plugs are securely in place, pressurized air is introduced to the system. The air shall be fed through a single control panel with three individual hose water.) connections as follows: 1. From control panel to pneumatic plugs fori inflation in gravity pipe; 2. From control panel to sealed line fori introducing the pressurized air; 3. From sealed line to control panel. This line will enable continuous monitoring of the air pressure rise in the sealed line. e. The air shall bei introduced: slowly tot the section of pipe under evaluation until thei internal air pressure is raised to 4.0 psig greater than the hydrostatic pressure head created by Ar minimum of two (2) minutes shall be provided for the air pressure to stabilize to conditions within the pipe. (This stabilization period is necessary for variations in temperature to adjust to the interior pipe conditions.) Air may be added slowly to After the stabilization period, when the pressure reaches exactly 3.5 psig, the stopwatch shall be started; and when the pressure reaches 2.5 psig, iti is stopped. The portion of the line being tested shall be acceptable if the time in minutes for the air pressure to decrease the existence of groundwater that is over the pipe section. maintain a pressure to 3.5to4.0 psig for at least two (2) minutes. from 3.5 psig to 2.5 psig is greater than the time shown in Table 9.3. Table 9.3: Air Pressure Standards for Line Testing Pipe Diameter (inches) 4 6 8 10 12 15 18 21 24 Time (minutes) 2.0 3.0 4.0 5.0 5.5 7.5 8.5 10.0 11.5 REVISIONDATE: October2023 Section9- Sanitary Sewer Collection System Page 17 of21 City of Bushnell Technical Specifications for Watera and Wastewater SECTION9 WASTEWATER COLLECTIONSYSTEM h. In areas where the groundwater is above the top of the pipe, the test pressures shall be increased by 0.433 per foot of groundwater (e.g., if the groundwater is 11% feet, the 3.5 to 2.5 pressure drop will be increased by 5 psi; the time then will be measured for a pressure drop from 8.51 to7.5 psi.). Alternate Pressure Test T-/Q08SOXDXX/0003 where: T= minimum time in seconds the air pressure must hold while droppingi from 3.5psig to2.5 psig D= pipe diameter in inches K= 0.000419DL, but not less than 1.0 L= length of line being tested See example calculation on next page. [THE REMAINDER OF THIS PAGE EFTINTENTONALVYBLAN, REVISION DATE: October2023 Section9-Sanitary: Sewer Collection System Page 18 of21 SECTION9 City of Bushnell Technical Specifications for Water and Wastewater WASTEWATER COLLECTION: SYSTEM Example: 10-inch: sewer thati is 350 feet long K= 0.000419xDXL K= 0.000419x10x350 K= 1.4665( (use 1.47) T= 0.0850xDxK 0.003 T= 0.0850x10x147 0.003 T= 1.2495 0.003 T= 416.5: seconds T= 6minutes and! 56.5 seconds 9.3.8 Cleaning At the conclusion of the work, the Contractor shall thoroughly clean the entire pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material that may have entered during the construction period. Debris cleanedi from the liness shalll be removed from the lowest outlet. Debris or water from the lowest outlet shall not be introduced into the City's wastewater collection system. If, after this outlet cleaning obstructions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or followinga heavy rain, the Engineer will examine the pipe for leaks. Ifdefective pipes orj joints are discovered at this time, the Contractor shall repair them. REVISIONDATE: October2023 Section9-Sanitary Sewer Collection System Page 19of21 City of Bushnell Technical Specifications for Water and Wastewater SECTION9 WASTEWATERCOLECTIONSYSTEM Ally water used int testing and flushing shall be furnished at the Contractor's expense. 9.3.9 Final Test and Inspection Upon completion of the work, the wastewater system or selected sections therein shall be subjected to a final test and inspection. All work in the system or sections therein being tested shall be complete, cleaned and ready for use. Tests shall be as specified herein and shall meet all requirements including but not limited to line, grade, cleanliness, infiltration, and workmanship. Deflection testing will be done on all flexible pipe at the direction of the Engineer. No pipe The Contractor will provide testing equipment: andi test supervision. Thist testing willl be done using an mandrel having a diameter equal to 95% of the inside diameter of the pipe. The test shall be performed without mechanical pulling devices. Re-rounders are not allowed. Inspection of mains shall be by use of a self-contained closed-circuit television (CCTV) system. These facilities shall be provided and operated by the City and scheduled through the City. All requests for TVi inspection shall bei in writing 241 hours in advance from the Contractor. For pipes 15-inchi in diameter and less, no deflections (dips/sags) will exceed %-inch; and for pipes greater than 15-inch in diameter, no deflections (dips/sags) will exceed 1%-inch. deflection will exceed 5%. 9.3.9.1 Wastwater mains within street rights-of-way, paved areas, or areas subjected to frequent vehicular traffic The Citywilli inspect thel lines witht thet television: system on two occasions. Firsti inspection shall be completed prior to road! base construction. Second inspection: shall be performed prior to final acceptance. A1 third or subsequent inspection if required will be performed by the Contractor at the discretion oft the City. 9.3.9.2 Non-paved areas and not subject to vehicular traffic The City willi inspect the lines with the television system on only one occasion. Asecond orsubsequent inspectionifrequired willl be performed by the Contractor at the discretion of the City. END OF SECTION9 REVISIONDATE: October2023 Section9-5 Sanitary Sewer Collection System Page 20 of21 SECTION 10 City of Bushnell Technical: Specifications for Water and Sewer Construction SUBMERSIBLE PUMP STATIONS 10.1 General 10.1.1 Scope of Work Contractor shall furnish, deliver, and install an automatic submersible wastewater pump station. The: stations shall be completewith: allr required equipment. The principle itemsofe equipment shall include two submersible pumps; valves; internal piping; central control panel with circuit breakers; motor starters; automatic pumping level controller; lighting and all on-site mprovementsincuding slab, wet well, dischargepipingl including emergency! by-pass, valve-vault, gravity piping, including gate valve (mechanically assisted if over 12-inch), emergency generator fordesignatedinstalationswneren reguiredbyteclyanalor by Rule), electricalwiring, driveway, parking area, stormwater structures, stormwater piping, fence and related items which make the These specifications are intended to give a general description of what is required, but do not cover all details which will varyi in accordance with the requirements of the equipment as offered. Itis, however, intended to cover the installation and field testing, ofa all materials, equipment and appurtenances for the complete pumping units as herein specified, whether specifically To assure unity of responsibility, the pumps, accessories, and pump control system, including the RTU, coaxial cable, and antenna, shall be furnished and coordinated by the pump manufacturer. The contractor shall assume responsibility for the satisfactory installation and operation of the entire pumping system including pumps, accessories and controls as specified. The centrifugal submersible pumps shall be manufactured by ABS, Flygt, Grundfos, KSB, or station complete and operable. mentioned in these specifications or not. WILO/EMU per the table below. Submersible Pump Overview Table Horsepower 40HP and Below 41HP and Above ABS Flygt Grundfos KSB WILO/EMU ABS Flygt KSB Approved Manufacturer The pumps furnished shall be designed, constructed, and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed. All equipment furnished under this specification shall be new and unused. Pumps shall be manufactured in accordance with the Hydraulic Institute Standards. REVISIONDATE: October 2023 Section10-submersbe Pump Stations Page 1of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION 10 SUBMERSIBLEP PUMP STATIONS 10.1.2 Submittals Copies of all materials required to establish compliance with the specification shall be submitted ina accordance with the provisions of the general conditions. Submittals shall include at least the a. Shop erection drawings showing all important details of construction, dimensions, and following: anchor bolt locations. b. Descriptive literature, bulletins, and/or catalogs oft the equipment. Data ont thecharacteristics: and performance ofe each pump. Data shalli include guaranteed performance curves, based on actual certified tests of similar units, which show that they meet the specified requirements for head, capacity, efficiency, NPSHR, submergence and horsepower, except where certified witness testing is requested by the City. Curves shall be submitted on 8% by 11-inch sheets; at as large a scale as is practical. Curves shall be plotted from no flow at shut off! head to pump capacity at minimum specified TDHforone pump running and for two pumps operating in parallel. Catalog sheets showing a family d. Complete wiring diagrams showing in full detail all line voltage wiring and components, e. Adrawing showing layouts of the pump control panel for each pumping station shall be f. The total weight of the equipment including the weight of the single largest item. h. A list of the manufacturer's recommended spare parts, with the manufacturer's current price for each item. Include o-rings, seals, etc. on the list. List bearings by the bearing of curves will not be acceptable. and control voltage wiring and components. furnished. g. Acomplete bill ofmaterials of alle equipment. manufacturer name and part number. All submittal data required byt the general conditions. Complete motor data. Int the event thati iti is impossible to conform to certain detailsofthes specifications due to different manufacturing techniques, describe completely all non-conforming aspects. 10.1.3 Materials and Equipment The pumping units required under this section shall be complete including pumps and motors with proper alignment and balancing of the individual units. All parts shall be sO designed and proportioned as to have liberal strength, stability, and stiffness and to be especially adapted for the work to be done. REVISION DATE: October 2023 Secton10-Submersbie Pump Stations Page 2of11 SECTION: 10 City of Bushnell Technical: Specifications for Water and Sewer Construction SUBMERSIBLEPUMPSTATIONS a. New discharge connections shall bet furnished foreach pump and be rigidyandaccurately anchored into position. All bolts used to mount pump base, guide rails and guide rails supports shall be drilled and epoxied per FDOT Standard! Specifications. Necessaryanchor bolts, nuts, and washers shall be 316 series stainless steel and be furnished by the pump b. Stainless steel nameplates giving the name of the manufacturer, the rated capacity, head, manufacturer for installation by the contractor. speed, and all other pertinent data shall be attached to each pump. 10.1.4 Product Handling All parts shall be properly protected sO that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and Factory assembled parts and components shall not be dismantled for shipment or installation Finished surfaces of all exposed pump openings shall be protected by wooden blanks strongly Finished iron or steel surfaces not painted shall be properly protected to prevent rust and Use padded straps when! handling pipe andi fittings so notto damage finished metala and/orcoated surfaces. Any surfaces damaged shall be repaired or replaced by the Contractor at the City's After hydrostatic or other tests, all entrapped water shall be drained prior to shipment, and proper care shall be taken to protect parts from the entrance of water during shipment, storage, Each box or package shall be properly marked to show its net weight in addition to its contents. equipment are ready for operation. unless permission is received in writing from the engineer. built and securely bolted thereto. corrosion. discretion. and handling. 10.2 Products 10.2.1 Pumps The pumps shall be totally submersible non-clog centrifugal pumps with submersible close- coupled motors designed to pumpsewage. The design shall be such that the pumping units shall be automatically connected to the discharge piping when lowered into place on the discharge connection. The pumps shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be removed for this purpose, and no need for personnel to enter the REVISIONDATE: October 2023 Section10-Submersbe Pump Stations Page 3 of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION 10 SUBMERSIBLE PUMP STATIONS wet well. Each pump shall be fitted with a 316-series stainless steel lifting cable of adequate strength (minimum 2,500 Ibs) and length to permit raising the pump fori inspection and removal. Stainless steel lifting rings shall be installed at the top end of the cable and at 10 foot intervals Standard impellers shall be constructed of cast iron, ASTM A48, Class 35B and coated with Belzona. Cutting impellers shall be constructed of hardened high chrome. The design shall permit low liquid velocities and gradual acceleration and change of flow direction oft the pumped media. The impeller/casing design shallresult inap passage-free surface to whichs solid or fibrous materials cannot adhere. The overall pump design shall combine high efficiency, low required NPSH, large spherepassage and the ability to handle high solids concentrations efficiently. All other parts shall be of close grain grayi iron construction, with all parts coming into contact with sewage protected by approved sewage resistant coating. All external bolts and nuts shall be of 304 series stainless steel. The impeller shall be of a centrifugal non-clog type capable of passing solids and fibrous Each pump shall be provided withal balanced tandem mechanical seal system or cartridge. Allseal faces and springs shall be immersed in oil. Both sets of faces (both upper and lower sets) are tungsten carbide or silicon carbide construction. Seal faces shall be self-aligning, positively driven, and each heldI by separate spring systems. The construction shall be such that no spring is exposed to the pumped media. Also acceptable is a tandem double mechanical seal running in an oil reservoir, composed oftwo( (2) separate lapped face seals, each ring with each pair heldi in contact byas separate spring. The upper seal unit, between the oil sump and motor housing, shall contain one(d)stationanyande one( Uiotatingtungtenanise ring. One( (1)face seal andt the oilreservoir fromthe motor chamber shall seal the pumped liquidf fromi the oil reservoir byt the other. The seals shall require neither maintenance nor adjustment, and shall be easily replaced. Conventional double mechanical seals with a single spring between the rotating faces, requiring constant differential pressure to effect sealing and subject to opening and penetration by pumping forces A wear ring shall be installed to provide efficient sealing between the volute and impeller. The wear ring shall consist of a stationary ring made of nitrile rubber molded with a steel ring insert A sliding guide bracket shall be an integral part of the pumping unit and the pump casing shall have a machined connection flange to connect with a cast iron discharge connection, which shall be bolted to the floor of the sump with stainless steel anchor bolts and sO designed as to receive the pump connection without the need for any bolts or nuts. Anchor bolts shall be drilled and epoxied, no redhead bolts shall be allowed. Sealing of the pumping units to the discharge connection shall be with the entire weight of the pumping unit guided by stainless steel guide rails. No portion of the pump shall bear directly on the floor of the sump and no rotary motion of the pump shall be required for sealing. The pump with its appurtenances and cable shall be down the length of the cable. material of minimum 3-inch sphere size. shall not be considered equal to the tandem seals specified and required. ors stainless steel ANSI 304 ring that is drive-fitted to the impeller eye. REVISION DATE: October 2023 Section10-ubmersbe Pump Stations Page 4 of11 SECTION 10 City of Bushnell Technical: Specifications for Watera and Sewer Construction SUBMERSIBLE PUMP STATIONS capable of continuous submergence underwater without loss of watertight integrity toad depth of Pump motor shall be 3-Phase (unless otherwise approved by the City), NEMA-B design, squirrel- cage, induction, shell type design, housed in an air- filled (with a positive circulation system) watertight chamber. The motors shall bei inverter duty rated in accordance with NEMAI MG1, Part 31. The combined: service factor (combinede effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. Motor service factor less than 1.15 may be considered on a case-by-case basis, whereby the pumpmanufacturer: shows this service factor tol bet their standard offering per published catalogi information or other issued publication data; however, ini no case shall it be less than 1.10. The motor horsepower shall be adequate sO that the pump is non-overloading throughout the entire pump performance curve, from shut-offt through run-out. The stator winding and stator leads shall be insulated with moisture resistant Class F insulation which will resist a temperature of 311°F (155°C). The stator shall be dipped and baked three (3) times in Class F varnish and shall be fitted into the stator housing. The use of bolts, pins or other fastening devices requiring penetration of the stator housing will not be acceptable. The motor shall be capable ofs sustainingaminimum oft ten (10) starts per hourv with thel liquid surface located at the top of the pump's volute, but below the motor casing, with a temperature rise not exceeding 104°F (40°C) above ambient. The motor shaft shall be series AISI 420 stainless steel of solid construction without shaft sleeves or overhang longer than 2.5 timesi its diameter. Overhang shall be defined as the distance from the lower bearing to the hub of thei impeller. Pump motors shall have cooling characteristics suitable to permit continuous operation, in at totally, partially, or non-submerged condition. Each motor shall incorporate an ambient temperature compensated overheat sensing controls. The device: shall be self-resetting. The power cable shall bei fixed to the pumpusingawatertgnt: grommet assembly. Pump motor cables shall be suitable for submersible 651 feet. pump applications and shall be properly sealed and PIZZMSHA approved. 10.2.2 Stainless Steel Pump Discharge Piping and Fittings Stainless steel pipe is an approved material for discharge piping within the wet well and above ground pipe and fittings at pump stations. Stainless steel pipe shall be Schedule 40S T304L austenitic stainless steel in accordance with the latest revision of ASME B36.19/ASTM A312. Stainless steel pipe and fittings shall have flanged connections. Flanges shall be slip-on welded type, 150#, raised-faced, T304L stainless steel in accordance with ASTM A182. All welds shall be made by an American Welding Society (AWS) Certified Welder according to the AWS D10 (and All stainless steel pipe and fittings shall bei in accordance with the standard specifications unless otherwise approved by the City. Pipe shall be fabricated from only high-quality stainless steel materials, free from defects, and from sources with that are IS09001:2008 compliant. other applicable standards) for welding stainless steel pipe and fittings. REVISIONDATE: October 2023 Section1 10-Submersiblel Pump Stations Page! 5 of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION 10 SUBMERSIBLE PUMP STATIONS 10.2.3 Ductile Iron Pump Discharge Piping and Fittings Ductile iron pipe is an approved material for above ground pipe and fittings at pump stations. With approval from the City, ductile iron pipe can be used for pump station discharge piping and fittings within the wet well. All ductile iron pipe and fittings shall be as specified in the Technical Specification for Distribution and Transmission System Piping (Section 7), with the following For pump station wet welli installations, line the interior surface of ductile iron pipe and fittings toaminimum thickness of 40 mils (DFT) with al high-solids (97% minimum) coal-tar free ceramic epoxy. Coat the exterior surface with epoxy primer to at thickness of 5 mils, and apply a top coat of epoxy to a minimum thickness of 30 mils. Approved products include Permite Permox- CTF (interior); Tnemec Series N140 Pota-Pox Plus (primer), and Tnemec Series 435 Perma-Glaze (top coat), or approved equals. The top coat only may be field applied by an experienced modifications: applicator and allowed to cure before installation. 10.2.4 Wet Well Liners Inside the wet well all exposed surfaces (including bottom of top slab) shall be lined with a protective coating. Approved lining products include AGru America, Inc. - HDPE Sure Grip"; Quadex, Inc.-StructureGuard epoxy; Raven 405ultra-high build epoxy; or approved equal. Liners shall be shown, labeled, and dimensioned on the shop drawings submitted for approval to the Allconcrete: shall be sufficiently cured to prevent gaseous formation behind the liner per the liner manufacturer's specifications. All wet well surfaces shall be thoroughly prepared, cleaned, dry and free from all mill-scale, rust, grease, dirt and other foreign matter to assure proper adhesion/instalation of the liner. These linings shall be applied in strict accordance with the Engineer. manufacturersrecommendations by a certified installer. REVISIONDATE: October 2023 Section10-Submersibe Pump Stations Page 6of11 SECTION 10 City of Bushnell Technical Specifications for Water and Sewer Construction SUBMERSIBLE PUMP STATIONS Wet-well shall be covered with a temporary cover during construction to prevent unplanned or unauthorized entry of persons or objects. 10.2.5 Access Frames and Guides The pumping station wet-well and valve-vault shall be furnished with the necessary aluminum access frames, complete with hinged and hasp-equipped covers, fall protection grating, stainless steel upper guide holder and level sensor cable holder. The frames shall be securely mounted above the pumps. Doors shall be full open to 90 degrees with safety-locking handle in open position. Doors shall have a 300 psfl load rated (H20, iftraffic bearing) aluminum checkered plate and shall be similar to Model "JD-AL" with stainless steel hardware manufactured by the Bilco Company, model' "S2R" byH Halliday Products, Electric Specialy,ormode'APD30Pmanufactured The wet-well: shall be a minimum 8-foot diameter. The entrance opening shall be a minimum of4 48 inches X 48 inches for 4-inch pipe and 60i inches x6 60 inches for 6-inch pipe. The wet well hatch for larger installations shall be sized by the design engineer to ensure that the pumps may be passed The valve-vault shall be a minimum 71 feet wide x81 feet 6i inches longx x5f feet 6i inches deep witha minimum 72 inches X 48 inches access opening. Shop drawings for the pumps, pump controllers, wet-well, and valve-vault and related piping, must be submitted to the City Engineer for review and approval prior to manufacture of the wet-well valve-vault or ordering of the pumps and Guide rails (2 per pump) shall be Schedule 40, T304 tubular stainless steel pipe sizedaccording to by US Foundry. on the guide rail through the hatch without conflict. controllers. Table 10.1. DONOT use T-shape or other beam-type rail systems. Table 10.1- Pump Station Guide Rail Sizing Pump Horsepower <10HP 10HPto<50HP 50HP or greater Pump Rail Diameter 1.5"or2" 2" 3" Lower guide holders shall be integral with the pump discharge connection. Intermediate guide brackets shall be required on stations whose depth is equal to or greater than 20 feet. Intermediate guide brackets shall be TP: 304 stainless steel. 10.2.6 Pump Control System thet following specifications: REVISIONDATE: October 2023 The pumps shall be controlled by a submersible pressure transmitter manufactured by KPSI with Section1 10-Submersible Pump Stations Page7of11 City of Bushnell Technical: Specifications for Waterand Sewer Construction SECTION1 10 SUBMERSIBLE PUMPSTATIONS Part No.: 700514AB8015.00000.000B10040A Pressure Range:0.00to1 15.00PSIG Excitation: 9-28VDC REVISION DATE: October 2023 Section 10-Submersible Pump Stations Page 80 of11 SECTION 10 City of Bushnell Technical: Specifications for Watera and Sewer Construction SUBMERSIBLE PUMP STATIONS Output: 4-20mA Cable! Length: 30ft. The: submersible pressure transmitter shall be mounted on a 4-inch PVC: stilling well, schedule 40, and attached to the side of the wet well using pipe supports. It shall also be terminated on TB- 4 in the control panel as per the electrical drawings and the face of the sensor end of the transmitter shall be located 12 inches AFF of the bottom of the wet well. 10.2.7 Wiring The control panel shall be completely wired at the factory, except for the power feeder lines, in accordance with National Electric Code. All wiring outside the panel shall bei in conduit. 10.3 Execution 10.3.1 Inspection and Testing 10.3.1.1 General The City shall have the right toi inspect, test, or witness tests of all materials or equipment to be furnished under these specifications, prior to their shipment to the job site. The City shall be notified in writing prior to initial shipment, ina ample time so arrangements can be The services of a factory representative with complete knowledge of proper operation and maintenance shall be furnished for 1 day to inspect the final installations and supervise the test run of the equipment. This must be done on a Monday, Tuesday, Wednesday or Thursday; not on a Friday, Saturday or Sunday nor onal holiday or the day before a holiday. This inspection must be closely coordinated with the City, providing a made for inspection. minimum of two weeks advance notice. 10.3.1.2 Pumps After all pumps have been completely installed, and working under the direction of the manufacturer, conduct in the presence of the Engineer, such tests as are necessary to indicate that pumps conform to the specifications. Field tests shall include all pumps included under this section. The Contractor shall supply all electric power, water or wastewater, labor, equipment and incidentals required to complete the field tests. Ift the pump performance does not meet the specification, corrective measures shall be taken or pumps shall be removed and replaced with pumps, which satisfy the conditions, specified. A24-hour operating period of the pumps will be required before acceptance. During this 24-hour operating period, the contractor shall supply all power necessary. Data sheets shall be prepared for each set of pumps and submitted to the City, and the REVISIONDATE: October 2023 Section10-Submersbe Pump Stations Page 9 of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION 10 SUBMERSIBLE PUMPSTATIONS Engineer of Record in 3 copies and shall include the following information: Pump Model Speed, RPM Pump Casing Material Impeller Material, Type and size Shaft Material Type Seal Typel Lubrication Suction Size Max. Solid Size Passage (Minimum 3 inches diameter) Min. Spacing between pumps Pump Motor Speed, RPM Efficiency at Design Point Type Brake Horsepower Full Load Eff. Service Factor Full Load Amps Voltage/Cycle/Phase Insulation Rating Enclosure Guaranteed Field Efficiency: at Design Point Capacitor Sizes and" Type if Applicable REVISION DATE: October 2023 ectioni0-Submersibe Pump Stations Page 10 of11 SECTION 10 City of Bushnell Technical: Specifications for Waterand Sewer Construction SUBMERSIBLE PUMPS STATIONS 10.3.1.3 Field" Testing Upon completion of all the mechanical work, the contractor shall conduct testing as specified herein to demonstrate that the equipment performs in accordance with all Thec contractor shall performi initial testing oft thee equipment to ensure that thet tests listed Thei initial start-up: shall demonstrate that alli items oft these specifications have been met by the equipment asi installed and shall include, but not limited to, thei following tests: a. That the quick release lift out feature functions properly allows the pump to! be b. That all units have been properly installed and arei in correct alignment. That the units operate without overheating or overloading any parts submerged and un-submerged and without objectionable vibration. d. That there are not mechanical defects in any of the parts. e. That the pumps can deliver the specified pressure andi flow rate. That the pumps: shall be capable of pumping raw unscreened sewage. That the pump sensors and controls perform: satisfactorily as to sequence, the pumps correct start and stop levels, and correct high level alarm. specifications. below can be satisfactorily completed. raised and lowered without draining the pit. 10.3.2 Guarantee The contractor shall guarantee the station for 24 months from the date of acceptance that the structure and alle equipment will bet free from defects in design, materials, and workmanship. The pump station manufacturer shall furnish replacement parts FOB factory, for any component proven defective, whetnerofhisorofotnermanufacturer during the guarantee period, except for those items which are normally consumed in service such as light bulbs, oil, grease, pump seals, etc. 10.3.3 Warranty The equipment manufacturer shall warrant the pumping units being furnished against defects in workmanship and material for a period of five (5) years or 10,000 hours, whichever occurs first, under the use indicated by these specifications and as shown int the drawing. The warranty shall be in printed form and shall apply to all units furnished and shall be duplicated into each of the The warranty shall cover all parts and labor required to repair or replace a defective unit as follows: 100% (0-24 months), 50% (24-39 months), and 25% (40-6 60 months). four operation and maintenance manuals submitted. REVISIONDATE: October 2023 ectioni0-submersbe Pump Stations Page 11of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION 10 SUBMERSIBLE PUMP STATIONS Ther manufacturer's' warranty period shall run concurrently with the Contractofswaranty period. No exception to this provision shall be allowed. 10.3.4 Operating Instructions Four (4) operating and maintenance manuals complete with spare parts lists for all equipment shall bet furnished. The manuals shall be prepared: specificallyt fort this installationand: shalli include all required cuts, drawings, equipment lists, descriptions, etc. that are required to instruct Afactory representative of all major component manufacturers, who has complete knowledge of their proper operation and maintenance, shall be provided one day to instruct representatives of the City onp proper operation and maintenance. With the permission oft the City, this work may be conducted in conjunction with the inspection of the installation and test run as provided under Section 9.3.1.3. If there are difficulties in operation of the equipment due to the manufacturer's design orf fabrication, additional service shall be provided at no cost to the City. operation and maintenance personnel unfamiliar with such equipment. 10.3.5 Tools and Spare Parts One (1) set of all special tools required for normal operation and maintenance shall be provided. All such tools shall be furnished in a suitable steel tool chest complete with lock and duplicate keys. Spare parts and/or lubricants recommended by the manufacturer for routine maintenance Check out - The manufacturer shall have his representative place the station in initial operation after all construction has! been completed. This shall be done ona al Monday, Tuesday, Wednesday or Thursday (not on a Friday, Saturday, Sunday or holiday or day before a holiday). The manufacturer shall furnish the City with four (4) copies of the "crank up" report. A formal inspection of the pumping station shall be scheduled on a dayi following the station start up but not concurrently (again not a Friday, Saturday, Sunday, Holiday or day before a Holiday). This must be closely coordinated with the City, providing a minimum of two weeks advance notice. during the warranty period shall be furnished. 10.3.6 Miscellaneous Any materials not listed int the Contract Documents (specification, construction drawings, special AlIS 90° and 45° flanged bends on the entire project willl be long radius bends. There is to ber no 90° or 45° bend ont the) job site that is not long radius bends except for 90° and 45° MJ bends. Pump motors will be no older than 4 months old and pump supplier will certify the date of provisions, bid solicitation) willl be per latest FDOT specifications. manufacture. All stainless steel willl be 316: series unless noted otherwise. REVISION DATE: October 2023 Section10-submersibe Pump Stations Page 12 of11 SECTION 10 City of Bushnell Technical: Specifications for Waterand Sewer Construction SUBMERSIBLEPUMPSTATIONS The pump station includes everything to make the station fully operational whichi includes, but is not limited to, pumps, piping, valves, control panel (which must be furnished by the pump supplier), pad, 316 SS lifting cable, 3045 SS guide rails, 316SS brackets, 2 glycerin filled gauges. 10.3.6.1 Fencing The fence and gate bolts shall be pinned to make disassembly difficult. Fencing shall be vinyl coated (green or black) with top rail. All slabs, equipment, and utilities shall be located within the fenced area at least 4 feet from the fence. A 6-foot high perimeter fence shall bei installed with a walki in and drive through sixteen (16) foot cantilever slide gate. This fencing shall conform to the current FDOT standard 550 specification for fencing or as detailed on the construction documents. 10.3.6.2 Driveway and Parking Areas Concrete driveway and parking areas shall meet the current FDOT Driveway Standard 214 specification. Where approved by the engineer, asphalt driveway & parking area are permitted given the following requirements. Drive and parking area shall include subgrade base and wearing surface in accordance with current City Standards. Pavement grade shall be determined in relation to the drainage installations. The station's paved access road shall be 16-feet wide and have a slope between 2% and 12%. The road width may be reduced to a minimum of 12-feet wide with the permission of the City. A paved vehicle turnaround area with a 20-foot inside turning radius to allow at two-ton truck to turn around is required. Four (4) inches of FDOT No. 57 gravel over 20 mil geotextile will be placed ini the unpaveda areassurrounding: the: station. Shouldi the plans showa ac concrete drive and parking area, the drive and parking area will be per the plans. Subsequent compacted backfill lifts and spreading of any stored topsoil shall bring the surrounding soils to grade. Thei finished grade shall provide for surface water drainage away from the structures. Sodding shall be installed, to a minimum of 20 feet in all directions of lift station. 10.3.6.3 Exceptions No exceptions from these specifications will be allowed unless specifically approved in The City will review submittal data of the pump station manufacturer to facilitate inadvertent exceptions, however, inclusionofe exceptions int the submittal shall not satisfy writing by the City. the requirement that it be specifically approved. END OF SECTION 10 REVISIONDATE: October 2023 Section10-Submersibe Pump Stations Page 13 of11 City of Bushnell Technical: Specifications for Water and Sewer Construction SECTION11 ELECTRICAL AND FIELD WIRING 11.1 General Provisions 11.1.1 ScopeofWork In general, the scope ofv work shall be to provide andi install the electrical service, electrical power distribution and controls interface for a wastewater pumping station. All permits needed for the Itist the intent of these specifications and drawings that the electrical system shall be complete, fully operational, and suitable in every way for the service required. Drawings are diagrammatic inr nature and do not show in every detail all devices and incidental materials necessary to accomplish their intent. Therefore, it shall be understood that such devices and incidental materials required shall be furnished by the Contractor. The following generally describes the tasks to be included in the installation of the electrical and control systems for the pumping a. The electrical service equipment and lightning air terminal grounding shall be mounted onay pole that willl bei installed adjacent to the pump: station. The Contractor: shall provide andi install the meter base, conduit (with weather-head) and wire to construct the service fromi the pole tot the pump: station control panel. The Contractor shall provide and install the lightning air terminal and #6 grounding conductor on the pole. The Contractor shall coordinate, schedule, and make payment for mounting of the service pole. Coordination b. The pole will also be the antenna mast. The Contractor shall install the antenna cable/conduit between the pump station control panel and the antenna location at the top of the pole (conduit should stop 101 feet up the pole). The cable shall bei installed on the pole after the pole has been installed to avoid damage to the cable. The Contractor shall coordinate with the City concerning installation of the antenna by the City. Thep pump station control panel contains the main service disconnect,1 telecommunication RTU, and pump control equipment. The Contractor shall receive the control panel from the City or City's Vendor and store the control panel until ready for installation. The supply andi installation ofthe concrete pad (6f feetxbfetx6inches orlargerifgenerator required) with imbedded conduits (service and antenna cable) shall be part of the Contractor's work. The Contractor shall install the control panel on the concrete slab. d. The Contractor shall provide and install the conduit and wire (including "seal-offs") between the control panel at the wet well and valve vault. The conduit and wiring shall be sized to comply with the NEC. The Contractor shall provide and install the field instrumentation (level transmitter and float switch in the wet well and proximity electrical construction work shall bet the responsibility oft the Contractor. station: with the City andi the polei installer shall be part of the work. REVISION! DATE: October 2023 Section11-E Electrical and Field' Wiring Page 10 of14 SECTION11 City of Bushnell Technical: Specifications for Waterand Sewer Construction ELECTRICALAND FIELD WIRING switches on the check valves). Termination of field wiring at the devices/motors and at e. The Contractor shall provide and install the grounding for the pump station and shall test The Contractor shall provide a complete check out of the pump station (i.e. motor phase rotation, emergency power phase rotation matches normal power, field instruments provide correct input to SCADA system, etc.). The Contractor shall fill out the "startup The Contractor shall provide personnel for the start-up oft the pump station (i.e. station pumping fluid). Coordination of the start-up date and time with the City shall be the the control panel shall bey part oft the work. the grounding system per the specifications. check list" per the specification. responsibility of the Contractor. 11.1.2 Permits and Inspections The Contractor shall obtain all necessary permits and inspections required for the work to be performed and shall pay all charges incidental thereto. Upon completion of the work, the Contractor. shall deliver to the Engineer a Certificate of Inspection and approval, from the City of Bushnell Electrical Inspection! Department ort the Sumter County Electrical Inspection Department, as to compliance with the National Electrical Code and the City of Bushnell Electrical Code. A Master or. Journeyman Electrician must be present during the final inspection. Ina addition to the above required inspection the City of Bushnell may retain a local Consulting Engineer, hereinafter referred to as "the Consulting Engineer" to provide construction administration, ensure adherence to these specifications and drawings, observe, and perform specified measurements, perform a final inspection, and submit a written report. The decision of the City representative on any questions concerning acceptability ofe equipment, materials, orc constructiont methods shalll be construed as the decision oft the City. Asi sitisthei intent of these specifications and drawings to provide for typical electrical service standards for all wastewater pump stations in the City of Bushnell service area, no deviations from the plans or specifications will be allowed without advance, written approval from the City. The Contractor shall notify the City Inspector when the following items are ready for approval, Inpecton.performance, or observation;: and when practical, theses servicess shalbeaccomplished withaminimum of visits to the site by the Inspector and/or Engineer: a. Approvalo of service entrance equipment location. b. Inspection of the underground service and feeder conduits prior to backfilling of the trenches. REVISIONDATE: October 2023 Section11-E Electrical and Field Wiring Page2of14 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION1 11 ELECTRICALAND FIELD WIRING Observation of final ground rod resistance measurement. d. Performance of phase rotation check. e. Final inspection. 11.1.3 Codes and Standards The latest editions of the established standards of the following organizations shall be followed asift they were fully written herein and constitute: ap part toft the petificatonrequrements, except where otherwise specified: a. National Fire Protection Associations National Electrical Code. b. Occupational Safety and Health Administration (OSHA). Federal Communications Commission (FCC). d. Municipal, local, or other codes having jurisdiction. e. Utility Company Rules and Regulations. The foregoing rules, standards, regulations, specifications, recommendations, and requirements shall be followed by the Contractor as minimum requirements. They shall not relieve the Contractor from furnishing andi installing higher grades ofr materials andworkmanshp, which are specified herein ori indicated on the drawings. 11.1.4 Minor Deviations The Contractor shall note that the electrical drawings and these specifications are intended to define at typical installation as to the extent, general character and location oft the work included. The Contractor shall be responsible for a complete and operable system to perform thet functions Arrangements of conduit and wiring and equipment that differ materially from the obvious intent of the drawings and specifications will not be permitted except where specifically approved by the Engineer. Shop Drawings shall be furnished showing all changes. Any change resulting in a saving of labor or material shall be made in accordance witha Contract Change Order. Any alternate proposals affecting the design or the intent of the plans and specifications shall be submitted to the City for approval. The alternative design shall be complete with plans, specifications, and sufficient details for proper evaluation. Incomplete or partial proposals will desired. not be given consideration. REVISION DATE: October 2023 Section 11 - Electrical and Field Wiring Page 3of14 SECTION11 City of Bushnell Technical Specifications for Watera and Sewer Construction ELECTRICALANDF FIELDWIRING 11.1.5 Guarantee Ina addition to the guarantee of equipment by the manufacturer of each piece specified herein, this Contractor shall guarantee such equipment and shall be responsible for a period of two (2) years after final acceptance to make good any defects of materials or workmanship occurring duringt thisp period, without expense tot the City. Ughtbubreplacement, guarantee shall bel limited to 30 days. 11.1.6 Qualifications This work shall be performed by, or under the direct supervision of a Master Electrician, duly licensed to conduct business, or to practice his trade within thel limits oft the City of Bushnell 11.1.7 Plans and Specifications The plans and specifications are complementary, one toi the other, and any item called for by one and not the other shall be supplied the same asi ifity were called for by both. 11.2 Basic Materials and Methods 11.2.1 Conduits Type of Conduit tol be used: a. All raceways shall be continuous and shall be secured to all enclosures sO that an electrically continuous system ground will be maintained when IMC or flexible conduit is b. Alle exposed raceways shall be racked and installed with runs parallel to or perpendicular Allraceways entering an enclosure shall have as substantial insulated bushing or insulated connector providing a smoothly rounded surface to protect the conductors, equal to d. Allj job cutt threads shall be made rust resistant by application ofz zinc chromate paint prior e. Intermediate metal conduit (IMC) that runs in concrete or underground shall be made watertight by applying compound to the joints and shall be given two protective quick drying asphalt base paint coatings throughout the imbedded length and to a point 6 Sealing fittings shall bei installed in conduits where required byt the NEC for ClassIDivision Ilinstallations: and/or the drawings. The fittings shall be: suitable for vertical or horizontal installation equal to O-Z Gedney type EYA, appropriately: sized tot fit conduits. Each fitting shall bei installed as close as practicablet to enclosures, and in no case more used. tos structural members. Thomas and Betts Insulated Bushings. toa assembly. inches above final grade. REVISION DATE: October 2023 Section1 11- Electrical and Field' Wiring Page 40 of14 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION 11 ELECTRICAL AND FIELD WIRING than 18 inches from enclosures. Sealing compound shall be a type approved for the purpose, unaffected byt the surroundingatmosphere or liquids, and shall haveam minimum Conduit riser shall be clamped to service pole with standoff pipe straps to provide h. Where not otherwise restricted by the above Paragraphs, underground conduit shall be Where not otherwise restricted by the above Paragraphs, above-ground or exposed melting point of2 200°F. proper alignment into meter socket. Schedule 40PVC. conduit shall be IMC or rigid galvanized. 11.2.2 Wiring 11.2.2.1 Type a. Power Wiring: The secondary wire and cable shall be 600-volt THW or THWN b. Control Wiring: 120VAC control wiring shall be No. 14 AWG, THHN 600-volt insulated copper conductors. insulation, 7 strand copper conductors. 11.2.2.2 Installation a. When pulling lubricants are used, they shall be of a type approved for the b. All wiring in switches, control panels, etc., shall be neatly formed, grouped, and particular cable insulation. taped to present a neat orderly appearance. 11.2.2.3 Identification a. Conductor identification shall bel byo color-coded insulation and wirel labels. Power' Wiring Color Codes 120/240Volts AC: System - Phase A- Black Phase B- Red Phase C-B Blue Neutral- - White Ground- Green [THE REMAINDER OFTHISPAGE LEFTINTENTIONALLY BLANK] REVISION DATE: October 2023 Section 11-E Electrical and Field Wiring Page5of14 SECTION 11 City of Bushnell Technical Specifications for Water and Sewer Construction ELECTRICAL AND FIELD WIRING 480 Volts AC: System - Phase A- Brown Phase B- Orange Phase C-) Yellow Neutral - Grey Ground - Green b. Control wiring shall be identified by color-coded insulation and an adhesive wire label corresponding to the wiring diagrams. Control Wiring Color Codes - 120VAC Discrete Control Red 24VAC Discrete Control Gray DC Discrete Control Blue Analog Control Shielded- - Pairs/Cable The adhesive wire markers shall be pre-printed cloth wrap on style or the type Allr neutral conductors shall have white or gray insulation (white preferred). All grounding conductors shall have green or green with/yellow stripe insulation. written adhesive or shrink-on style. 11.2.3 Lighting Areal Lighting -Furnish and install a pole mounted,100-watt, 120-VAC, high-pressuresodium: (HPS) luminaire. The luminaire shall be per Figure 10-1aG.E. PBS10S1A5V5AC or approved equal. 11.3 Service and Distribution 11.3.1 General The Contractor shall install a three-phase service of the size, number of conductors, and voltage characteristics shown on the drawings. Refer to the figures at the end of this Section. 11.3.2 Location Location of service entrance equipment shall be in accordance with the site plan, but must be approved at the job site by the Engineer prior to installation of electrical distribution and monitoring equipment. REVISION DATE: October 2023 Section11-E Electrical and Field Wiring Page 6of14 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION1 11 ELECTRICALAND FIELDWIRING 11.3.3 Control Panel Service entrance, metering, electrical distribution, and antenna, shall be rigidly mounted to Overhead service entrance riser poles shall be 65-foot, Class5, CCA yellow pine service polesD, or approved equal, and may be used for partial support of electrical distribution, lighting, and A 65-foot, Class 5, CCA yellow pine service pole shall be furnished and installed at underground service locations to facilitate mounting of area lighting and antenna. The light fixture and antenna shall be as specifiedi in other sections of this specification and shall be furnished with all necessary When overhead service is required by the drawings, a suitable guy shall be installed to balance service drop conductor tension. The guy shall be composed of a seven-strand 5/16-inch galvanized steel guy with a screw type anchor, 6 inches in diameter. Anchor setting depth shall be determined in the field, as required to provide a minimum holding strength of 1,000 pounds. Minimum setting depth shall be 5 feet. Guy strand shall be attached to service pole with a galvanized steel thimble-eye angle bolt (with flat washer). Two (2) bolt-galvanized guy clamps shall be used for guy attachments to both the thimble-eye bolt and the thimble-eye anchor rod. All guying hardware: shall be galvanized. Anchorand: anchor rod shall be coated with asphalt paint Ina all cases, service dsudoapertandirewt be subject toa approval under the provisions suitable support structures as shown on the drawings. antenna. mounting hardware. Aluminum pole cap is required. before installation. of the final inspection. 11.3.4 Metering The Contractor shall install the metering equipment furnished or specified by the Electric Utility The meter socket shall be installed as shown on the drawings, and in accordance with utility company regulations. When installed on a service riser pole, the meter socket shall be rigidly Companys supplying power to the site. mounted. REVISION DATE: October 2023 Section 11-E Electrical and Field Wiring Page 7of14 SECTION11 City of Bushnell Technical Specifications for Water and Sewer Construction ELECTRICAL: ANDI FIELDWIRING 11.3.5 Grounding Electrical Code. The Contractor shall install a complete grounding system in conformance with the National The Contractor shall install a driven ground rod, consisting of coupled 8-foot sections of S-inch copper-clad steel ground rods. After notifying the City Inspector as toi the time and date, ground a. Ground rods shall be driven to a minimum depth of 32 feet, unless earth conditions prohibit reaching this depth. Under such circumstances, the Engineer may use alternate b. After driving 32 feet of ground rod, the Contractor shall test the ground rod for ground resistance byt thet fall ofp potential method. Thiss shall be accomplished by utilizingamegger earth tester and two auxiliary reference probes driven into the earth in a straight line Ifthe ground resistancei is measured at: 10ohms or less, the ground rodissatsfactoryand shall have the grounding electrode conductor(s) connected to it by means of an exothermic weld connection. The service entrance grounding conductor and the service pole/antennegrounding conductor shall be connected to the same ground rod. d. If the ground resistance is greater than 10 ohms, additional ground rods must be driven untilas satisfactory reading is obtained. The Contractor shalli install additional ground rod e. Should additional rod sections be required to obtain the maximum 10-ohm ground resistance, the City Inspector shall be informed and shall observe the resistance measurement after 32 feet of rod has been driven. The additional rods will be driven The City Inspector shall observe the final ground resistance measurement. Ground resistance measurements shall be made in normally dry weather, not less than 48 hours after rainfall, and with the rod under test isolated from other grounds. Awritten report, in duplicate shall be made to the City Inspector giving the date, the final ground rod length, any special array of rods authorized for use, and the final ground resistance Agrounding electrode conductor shall be attached to the service pole air terminal and shall be fastened to the service pole with wire staples 41 feet O.C. minimum, and shall be rod installation shall be as follows: schemes of paralleled rods after prior approval. from the test rod at distances of 62 and 1001 feet. sections to obtain the necessary: 10 ohms or less ground resistance. under the observation of the City Inspector. measurement. REVISIONI DATE: October 2023 Section11-Electrical and Field Wiring Page 80 of14 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION1 11 ELECTRICALAND FIELD WIRING protected to a height of 10 feet above ground with suitable plastic moiding and clamps. This grounding conductor shall be connected to the ground rod by means of an exothermic weld. 11.4 Special Systems 11.4.1 SCADA 11.4.1.1 Antenna The Antenna shall be a Vagi antenna, Decibel Products Model DB-499 or equivalent with the following minimum specifications: Antenna Gain- 12db Radiation Pattern - Directional Frequency Range - 920-960N MHz Power Handling-25Watts Polarization-Vertical Horizontal Beam Width- 60 deg. Max. Lighting Protection-D Directg ground to mount Wind Rating -150MPH VSWR- -1.5:1 max (REF. 50 ohms) Termination- NType Antenna Mounting Clamps - Provide two (2) mounting clamps model DB365W or equivalent. These clamps are used inm mountingaz 2" mast to wood poles or masonrywalls Antenna Mast Provide a 2" non-corrosive metal piping, 10' in length, such that the antenna is mounted a minimum of 5 feet above tip of the pole and 6 inches from the tip of the mast. The 2" mast shall be grounded to station grounding system. upto1 14i inch thickness. 11.4.1.2 Coaxial Cable a. Coaxial Cable The transmission line shall have a solid corrugated outer conductor and polyethylene protective jacket. Type N male connectors for both ends. %-inchi foam-filled cable, Andrew Corporation, Modell LD4-50A or equivalent %-inch! Super flexcable, Andrew Corporation, Model FSJ4-50 or equivalent REVISION DATE: October 2023 Section1 11-Electrical and Field Wiring Page 90 of14 SECTION11 City of Bushnell Technical: Specifications for Watera and Sewer Construction ELECTRICAL AND FIELDWIRING The length of this cable shall be determined at the site aftert the installation oft the antenna mast or pole. b. Coaxial Surge Protection Provide bulkhead type protectors as means to penetrate the enclosure and "feed- through" the coaxial connection to the radio transceiver. Type-PolyPhaser Corporation Single channel coaxial surge protector Model Surge- - 50,000 amps minimum, IEEE 8/20waveform (Ref.ANSIC62.1) Turn On Time - 7nSec. After voltage wave front reaches DC threshold IS-B50LN, or equal. Turn On Potential- = 60VDC, maximum. 1KV/nsecwaveform: reference) Impedance-50ohms Level Sensor System 11.4.1.3 To control the operation of the pumps with variations of sewage level in the wet well, a pressure transducer to measure head pressure, which correlates to level, shall be provided. The pressuretransducer shalll be manufactured by! KPSI (Hampton, Virginia 800- 328-3665) model number 700514ABB015. The transducer shall have a pressure range of Oto15PSIG, operate with excitation of 9-30VDC and shall have an output of 4- 20mA. 11.4.1.4 Phase Relays Provide and install a phase loss, under voltage and phase sequence monitory/relay, SLA- 230-ALE or SLA-440-ALE depending on the operating voltage of the pumping station. Phase relays shall bei installed at the RTU Control Panel as shown on the Drawings. 11.4.1.5 Auxiliary! High Leve! Switches In addition to the liquid level sensing control system components herein specified, an additional liquid level sensor shall be provided for al high wet well alarm. The sensor shall be ai float type switch (magnetic switch or encapsulated mercury switch using less than 0.9 grams of mercury). The sensor shall be watertight, encased in polypropylene or polyurethane resin for direct application in the wet well. The sensor shall be provided with sufficient conductor to reach the bottom of the wet well and terminate in the RTU Control Panel. REVISIOND DATE: October 2023 Section11-E Electrical and Field Wiring Page 10 of14 City of Bushnell Technical: Specifications for Waterand: Sewer Construction SECTION1 11 ELECTRICALAND FIELD WIRING 11.4.1.6 EmergencyPumpl Control Backup Switch An additional liquid level sensor shall be provided for controlling pump #1 whenever the RTU is malfunctioning. The sensor shall be a float type switch (magnetic switch or encapsulated mercury switch using less than 0.9 grams of mercury). The sensor shall be watertight, encased in polypropylene or polyurethane resin for direct application in the wet well. The sensor shall be provided with sufficient conductor to reach the bottom of the wet well and terminate in the RTU Control Panel. The sensor shall be positioned at about one (1) foota above the "High Level Float Switch" and connected to an Allen- Bradley timer off-delay model 700-FEB1TU22 as showni ini the Drawings. 11.4.1.7 Pump Failure Check Valve Proximity Switch The pump failure circuit for each pump: shall consist ofap proximity switch mounted on the pump discharge check-valve such that when the check-valve is open the contacts on the switch open providing an input to the RTU. The RTU shall be configured such that if the pump is running (auxiliary contact from SMC) and the proximity switch is not opened within a specific amount of time, then the pump is stopped anda a fault alarm is generated int the RTU. a. Proximity Switch = Provide and install an Automation Direct, AT1-A0-2A, 30 mm diameter, 10-30 VDC, 2-wire, sink/source, unshielded, 15 mm nominal sensing distance, normally open output, cable style, nickel- plated brass stainless steel threaded barrel type inductive proximity switch sensor mounted on the check valve's body as specified ont the drawings. 11.4.1.8 Intrusion Alarm The intrusion alarm system shall consist of normally open push type spring return limit switch activated by the RTU Control Panel door. For two-door cabinets, the switches controlled by each panel door shall be wired together in series. Intrusion switch(es) mounted inside the control cabinet shall be physically mounted such that intrusion is recognized with opening of outer door. 11.4.1.9 Emergency Power Auxiliary Contact Provide the emergency power circuit breaker with Form C auxiliary contact (A and B contacts). The normally open contact shall be wired to the RTU. REVISION DATE: October 2023 Section: 11-E Electrical and Field' Wiring Page 11 of14 SECTION11 City of Bushnell Technical: Specifications for Water and Sewer Construction ELECTRICALAND FIELDWIRING 11.4.1.10 Indicating Lights Provide andi install in the door of the control enclosures 120VAC LED type pilot lights. The lights shall have green lenses and shall be Allen-Bradley 800T-QH10(R) (G) or equal. 11.4.1.11 Testing As part of the final inspection herein specified, the SCADA system components shall be completely tested by the system manufacturer or his representative, with the City in attendance during the test. All functions of the system shall be demonstrated to be operating properly as required by these specifications. 11.4.1.12 Licensing The City shall accomplish proper licensing of this system with the FCCwith the assistance from the manufacturer. 11.5 Start-Up 11.5.1 Procedure The Contractor shall be responsible for placing the sewage pumping station into initial operation. Arepresentative of the pumping station manufacturer shall be present at the start- up. The start- The Contractor shall complete the start-up checklist which is included as part of this up shall be coordinated with the Cit/srepresentative and City Inspector. spaifatbnandhumahtnec Cit/srepresentative with five (5) copies. ENDOFTECHNICAL SPECIFIÇATION (See Start-Up Checklist ont following pages) REVISIOND DATE: October 2023 Section11-Electrical and Field' Wiring Page 12of14 City of Bushnell Technical Specifications for Water and Sewer Construction SECTION1 11 ELECTRICAL AND FIELD WIRING START-UP CHECK LIST (PAGE10F2) ITEM OK DEFECTIVE COMMENT PIPING Check Flanges for Leakage Check' Valve Operation Check Pipe Stands Check Valve Alignment (Can a Valve Key Operate the Valve) Check Tracer Wire Check force main valves and boxes Check ARV/VRVI materials (all piping should be stainless) Check ARV/VRVaccess Check Pressure Release Valve on Bypass Connection PUMPS Motor Rotation Motor Amps (Coupled to Pump) Excessive Leakage Electrical Cables Lifting Cables Pump Guides CONTROLS Motor Controls Motor Control Auxiliary Contacts Inputs Pump! Fail Proximity Switches Inputs H-O-A' "Auto" Input H-O-A "Hand" Input Pumps Run in' "Hand" Pumps Runi in "Auto" Motor Status Indicating Lights Level Control Level Transducer consistent with actual liquidl level Level Transducer Signal OK (4-20ma) Pumps Respond to Level Control Wet Well Level Switch Input Intrusion Alarm Door Switch Input REVISION DATE: October 2023 section1l-Electrical and Field' Wiring Page 13 of14 SECTION11 City of Bushnell Technical: Specifications for Watera and Sewer Construction ELECTRICAL. AND FIELDWIRING START-UP CHECK LIST (PAGE20F2) ITEM OK DEFECTIVE COMMENT CONTROLS (CONTINUED) Power/Phase Relays AC Power Service Input ACLosS of Phase Input Emergency! Power Auxiliary Contact Input Emergency Power Phases Correct AUXILIARY EQUIPMENT Lighting (Interior & Exterior) Lighting Protection WET WELL Liner Wet Well Bottom Clean Cable Brackets LANDSCAPE Fence Concrete Plants WATER SERVICE Black Flow Meter Hose Bib Back Flow Cover VENTILATION: SYSTEM 12VDC Access Lids on' Wet Well and Valve Vault Fans run when temp switch adjusted PROJECT ENGINEER'S SIGNATURE INSPECTORSSIGNATURE SERVICE OPERATION SIGNATURE ELECTRICAL MANENANCESGNATURE DATE DATE DATE DATE REVISION DATE: October. 2023 Section11-E Electrical and Field Wiring Page 14 of14 City of Bushnell Technical Specifications for Watera and Sewer Construction SECTION 12 AS-BUILTSURVEY 12.1 General Prepare As-Built Drawings depitingasconstructed water and sewerf facilities in accordance with these specifications, as required under the Contract. THE AS-BUILT DRAWINGS MUST REFLECT THE HORIZONTAL AND VERTICAL CONFIGURATION OF THE INSTALLED FACILITIES, WITHOUT EXCEPTION. ALL EXISTING FACILITIES THAT ARE PLACED OUT OF SERVICE SHALL BE INDICATED AS SUCH ON THE AS-BUILT SURVEY. Ensure that adequate information is collected Exiting facilitiesi included int the Water Resources Engineering GISi ist for general information only during construction to satisfy this requirement. and is not tol be relied upon for as-built drawings or survey purposes. 12.2 Products 12.2.1 Digital Specifications Unless otherwise specified, all as-built drawings will be submitted using the AutoCAD .dwg format. All as-built drawings will be drawn to scale and using the horizontal and All as-built drawings will conform to the layering scheme defined herein and shall use the following predefined attribute blocks with their designated insertion points: vertical controls defined herein. T_HYD (Hydrant) T_SSMH( (Sanitary Sewer Manhole) T_VALVE_WATERI (Water Valve) T_VALVE SEWER (Sewer Valve). Some attributes will require a value to be selected from a distinct list of translate values. The translate values are used in order to standardize these attributes. For acceptable The "DIMASO" system variable value shall be set to' "ON" and all dimensions used int the as-built shall be drawn using this setting for the "DIMASO" system variable. values please refer tot the ABuiltCode.pd" document. 12.2.2 Information Provided byt the City An AutoCAD file labeled "master.dwg" will be provided on request on CD from the engineering staff or the GIS-Mapping staff. This file will provide information, usage and properties regarding layering, line types and attributed blocks tol be used when preparing ther requredwater/sewer as-built drawings. Contact Water Resources! Engineeringand/or GIS Mapping if another CAD format is required. REVISION DATE: October 2023 Design Section 12-As-Built: Survey Page 1of10 SECTION 12 AS-BUILTSURVEY City of Bushnell Technical: Specifications for Water and Sewer Construction A pdf document file labeled "AsBuiltCode.p pdf" will be will be provided on request on CD from the engineering staff. This file will provide al list of coded values to be used with the An Excel file labeled PumpstationDataxs will be provided on request on CD from the engineering staff. This file contains a tabular listing of the required engineering data of the pump station installation. This table shall be completed in full and submitted in attributed blocks provide int the "master.dwg" file. addition to the as-built drawings. 12.3 Execution 12.3.1 As-Built Survey During construction, the Contractor shall employ a Registered Land Surveyor, licensed in Florida, shall keep an accurate record of the actual locations, dimensions, and elevations of the finished work; especially those items which will subsequently be concealed or Priort tot the approval oft thet final payment, the Contractor's! Registered Land Surveyor shall submit to the Engineer a complete set ofas-built drawings, as specified herein. The Land Surveyor shall certify on each sheet of the as-built drawings that all improvements have been constructed to the grades, elevations and locations shown on the as-built drawings and are located within the easements, rights-of-way: and property boundaries shown on the record prints. Such as-built drawings shall also include a similar certification by the The Land Surveyor as well as the Contractor shall sign and seal all copies of the as-built drawings. All As-built drawing preparation shall be incidental to performance oft the total inaccessible. Contractor. contract and no additional compensation will be allowed. 12.3.2 Survey Controls 12.3.2.1 Horizontal Control The horizontal datum is North American Datum 1983 (NAD83), with 1990 Florida adjustment (NAD83/90); or for Global Positioning System (GPS) survey control, the horizontal datum is NAD83, with the National Spatial Reference System (NSRS) 2007 National Readjustment NAD83/NSRS2007), as defined by the National Geodetic Survey (NGS). The applicable State Plane Coordinate zone is Florida North - Zone 3576,FIPS903. REVISIONDATE: October 2023 Design Section 12 -As-Built: Survey Page2of10 City of Bushnell Technical: Specifications for Waterand Sewer Construction SECTION 12 AS-BUILTSURVEY 12.3.2.2 Vertical Control byt thel NGS. Vertical control datum is North American' Vertical Datum 1988 (NAVD88), as defined 12.3.3 Survey' Ties Survey ties are the measured distances from permanent objects to the utility infrastructure (see sample tie sheets at the end of this section). Preferred permanent objects, listed in their order of preference, include the following: manholes, drainage inlets, building corners, property corners, power poles, hydrants, trees (18-inch diameter or greater), and perpendicular distances from curb and gutter (or edge of pavement, Three (3) ties are required for precise location of all proposed utility infrastructure, including valves 1%-inch diameter or larger. Ties from adjacent property corners are required for locating all service stub outs. Provide perpendicular measurements from when no curb and gutter are present). curb to utility mains ati intervals described herein. 12.3.4 Survey Data Clearly label all roads and road names, including appropriate county or state numbers where applicable, as well as parcels, rights of way, easements, and landmarks. All wastewater gravity mains and force mains are tol be drawni in direction of flow. Illustrate pressurized piping systems by depicting the application designation (water main [WM), reclaimed main [RM), sewer force main [FM), or other application designation), pipe size, and material; including 3 permanent ties, as well as vertical and horizontal locations, specifically showing the proposed and as-built elevation to +/-0.01 feet of all fittings, appurtenances, and the top of pipe at a maximum of 50-feet intervals along the mains. Provide survey ties showing the distance from the frontage lot corners to each Illustrate all valves by properly depicting the application designation (WM, RM, FM, etc.), type of valve (gate valve, ball valve, etc.), location of valve with permanent ties, the vertical and horizontal alignment of the valve, elevation ofthe valve operating nut;aswell as the manufacturer, type of gear box, and the number oft turns to open/close. Illustrate wastewater gravity systems by depicting the as-built manhole information, including top elevation; invert elevations at center of manhole and all connecting pipes; exterior drop connections; sewer pipe size, material, length, and calculated slope; sewer lateral locations, including distance from downstream manhole to service wye; the service. REVISION DATE: October 2023 Design Section 12-As-Built: Survey Page 3of10 SECTION1 12 AS-BUILTSURVEY City of Bushnell Technical: Specifications for Water and Sewer Construction distance from the downstream manhole to nearest lot corner, the distance from the frontage lot corners to each service lateral, and the depth below natural grade +/-0.25- Pumping stations shall include the completed as-built design data table, as well as all pertinent horizontal and vertical locations of the wetwell and valve vault structures (or valve arrays) and components, including all gravity main invertelevations, pumps, piping, fittings, valves, controls, electrical and water services, and other appurtenances and feet toi thei invert ofeach service lateral. accessories. Note any deviations from the approved Construction Plans. 12.3.5 Submission of As-Builts 12.3.5.1 As-builtsubmission for preliminaryreview, procedure: Submit one (1) set of paper copies and one (1) computer disk/cd of as-built drawing for review to the construction inspection Program Engineer of the Water Resources Upon receiving above stated as-built material required, the assigned inspector and the Water Resources Engineering GIS mapping staff will review for data and formatting compliance then return to contractor/developer for revisions if found Engineering Division. necessarywithin 10 business days. 12.3.5.2 As-builts submission for final payment: After the prelminarysubmittal has been approved tol be in compliance, the following must bes submitted: Five (5) bond copies formatted 24-inchx3 36-inch/D size One (1)Mylarf formatted 24-inchx36-inch (D size) drawing conforming to the specifications. One (1) computer disk/CD containing completed digital file of the as-built 12.3.6 Water Utility As-Built Layer Definitions 0: nothing is to bep placed ont this layer ABANDON (WATER & SEWER): All Abandoned Gravityl lines, Force Main lines, water lines, pump: stations, valves andi manholes located or referenced need to be placed oni this layer REVISION! DATE: October 2023 Desgnsetioni2-ABul: Survey Page4of10 City of Bushnell Technical: Specifications for Waterand. Sewer Construction SECTION1 12 AS-BUILTSURVEY BUILDING: All buildings in the drawing need to be placed ont this layer BUILDINGTXT: All text associated with buildings on the drawing need to be placed on CASING: All casing and other conflict structures need to be placed on this layer this layer DEFPOINTS nothing is to be placed on this layer or sewer system need to be placed on this layer DWG_FIELD_NOTES: All Drawing notes, reference or other notation related to the water FIREHYDRANT: All fire hydrants need to be placed on this layer.i i.e., the fire hydrants only and not the isolation valves for the fire hydrants these valves need to be placed on the LAKEBOUNDARY: All water bodies, watercourses and lakes to be shown on this layer LAKE_NAMES (TEXT): All text associated with water bodies, watercourses and lakes LANDMARKS_WATER & SEWER): This layer is for all structures that are used in the process of tying down water entities (Power Poles, Tel Poles, Manhole Covers, Catch Basins, Pedestals of any kind etc.). If you wish to create other layers for these structures to reside on that is permissible however thes structures used for the purposeoftying down MH (MANHOLE): All manholes need to be placed on this layer using the attributed VALVE layer need to be placed on this layer water entities need to also reside on the LANDMARKS WATER layer manhole block provided MV: All layout view ports to be ont this layer PARCEL_TXT: All text associated with Parcels, needs to be placed on this layer. This includes but not limited to lot size and dimensions, parcel I.D.'sand Tax I.D.'s PARCELS: All Parcels shown on the drawing needs to be placed on this layer PLUG: All Plugs placed at the end of stub outs need to be placed on this layer using the PUMP STATION: All pump stations need to be placed on this layer using the attributed ROAD_EDGE: All Road edge shown on the drawing needs to be placed on this layer attributed plug block provided pump station block provided REVISION DATE: October 2023 Design Section 12-A As-Built Survey Page 5of10 SECTION12 A-BUILTSURVEY City of Bushnell Technical Specifications for Watera and Sewer Construction ROAD_NAME _TXT: All text associated with Roads, Street names, City/County and State ROW RIGHT-OF-WAY): All Right-of-Way's shown on the drawing need to be placed on ROWTXT: All text associated with the Right-of-Way'sr need tol be placed ont this layer SUB_DIVISION NAMES: All Subdivision names/as-built names and notes related to the VALVE (WATER): All water valves shown in the drawingi including fire hydrant isolation VENT: All vents need tol be placed ont this layer using the attributed vent block provided WATER_JNFO,TEXT: All text associated with the water portion of the drawing need to WATERTIES: All dimensions used in the process of tying down water entities need to WATFITTINGS (WATER FITTINGS): AlI blocks or symbols for water fittings shall reside on WB (WIRE BOX): All wire boxes used for location need to be placed on this layer using WET_WELL: All wet wells need to be placed on this layer using the attributed wet well routel. I.D.'s, etc. need to be placed on this layer this layer Subdivision need to be placed on this layer valves need to be placed on this layer be placed on this layer reside on this layer this layer the attributed plug block provided block provided 12.3.7 Examples for Layer and Block Use All layers in the template drawing pertaining to pipe size and material shall be used for EXAMPLE (WATER): 6-inch Ductile Iron Pipe shall be placed ont the "6_JNCH_DUCTILE- EXAMPIESEWER/6In.N Gravity shall be placed on the "GL_FLOW_6_Inch layer. EXAMPLE (SEWER):6-inchi Force Main shall be placed on the FM_FLOW_6_Inch" layer. All layers int the template drawing pertaining to valve & valve type & size shall be used for the corresponding valves (sewer) using the attributed valve block provided. the corresponding pipe segments (water & sewer). IRON" layer. REVISION DATE: October 2023 Design! Section 12 -As-Built: Survey Page 6of10 Valve Types as follows: Valve Type Air Release Valve Butterfly valve Gate Valve Plug Valve Layer Valve ARV Valve_ BFV Valve_ Gate Valve_ Plug Valve Type Ball Valve Check Valve Surge Valve Layer Valve_ Ball Valve_ Check Valve_ Surge Emergency Pump Bypass Valve_ EPB EXAMPLE: 6-inch Air Release Valve shall be placed on the "Valve_ARV" layer. 12.3.8 As-Built Attribute Codes The Contractor shall request the most current as-built attribute codes from the City. 12.3.9 Pump Station Data Table Pump Data Value Wet Well Data ID TYPE BTM ELEV LEAD_ OFF_EL LEAD_ ON_EL LAG_ON_EL LAG_OFF_ EL INIT_LEVEL TOP OF SLAB_EL DIAMETER YR_INST VOLUME_ REQD* Value ID CAPACITY SHUT HEAD DSGN_HEAD DSGEN_ FLOW HIGH_HEAD YR INST RATED_ PWR ON OFF TDH STATIC HEAD DISCHARGE PIPING DISCHARGE PIPING MATERIAL PUMP_ MANUFACTURER PUMP MODEL_NO PUMP_ IMPELLER_ MODEL_NO PUMP_ IMPELLER SIZE PUMP RPM SUPPLY VOLTAGE MOTOR_ HP *Submit Volume & Cycle calculations General LSI Notes: 1. Drawings depicted aret typical ands shall be drawn to scalei int the plans ands submitted tot the city! byt the engineer ofrecord. All 2. Pump drawings must be obtained from the pump manufacturer to aidi int the drafting of thesep plans. 3. Holes cored for force main pipes shall be6 6" larger thant thep pipe outside diameter int the event field adjustments are required holes that are coredi int thet fieldt through concrete shall receive al heavy duty coal tare epoxy coating to prevent corrosion tot the concrete and/or exposed rebar as specifiedi int the sanitary sewer pre-cast concrete manholes section The flange for thel long radius 90° fittingi in the wet well shall be ar minimum of 6" from thel back wall this may Require shifting the pump mounting brackets farther outf from pumpr manufacuersmcommemnced pump! base location. 5. Be aware that the dimensions given for the wet well and valve vault hatches are the' "clear" opening and the hatch used must provide no less than the clear opening givent toi insure the components canb bei installed andi removed. Thel hatch willb be larger than the' "clear" opening dimensions. Usf foundry hatch was used fort this drawing, other manufacturer dimensions dimensions shall bei included that ares showni ini these standards. Of cobs specifications. mayvary slightly. Fallp protectioni isre required. 6. There shall be at least 3" clearance from all sides of the pump volute to the clear opening in thel lid. 7. Depicted valve vault is sized to accommodate upt toa34" pump spacing and 8" piping in most cases. Larger pumps (le. Highh head) may require valve vault to be resized. Indicate exact pump spacing andi insure minimum Ina addition tot the details shown, the following details must bep provided as part of the submitted plans: Overall sitel layout, grading plan, erosion control plan, fencing layout/details, landscaping plan, detailed pipingl layout (force main, valves, gravity main) within thel limits of the pumps station fencing & drawn to scale, detailed drawings ofa all concrete structures (plan, profile, side profile, etc.) & drawn to scale. These details shall be specified by the engineer of 9. Alll boltsu used to mount pump base, guide rails, guide rail supports & pipe supports shall be drilled ande epoxied. No redheads 10. Rebar layout for wet well and valve vault shall be provided by the pre-cast concrete manufacturer unlessaspecial 11. Mag meters shall bei installed at stations designated by the citya anda at alls stations pumping more than 1mgd. Magr meter installation may consist of twoi manholes or oner rectangular box. For proper calibration, contact thet flow meter manufacturer for minimum upstream and downstream distances from the nearest fitting and ensure that these are available within thet flow meter vault/manhole. No fitting shall be closer thant ther anAturfiyrcommerditots to the 12. Top of wet well and valve vault lids shall be ar minimum of onet foot above the 100 year flood plain elevation. Provide 13. Allp pipes & valve boxes that will have concrete poured around them shall be wrapped with 30lbf felt a minimum of twot times and secured in place sucht that the concrete does not adhere tot the pipe or valve box. The 30lb felts shall be cut flush with the 14. Engineer shall provide all calculations, including system head curves for one pump running, 2j pumps running, etc. Buoyancy calculations are required. Ift the pump station force main isar manifolded system, calculations and/or modeling results shall bes submitted showing head conditions at all existing andy proposed affected pumping stations. 15. Contractor shall provide ar record drawing survey and profile oft the pump station force main tot the limits of new construction in addition to ther record drawing requirements found in as-built specifications section oft the cob 16. contractor is responsible forr removing andj properly disposing ofa alle existingr mechanical and electrical equipment that the city does not want to salvage. Contractor shall notify cityi inspector 72 hours ina advance before existing station pumps and 17. Gravel alla areasi inside pump station fence with 4" off foot no. 57 gravel over 20 mil pdc or equivalent. 18. Provide soil borings to depth of wet well plus 5f feet (minimum). 19. Maintain a 2%s slope across the entire pump station site to promote proper drainage. 20. Pump station site should be sized ata a minimum of8 85'x85. Deviations from this standard sitel layout will not be allowed unless approved byt the water resources engineering manager or designee. 21. The fence shall typically be located 6" within the propertyleasement limits unless landscaping isr required. 22. Landscaping shall bei ina accordance with approved plans andj permitting documents. Landscaping must be ar minimum of3f feet away from the outside of the fence. Iflandscaping sreqguired,alandsap.ng: plan shall be provided as part oft the pump 23. The engineer ofr record shall prepare, or have prepared, electrical plans that are: specific tot the station. The use of "standard" clearances are met. record. will be allowed. designi isrequired. mag meter upstream and downstream. calculations and/or documentation. finished concrete grade. specifications. controls are removed. station design plans. drawings or reference to the cob specificationsisnot; permitted. 3 3 d0 E C BEAEA EEE SMENC UISFPN AME AOCISS 99 EXTERIOR FRONT INTERIOR DEAD FRONI SWING-OUT PANEL COMPONENT ARRANGEMENT HOI CRPERDCE ARRAMCDMENTO R DECIRCAL COPODIS Pump Station Control Panel Layout City of Bushnell E02.01 (230v, 15HP or Less) Pas 2023 N.T.S. STSNWTE PPPPPENE ORDERT 10 EVERCNCYE BREAKER CONIRACTOR SUOH DAT FE) TATOAS INTERIOR BACK_PANEL COMPONENT ARRANGEMENT DOORS & CENTER POST REMOVED mP VNITS DHAKTBSE DPNR City of Bushnell E02.02 Pump Station Control Panel Layout (230V, 15HP or Less) 2023 N.T.S. 88 1: oopa-a gn oG E 919 R dom-a lmdom-E lodbeT Lodo-z o5 Hodoa-T Lo-dbomy Vadbon-z - odoa-3 AOLET odbet ECr Lodo-s t Lode-s ECICD 1 lode-s ECIEO a D a odbom7 STARTOR TDCAL PSIT Pump Station Control Panel Wiring Diagram City of Bushnell E02.03 (230V, 15HP or Less) 2023 N.T.S. TB4 TB4 TB4 CR1 CR2 CR3 REMAAKCAL MEEMAAKCI o: B4-1.e3: 11-2400 TRD1 SAO BADD CIOR Pump Station Control Panel Interconnect Diagram City of Bushnell E02.04 (230V, 15HP or Less) 2023 N.T.S. (MRICAL) ACOCIS - WAIDBAISA AOE KUMAL ARRNIGMENT INTERIOR DEAD_FRONI SWNG-OUT PANEL. COMPONENT ARRANGEMENT Pump Station Control Panel Layout City of Bushnell E03.01 (230V, 20-50HP) onhs 2023 N.T.S. AAA AGE 9ZE CHARI DE INTERIOR BACK PANEL COMPONENT ARRANGEMENT SIDEMEW SIDE_MEW CONE 1o2 Pump Station Control Panel Layout City of Bushnell E03.02 (230V, 20-50HP) 2023 N.T.S. 66 8 TB4 TB4 TB5 3 CRI CR2 4 RPASD-P. B RMERS-. O: O= 4-18(4309) Oz 20 TRD1 O PNEL PNEL BULDOR AAD COMTRACTOR DEVCES Pump Station Control Panel Interconnect Diagram City of Bushnell E03.04 (230V, ,20-50HP) 2023 N.T.S. 9E9 G @ INTERIOR DEAD FRONT SWING-OUT PANEL COMPONENT ARRANGEMENT Dyae PUMP STATION CONTROL PANEL LAYOUT (480V, 40-100HP) City of Bushnell E04.01 Phent 2023 KAI N.T.S. REAKERS RECEPTACES 97E CHARI COMTHACIOR INTERIOR BACK PANEL COMPONENT ARRANGEMENT SIDE_MEW SIDE_VEW E PUMP STATION CONTROL PANEL LAYOUT (480V, 40-100HP) City of Bushnell E04.02 2023 NT.S. 80 a s @@ REHE MSET peg N a 99 la-dea-z Lo-dm-E Ua-mz Lo-dem-T C oot 0 Vo-da-t Vo-do-s Vo-dem-y oDa 0CB- a LE ci - & 7 SET A odeos MEETS Lodba-T HHo Lop-s SEN poho Tm-dey UAEENS B7 D4 a 1a a u sc FAL nex STRP TÇRNNAL TERMINAL A PUMP STATION CONTROL PANEL WIRING DIAGRAM (480V, 40-100HP) City of Bushnell E04.03 Banst 2023 KAI N.T.S. TB4 IB4 TB5 CR1 CR2 puensc N-29. PNE DW-29. MA 24Vd 0 B4-191-24 wC) 30 TRD1 isao mp - KE 2023 N.T.S. PUMP STATION CONTROL PANELI NIERCOMNECTLAYOUT City of Bushnell E04.04 (480V, 40-100HP) NOTES: TRENCHBACKFILL: SHALLI BE" SELECTE BACKFILL" MATERIAL INA ACCORDANCEV WITH THECITY OF TALLAHASSEE TECHNICAL SPECIFICATIONS FORI WATERAND: SEWER CONSTRUCTION. 2. THE1 TECHNICAL SPECIFICATIONS SHALL/ APPLYFORI ALL OTHERI REQUIREMENTS! NOT SUPERCEDEDI BY THIS DETAIL FOR ALLE EXCAVATING, BACKFILLING, AND COMPACTINGFOR 3. TRENCHES WITH ASPHALTPATCHES' THAT ARE CLOSER1 THAN 12"1 TO1 THE CURBA AND GUTTER ORE EDGE OFF PAVEMENT SHALLI HAVE CONTINUOUS 12" LIMEROCK BASEA AND2'N MIN. ASPHALT 4. THESE SECTIONS SHALLI BEI INA ACCORDANCE WITH" THE CITYOF TALLAHASSEE PUBLIC INFRASTRUCTURE CEPAANMENTAEMBEPAN.BENT DESIGN, CURRENTEDITION. SUITABLEF FILLSLIMITED TO SELECT SANDA ANDE PLASTIC MATERIALI INA ACCORDANCE WITH . NOORGANICI MATERIALS/ ANDPARTICLES EXCEEDING 4"IND DIAMETER WILLI BE PERMITTED. MINIMUM ASPHALT THICKNESS LOCAL 2.0" STREETS MNOR COLLECTORS 2.5" MAJOR COLLECTORS 3.0" MNOR ARTERIALS 3.5* MAJOR 4.0" ARTERIALS UTILITIES. PATCHTOT THE CURBA ANDO GUTTER ORE EDGE OFF PAVEMENT. FD.O.T.INDEX505. TEMPORARY ASPHALTPATCH (WIDTHVARIES) PIPET TRENCH (WIDTHVARIES) ASPHALTPATCH(4) (MATCHEX. .SLOPE) IZLIMEROCKBASE. ABOVE PIPET TRENCH7 MATCHEXSTELEVATION OF CURBA AND GUTTER (OREXASPHALT SACITRKAFPATPANEENT TOLMISGFAPATPADADA 12" MN(3) 12" MIN EX. ASPHALTSURFACE EX_LMEROCKBASE EXLIMEROCKBASE ADDITIONAL LIMEROCKBASE/3)- 12TPE-BSTABILZED: SUBGRADE ORA ADDITIONAL 6'LMEROCKBASE 36" MIN. SELECT BACKFILLO ONLY(1) (REUSE OF EXCAVATEDI MATERIAL SUITABLEFILL (SEENOTE5) ISNOT ALLOWED) 12" O.D. MIN OFF PIPE 12" MIN. SELECT BACKFILL- OVER1 TOP OFF PIPE(1) (REUSE OF EXCAVATED MATERIALI ISN NOT ALLOWED) MANUALLYS SHAPEDE BEDDING ATJ JOINTS FORE BELL UNDISTURBED SOIL PIPE TRENCH AND ASPHALTF PATCH WITHIN PUBLIC ROW AND ALL IMPROVED AREAS N.T.S. SHEETIMLE SHEET G01 SCALE N.T.S. Bushnell Datel Issued: 2023 ASPHALT of City Approved! by: PIPE TRENCH. AND PATCH WITHIN PUBLIC ROW AND ALL IMPROVED AREAS NOTES: 1. TRENCHBACKFILL SHALL BE' SUITABLE FILL" MATERIAL INA ACCORDANCE WITH THE CITY OF TALLAHASSEE TECHNICAL SPECIFICATIONS FOR WATER AND: SEWER THE TECHNICAL SPECIFICATIONS SHALL APPLYF FORA ALL OTHERE REQUIREMENTS NOT SUPERCEDEDI BY THIS DETAIL FORALL EXCAVATING, BACKFILLING, AND CONSTRUCTION. COMPACTING FORUTILITIES. PIPE TRENCH (WIDTHVARIES) REPLACEGROUND COVERAS SPECIFIED 6'FINISHEDS SOIL LAYER TRENCHBACKFILL MATERIAL (SEE NOTES) 6* O.D. MIN OFPIPE MANUALLY SHAPED BEDDING AT. JOINTS FORI BELL UNDISTURBED: SOIL PIPE TRENCH WITHIN UNIMPROVED AREAS N.T.S. SHEETIMLE SHEET G02 SCALE N.T.S. City of Bushnell PIPE TRENCHWITHIN UNIMPROVED AREAS Approved by: Date Issued: 2023 CARRIER PIPE CASING SPACER CASING CROSS SECTION 20-0" LAYLENGTH 2-0" EQUAL EQUAL CASING SPACER CASING CARRIERPIPE PROFILE CASING CASING BRICK&MORTAR STAINLESS STEEL BANDS(TYP)- LINK-TYPES SEAL - 5 MOLDED SKIRT-TYPE ENDSEAL CARRIER PIPE CARRIERI PIPE LINK-TYPE CASING END SEAL SKIRT-TYPE END SEAL OVER MASONRY PLUG JACK & BORE N.T.S. SHEET TITLE SHEET G03 SCALE N.T.S. City of Bushnell Jack and Bore Approved by: Date Issued: 2023 RESTRAINT LENGTH FORI DEADI ENDS AND VALVES (INI FEET) DIAMETER DUCTILE! IRON PVC (FEET) 31 44 58 69 81 92 103 THRUST RESTRAINT NOTE FOR VALVES: 1. SEE THE CITY1 TECHNICAL SPECIFIÇATIONS FORI WATERAND SEWER CONSTRUCTIONI FOR DESIGNF PARAMETERS. 2. VALVESF REQUIRE RESTRAINT OFA ALL. JOINTS WITHIN THE CALCULATEDI RESTRAINT LENGTH ONE BOTH SIDESOFT THEVALVE. PIPE (INCHES) 4 6 8 10 12 14 16 (FEET) 45 63 82 98 115 131 147 VALVE RESTRANTLENGTH MAIN RESTRANTLENGTH MAIN MECHANICAL: JOINT THRUST RESTRAINT UNLESS OTHERWISE! SPECIFIEDOR SHOWN ONT THEI DRAWINGS. PROFILE RESTRAINT LENGTHS FOR VALVES N.T.S. SHEET TITLE SHEET G04 SCALE N.T.S. Thrust Restraints for Valves City of Bushnell Approved by: Date Issued: 2023 RESTRAINT LENGTHFORI DEAD ENDS AND VALVES (INF FEET) PIPE DUCTILEI IRON PVC (FEET) 31 44 58 69 81 92 103 DIAMETER (INCHES) 4 6 8 10 12 14 16 (FEET) 45 63 82 98 115 131 147 THRUST RESTRAINT NOTEFORDEADENDS 1. SEE THEC CITY TECHNICAL SPECIFICATIONS FORWATERI AND SEWER CONSTRUCTIONFORD DESIGN PARAMETERS. 2.CAPSA ANDPLUGSI REQUIRE RESTRAINT OF/ ALL. JOINTS WITHIN THE CALCULATEDI RESTRAINTLENGTHEXTENDING FROM1 THEDEADEND. RESTRAINTLENGTH CAPORPLUG MAIN MAIN PLAN RESTRAINT LENGTHS FORI DEAD ENDS N.T.S. SHEET TITLE SHEET G05 SCALE N.T.S. Thrust Restraints for Dead Ends City of Bushnell Approved by: Datel Issued: 2023 RESTRAINT LENGTH FORI HORIZONTAL BENDS (IN FEET) (INCHES) 11.25° 22.5° 45° 90° 11.25° 22.5° 45° 90° PIPE DIAMETER! 4 6 8 10 12 14 16 DUCTILE IRON BEND PVC BEND 2 4 8 18 3 5 9 22 3 5 11 25 3 6 13 30 4 7 14 33 4 8 17 39 4 8 16 39 5 10 20 47 5 9 19 46 6 11 23 55 6 11 22 52 7 13 26 62 6 12 24 58 7 14 29 69 RESTRAINTLEGTH MAIN HORIZ. BEND BENDANGLE THRUST RESTRAINTI NOTE FORI HORIZONTAL BENDS: 1. SEE THE CITY TECHNICAL: SPECIFICATIONS FORI WATER AND: SEWER CONSTRUCTIONI FORI DESIGN PARAMETERS. 2. HORIZONTAL BENDS REQUIRE RESTRAINT OF ALL. JOINTSV WITHIN THE CALCULATEDI RESTRAINTI LENGTH ONE BOTHS SIDES OFT THEE BEND. PLAN RESTRAINT LENGTHS FOR HORIZONTAL BENDS N.T.S. SHEET TITLE SHEET G06 SCALE N.T.S. Thrust Restraints for Horizontal Bends City of Bushnell Approved by: Date Issued: 2023 RESTRAINT LENGTH FOR VERTICAL OFFSETS (IN FEET) DUCTILE IRON 22.5° PVC 22.5° DIAMETER PIPE 11.25° 45° 11.25° 45° (INCHES) Li L2 Li L2 L L2 L L2 Li L2 Li Lz 4 4 2 7 4 13 8 5 3 9 5 19 9 6 5 3 9 5 19 11 7 3 13 6 26 13 8 6 4 12 7 24 14 9 4 17 8 34 17 10 7 4 14 8 29 16 10 5 20 10 41 20 12 8 5 16 9 34 19 12 6 23 11 48 23 14 10 6 19 11 38 22 13 7 27 13 55 26 16 11 6 21 12 43 24 15 7 30 14 61 29 S HIGH SIDE VERT. BEND (VERT. BENDI DOWN) RESTRANTLENGTH Li MAIN THRUST RESTRAINT NOTEFOR VERTICAL OFFSET: 1. SEE CITY TECHNICAL SPECIFICATIONS FORI DISTRIBUTION: AND TRANSMISSION SYSTEMI PIPING FORI DESIGN PARAMETERS. 2. VERTICAL OFFSETS REQUIRE RESTRAINT OF ALLJ JOINTS WITHIN THE CALCULATED RESTRAINT! LENGTH ONT THE UPPER ANDLOWER BENDS. 3. RESTRAIN. ALL JOINTS BETWEEN FITTINGS ON THE DIAGONAL PIPE. 4. DESIGN PARAMETERS FORI VERTICAL OFFSETS ASSUME AHIGH SIDE DEPTH OF3FEETA AND ALOW SIDE DEPTH OF5 5FEET. LOW: SIDE DEPTHSLESS THAN5FEETI MAY REQUIRE ADDITIONAL THRUST BEND ANGLE RESTRAINT. PROFILE LOW'SIDE VERT. BEND (VERT.BENDUP) MAIN BEND ANGLE - E D RESTRAINTLENGTH RESTRAINT LENGTHS FOR VERTICAL BENDS N.T.S. RESTRAINTI LENGTH FORI REDUCERS LARGE PIPE SMALL PIPE DUCTILE IRON PVC DIAMETER DIAMETER RESTRAINT RESTRAINT (INCHES) (INCHES) (FEET) (FEET) 32 59 35 80 60 33 100 84 61 34 118 105 85 62 34 136 124 108 88 63 34 6 8 10 12 14 4 4 6 4 6 8 4 6 8 10 4 6 8 10 12 4 6 8 10 12 14 23 41 24 56 42 23 70 59 43 24 83 73 60 44 24 95 87 75 61 44 24 THRUSTI RESTRAINT NOTE FORF REDUCERS: 1. SEE THE CITY TECHNICAL SPECIFICATIONS FORI WATERAND SEWER CONSTRUCTIONI FORI DESIGN PARAMETERS. 2. REDUCERSI REQUIRE RESTRAINT OF ALL. JOINTSV WITHIN THE CALCULATED! RESTRAINT! LENGTH, EXTENDINGI FROM1 THE REDUCER ONT THE SIDE OF THEL LARGERF PIPE. 16 RESTRANTLENGTH MAIN REDUCER MAIN PLAN RESTRAINT LENGTHS FOR REDUCERS N.T.S. SHEET TITLE SHEET G08 SCALE N.T.S. Thrust Restraints for Reducers City of Bushnell Approved by: Date Issued: 2023 TEE 5'MIN MAIN 5'MN MAIN RESTRAINT! LENGTH FOR TEE BRANCHES RUN BRANCH DUCTILEIRON PVC DIAMETER DIAMETER RESTRAINT RESTRAINT (INCHES) (INCHES) (FEET) (FEET) 39 37 57 34 55 76 31 53 75 93 28 51 73 91 110 25 49 72 90 109 126 22 47 70 89 108 125 142 4 6 8 10 12 4 4 6 4 6 8 4 6 8 10 4 6 8 10 12 4 6 8 10 12 14 4 6 8 10 12 14 16 28 26 40 24 39 54 22 38 53 65 20 36 52 64 77 18 35 50 63 76 88 16 33 49 62 75 87 99 PLAN 14 THRUST RESTRAINT NOTES FOR1 TEES: 1. SEE THE CITY OF TALLAHASSEE TECHNICAL SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTIONI FORDESIGNI PARAMETERS. 2. TEES REQUIRE RESTRAINT OF ALL. JOINTSV WITHIN THE CALCULATED RESTRAINT LENGTHALONG THE BRANCHPIPE. 3. BRANCHI RESTRAINTI LENGTHFOR TEES ASSUMESA A5FOOT RUN LENGTH ONE EACHS SIDE OF1 THE TEE. SHORTERI RUNI LENGTHS MAY REQUIRE ADDITIONAL THRUST RESTRAINT. 16 RESTRAINT LENGTHS FOR TEES N.T.S. SHEET TITLE SHEET G09 SCALE N.T.S. City of Bushnell Thrust Restraints for Tees Approved by: Date Issued: 2023 NOTES: 1. PIPE ENCASEMENT TOE EXTENDAMNMUMG OF24" BEYONDI PIPE! IN CONFLICT (BOTHDIRECTIONS) PIPEI IN CONFLICT (SIZEV VARIES) 0.25x0.D. OFPIPEINCONFLICT 6"MIN* EXCAVATABLE FLOWABLEF FILL DIPI MAIN (SIZE VARIES) O.D.OFN MAIN UNDISTURBED EARTH 6'MIN O.D. OFN MAIN 6'MIN COMTINCTOASALMOTPCNE SEPARATION! ISL LESS1 THAN6" PIPE ENCASEMENT FOR UTILITY CROSSINGS w/ LESS THAN 12" VERTICAL SEPARATION N.T.S. SHEET TITLE SHEET G10 SCALE N.T.S. Pipe Encasement for Utility Crossings w! Less Than 12" Vertical Separation City of Bushnell Approved by: Date Issued: 2023 0 a a M E NOTES: 1. RESTRAINTLENGTHSI FOR VERTICAL OFFSETS SHALL BE IN ACCORDANCEV WITHT THE CITY TECHNICAL SPECIFICATONSFOR WATER AND: SEWER CONSTRUCTION. CONFLICT PIPE EX.F PIPE TOBE REMOVED EX.PIPETOBE REMOVED EX.MAIN DIPBEND 3'MIN CR-STORMWATER/REUSE 6'MIN CLR- SANITARY SEWER OUTSIDE FACEOF CONFLICTPIPE TOWMJ JOINTÇ MATERIAL TYPE, DIP (UNLESS OTHERWISE NOTED ONF PLANS) EX. MAIN of - = ( DIPE BEND FULLI PIPEI LENGTH CENTERED UNDERCONFLICTPPE RESTRAIN ALL. JOINTS STANDARD MAIN LOWERING N.T.S. PUMPSTATIONNO. XXDESIGNOETALS PUMPM MANUFACTURER PUMPD DUTYPONT (GPM) TOHATDUIYPONTT DESIGNDUTYP PONT (FT)IALLF LPUMPS) STATICHEAD(FT) PUMPMODEL NO. PUMPCURVEI NO. (IFAVAILABLE) EXPLOSIONF PROOF (YESNO) PUMP! IMPELLERS SZE. CAST IRON INLETIOISCHARGE SIZE( (IN) SUPPLYVOLTAGE PUMPRPM HORSEPOWER FORCEMANSIZE (N) TOTAL FORCEMANLENOTKIFT EQUNALENTF FORCEMANLENGIMFD FORCEMAMELEVADWAT: PONT OFC WETV WELLS SIZE(FT) WETW WELLDEPTH/FT) WETWELL MVPE DUPLEX/TRPLEA FLYGT WILO-EMU 55.00 XDAMI FORCEMAN FFARFAFMOCOCATENO WETWELLUD CONTROLE PANEL ELECTRICPOLEFOR METERAMDSCADA THICKCONC. PAD SZEPEREECTRICAL: PLANS) K'HOSEBB CONCRETEPAD XXXXICK 6.00 MIN BERAYBPASWNARLE PERDESGNRLOMS.E BUTNOT LESST HANS DAM) K'WATER HOTBOXOVERRPZ ORAPPROVEDEQUAL METERBOX FWATERSERVICE COMRETEMITMIKWETER KRPZWIKNSS 975AL, ANDHOSEBB NSTALL PRESSURER REDUCNGV VALVEBETWEEN ETBAOUOPLOMIREMONE: 10MAX 10MAN- PERMANUFACTURERS STANDARDS IFREQURED MAGMETERMISC- DETALSDRAWNG) EINCONGRETEURME SECTIONOF SPECIRCATONS) (SUBMERSIBLEP STATION- SECTIONOFS SPECIFICATIONS) DSOWACINGAPONT MIN RADUS2OMN (MP) JMANGATE- IFCNTLEVERGATE (SUBMERSIBLE PUMPS STATION -16.00- SECTONOFS SPECIFICA RADUS 2VMN(TP. CHECKVALVE D0 PLUGVALVE 080 VALVE SYMBOLS NOT1 TO SCALE-FOR REFERENCE ONLY GREATERT CHANG EST.E EDGEFPNVENET CAPUBUCRW PUMP STATION WITH ABOVE GROUND VALVES PEImE City of Bushnell PS01 Pump Station Site Plan Layout amik pnhes RNE 2023 N.T.S. 0 City of Bushnell PS02 Pump Station With Aboveground Valves 2023 N.T.S. -8 MA LEEVE -88 € 4 e FALL PROTECTONMOUNTING SLEEV SURFACE MOUNT-THINS SLABOPTION FALL PROTECTION MOUNTINGS SLEEVE SURFACE MOUNT-THICKS SLABO OPTION ET ee e FALLP PROTECTONMOUNTNG: SLEEVE ACCEPTABLE LOCATIONS FALLF PROTECTION MOUNTING SLEEVE RETROFIT INSTALLATION EPOXYOPTION NOTES 1.3/4"A ADHESIVE ANCHORSMUST HAVE ANALLOWABLE LOAD OF 10,600F POUNDS (N1 TENSION. SIMPSONAT-XPOR HILTIHIT-HV:200. 2. THREADED RODF FORANCHORS SHALL BE STAINLESS STEEL, ASTMA193-GRADE 88 ORB8(304 OR316) ASTMA193-GRADE ACCEPTABLE/410) BSISALSO FALLF PROTECTOMOUNTNGE SLEEVE EDGEL LOCATION SCAET NEW RUCTIONCAST SLEEVE eamE City of Bushnell PS03 Pump Station Fall Protection Dalet 2023 N.T.S. onorn HOsAb City of Bushnell PS04 Pump Station Miscellaneous Details paht 2023 N.T.S. City of Bushnell PS05 Pump Station Magmeter Details pait 2023 N.T.S. SUMMERS SUN LAN FRONT VIEW SCALE 1"at ASS: CROSS SECTION "A"-"A" SCALE 1"-1 OESGNDATA: m City of Bushnell PS06 Control Panel Shelter Elevations 2023 N.T.S. ALTERNATE FOUNDATION DETAIL SCALE:"aT CROSS SECTION "B"-"B" SCALE11 FRAMING PLANVIEW SCALE1"a! pam City of Bushnell PS07 Control Panel Shelter Details 2023 N.T.S. NOTES: 1. DRAWINGS DEPICTED ARE TYPICAL AND: SHALL BEI DRAWN TOS SCALEI INT THE PLANS AND SUBMITTED TO1 THECITY BY THE ENGINEER OF RECORD. 2. PUMPI DRAWINGS MUSTI BE OBTAINEDE FROMT THE PUMPI MANUFACTURER TO AIDI IN1 THE DRAFTING OF THESE PLANS. 3. HOLES COREDFORI FORCE MAINF PIPES SHALL BE 6"L LARGER THAN1 THEF PIPE OUTSIDE DIAMETER IN1 THE EVENT FIELDA ADJUSTMENTSARE REQUIRED. HOLES THAT ARE COREDI INT THEI FIELD1 THROUGH CONCRETE! SHALL RECEIVE AHEAVY DUTY COAL TAR EPOXY COATING TOF PREVENT CORROSION1 TO1 THE CONCRETE AND/ORI EXPOSED REBAR AS SPECIFIEDI INT THE SANITARY SEWERI PRE-CAST CONCRETE MANHOLES! SECTION 4. THE FLANGE FOR THE LONGF RADIUS 90° FITTINGI IN1 THE WET WELL SHALL BE Al MINIMUM OF 6" FROM1 THE BACKI WALL. THIS MAY REQUIRE SHIFTING THE PUMP! MOUNTINGI BRACKETS FARTHER OUT FROME PUMPI MANUFACTURERSI RECOMMENDED PUMP BASEL LOCATION. 5. BE AWARE THAT THE DIMENSIONS GIVENF FOR THE WET WELL AND' VALVEV VAULTI HATCHES, ARE THE' "CLEAR" OPENING AND1 THEI HATCHUSED MUSTF PROVIDE NOLESS1 THAN" THE CLEAR OPENING GIVENT TOI INSURE1 THE COMPONENTS CAN BE INSTALLED/ ANDI REMOVED. THEH HATCHWILL BE LARGER1 THAN THE' "CLEAR" OPENINGI DIMENSIONS. USF FOUNDRYI HATCHWAS USEDI FOR1 THIS DRAWING, OTHERI MANUFACTURER DIMENSIONS 6. THERE SHALL BE/ ATLEAST: 3" CLEARANCE FROM ALL SIDES OF THEI PUMP VOLUTE TO1 THE CLEAR OPENINGI INT THE LID. 7. DEPICTED' VALVE VAULT ISS SIZED1 TO ACCOMMODATE UP TOA34 PUMP SPACING AND 8" PIPING INN MOST CASES. LARGERI PUMPS (I.E. HIGHI HEAD)! MAY REQUIRE VALVE VAULTTOE BE RESIZED. INDICATE EXACT PUMP SPACING ANDI INSURE MINIMUM 8. IN/ ADDITION TO THEI DETAILSS SHOWN, THE FOLLOWINGI DETAILSN MUST BEI PROVIDED ASF PART OF THE SUBMITTEDPLANS: OVERALL SITEL LAYOUT, GRADINGI PLAN, EROSION CONTROLF PLAN, FENCNGLAYOUTDETALS, LANDSCAPINGI PLAN, DETAILEDI PIPINGLAYOUT (FORCE MAIN, VALVES, GRAVITY MAIN) WITHIN THE LIMITS OF THE PUMP STATION FENCING & DRAWN" TOS SCALE, DETAILED DRAWINGSO OF ALL CONCRETE STRUCTURES (PLAN,F PROFILE, SIDE PROFILE, ETC.)&DRAWN1 TO SCALE. THESE DETAILS SHALL BE SPECIFIED BY THE ENGINEER OF 9. ALLI BOLTS USED TOI MOUNTE PUMPE BASE, GUIDE RAILS, GUIDER RAIL SUPPORTS&F PIPE SUPPORTS SHALL BE DRILLED ANDE EPOXIED. NOI REDHEADS 10. REBARLAYOUTI FORV WET WELL AND' VALVE VAULT: SHALLI BEF PROVIDEDI BY THEF PRE-CAST CONCRETE MANUFACTURERI UNLESSASPECIAL 11. MAGI METERS SHALLE BEI INSTALLEDI AT STATIONS DESIGNATED BY THE CITY AND/ AT ALL STATIONS PUMPING MORE THAN1MGD. MAG METER INSTALLATIONI MAY CONSIST OF TWOI MANHOLES OR ONE RECTANGULARI BOX. FORI PROPER CALIBRATION, CONTACT THEFLOW! METER MANUFACTURERI FORI MINIMUM UPSTREAMI ANDI DOWNSTREAM DISTANCES! FROM1 THE NEAREST FITTING ANDI ENSURE THAT THESE ARE AVAILABLEWITHN THE FLOW! METERI VAULTMANHOLE NOFITTING SHALL BE CLOSER THANT THEI MANUFACTURERSRECOMMENDATIONS TOTHE 12. TOP OF WET WELL ANDI VALVE VAULTLIDS! SHALL BE AMINIMUM OF ONEI FOOT ABOVE THE 100Y YEARFLOODPLAINE ELEVATION. PROVIDE 13. ALLF PIPES & VALVE BOXES THAT WILL HAVE CONCRETE POURED AROUND THEMS SHALL BE WRAPPED! WITH30LBF FELTAMINIMUM OF TWO1 TIMES AND SECURED INF PLACE SUCH1 THAT THE CONCRETE DOESN NOT ADHERE TO1 THE PIPE OR VALVE BOX. THE: 30LBI FELTSHALL BE CUT FLUSH WITH 14. ENGINEER: SHALL PROVIDEA ALL CALCULATIONS, INCLUDING: SYSTEMI HEADO CURVES FOR ONE PUMP RUNNING, 2PUMPSI RUNNING, ETC. BUOYANCY CALCULATIONS. ARE REQUIRED. IF THE PUMP STATIONF FORCE MAINI ISAN MANIFOLDED: SYSTEM, CALCULATIONS. AND/ORI MODELING RESULTS SHALL BE SUBMITTED SHOWING HEAD CONDITIONS AT ALLI EXISTING ANDI PROPOSED AFFECTEDI PUMPINGSTATIONS 15. CONTRACTOR SHALLI PROVDE Al RECORDI DRAWING SURVEY ANDF PROFILEOF THE PUMP STATIONF FORCE MAIN1 TO THEI LIMITS OF NEW CONSTRUCTION INA ADDITIONT TO THE RECORDI DRAWING REQUIREMENTS FOUNDI IN AS-BUILT SPECIFICATIONS SECTION OF THE COT 16. CONTRACTOR ISF RESPONSIBLE! FORI REMOVING ANDI PROPERLYI DISPOSING OF ALL EXISTING MECHANICAL. ANDE ELECTRICAL EQUIPMENT THAT THE CITY DOES NOTV WANT TOS SALVAGE. CONTRACTOR SHALLI NOTIFY CITY INSPECTOR 72HOURS IN ADVANCE BEFORE EXISTING STATION ALL DIMENSIONS! SHALLI BEI INCLUDED THAT ARE SHOWNI IN1 THESE STANDARDS. OF COT SPECIFICATIONS. MAYVARY SLIGHTLY. FALL PROTECTIONI ISF REQUIRED. CLEARANCES. AREI MET. RECORD. WILL BE ALLOWED. DESIGNI ISF REQUIRED. MAGI METERI UPSTREAMA ANDE DOWNSTREAM. CALCULATIONS AND/ORI DOCUMENTATION. THE FINISHED CONCRETE GRADE. SPECIFICATIONS. PUMPS AND CONTROLS AREI REMOVED. 17. GRAVEL ALL AREAS INSIDE PUMP STATION FENCE WITH4OFF FDOTI No. 57 GRAVEL OVER: 20 MILI PDC ORE EQUIVALENT. 19. MAINTAIN A2% SLOPE ACROSS THE ENTIRE PUMP STATIONS SITE TOR PROMOTE PROPER DRAINAGE. UNLESS APPROVED! BY THEI WATER RESOURCES ENGINEERINGI MANAGER ORD DESIGNEE. 18. PROVIDE SOIL BORINGS TODEPTH OF WET WELL PLUS5FEET (MINIMUM). 20. PUMP STATION SITE SHOULDI BE SIZED AT AMINIMUMO OF 85') X85. DEVIATIONS FROM1 THIS STANDARD: SIELAYOUT WILL NOT BE ALLOWED 21. THE FENCE SHALL TYPICALLY BEI LOCATED6 6" WITHIN THE PROPERIVEASEMENTI LNTSUNLESSLAMDSCAPNG IS REQUIRED. 22. LANDSCAPING SHALL BEI INACCORDANCE WITH APPROVEDI PLANS ANDI PERMITTINGI DOCUMENTS. LANDSCAPING MUST BE AMINIMUM OF3FEET AWAY FROM1 THE OUTSIDE OF THE FENCE. IFLANDSCAPINGI ISF REQURED,ALAMDSCAPNG PLANSHALL BEF PROVIDED ASF PART OF THE PUMP 23. THE ENGINEER OF RECORD: SHALLI PREPARE, ORI HAVE PREPARED, ELECTRICAL PLANS THAT ARE SPECIFIC TOTHE STATION. THEUSEOF STATION DESIGN PLANS. "STANDARD" DRAWINGS ORI REFERENCE TO1 THE COT SPECIFICATIONS IS NOT PERMITTED. SHEET TITLE SHEET PS08 SCALE N.T.S. City of Bushnell Standard Details Pump Station General Notes Approved by: Date Issued: 2023 TYP. PREFORMED OR CAULK-TYPE BUTYLADHESIVE SEALANT ASREQD EXTERNALI MH JOINTWRAP ASPHALT BASE MANHOLER FRAME/ ANDCOVER FNALASPHALTPATCH 14'MIN(TYP) FNSHEDROADSURFACE ANDI MH&COVERI ELEVATION 9 TOP OF! MH CONE SECTION GRADING/ ADJUSTMENT RING (3" MIN- -18" MAXDEPTH, AS REQD) STABILIZED SUBGRADE MANHOLE FRAME & COVER PLACEMENT N.T.S. SHEET1 TITLE SHEET S01 SCALE N.T.S. Manhole City of Bushnell Frame and Cover Placement Approved! by: Date Issued: 2023 STANDARD SANITARY: SEWER MANHOLE COVER&FRAME 36" DIA( (MIN CLEAR) AIRI RELEASE VALVE (ARV) COMPOSITE MANHOLE COVER &FRAME AIRRELEASE' VALVE (ARV) MANHOLECOVER &FRAME MANHOLE FRAMES & COVERS N.T.S. SHEET TITLE SHEET S02 SCALE N.T.S. Manhole City of Bushnell Frames and Covers Approved! by: Date Issued: 2023 MANHOLEI FRAME ANDCOVER GRADE ADJUSTMENT RING (3'MIN- 18'MAXDEPTH, AS REQ'D) 24" 24" 48"DIA 48'DIA MIN -FLOW-Ay FOR PIPE DIA 15" ANDL LESS AND DEPTHS MORE THAN5' 48-INCH MANHOLE N.T.S. SHEET TITLE SHEET S03 SCALE N.T.S. 48-Inch Manhole for Pipe Dia 15" and Less and Depths More Than 5' City of Bushnell Approved by: Date Issued: 2023 6'(TYP) INSTALLATIONI NOTES: 1. INSTALL MANHOLE 2. FORM MANHOLE BENCH CUT EXISTI PIPE FILL DOGHOUSE OPENINGS w/ CONC. (FDOTCLASSIORI), FORME BENCHw/ CONC. (FDOT CLASSIORI)T TOS SPRANGLNEISDOFPPE. SEE MANHOLEBENCH DETAIL FOR SLOPE REQUIREMENTS. CUTEXIST PIPE TOMATCH SPRINGLINE(5D) OF PIPE. MANHOLE FRAME AND COVER GRADE ADJUSTMENT RING (3"MIN-1 18'MAXDEPTH, ASREQD) 24" 24" MIN 48"DIA 48'DIA -FLOW-y FORI PIPE DIA 15" ANDLESS AND DEPTHS MORE THAN5' 48-INCH SADDLE MANHOLE N.T.S. SHEET S04 SCALE N.T.S. 48-nch Saddle Manhole for Pipe Dia 15" and Less and Depths More Than 5' City of Bushnell Approved by: Date Issued: 2023 MANHOLEF FRAME ANDO COVER GRADEA ADJUSTMENT RING PMR-FMXDEPTAASRECOA 48"DIA +-FLOW-y FORI PIPE DIA 15" ANDL LESS 48-INCH MANHOLE w/ TOPSLAB N.T.S. SHEET1 TITLE City of Bushnell Standard Details SHEET S05 SCALE N.T.S. 48-Inch Manhole w! Top Slab For Pipe Dia 15" and Less Approved by: Date Issued: 2023 MATCHCROWN ELEVATIONS --FLOW-Av -FLOW- OPE OPE MATCH CROWN ELEVATIONS 0.5D: FLEXABLE BOOT SEAL(TYP)- 0.5D: 0.5D: 0.5D MANHOLE BENCH w! MATCHING CROWNS N.T.S. SHEET TITLE SHEET $06 SCALE N.T.S. Manhole Bench w! Matching Crowns City of Bushnell Approved by: Date Issued: 2023 D: <24 0.25xD: LOW-V LOPE FLEXABLE BOOTS SEAL( (TYP) <24" 0.25xD2 0.25xD: 0.5D 0.5D: MANHOLE BENCH w/ OFFSET CROWNS N.T.S. SHEET TITLE SHEET S07 SCALE N.T.S. Manhole Bench w! Offset Crowns City of Bushnell Approved by: Date Issued: 2023 6'MNCOVER ALL SIDES REFER TOBENCH DETAILS 24"MIN FLEXABLE BOOTSEAL(TYP) CONTRACTOR TO ENCAPSULATE TEE ANDDROPS SECTION (6" MIN COVER) CASTFLUSH w/TOPO OFBELL 90° BENDI PROVIDED BYCONTRACTOR DROP MANHOLE N.T.S. SHEET TITLE SHEET S08 SCALE N.T.S. Drop Manhole w! City of Bushnell Partial Precast Encasement Approved by: Date Issued: 2023 NOTES: 1. THE TECHNICAL SPECIFIÇATIONS SHALL APPLYFOR, ALL OTHERE REQUIREMENTS! NOT SUPERCEDEDI BY THIS DETAILF FORALL 2. IFSEWERI LINE WHICHIST TOBE PLACED OUT OF SERVICE EXTENDS UNDERE EXISTING ORF PROPOSED: STRUCTURE, THE ENTIRE 3. IF SEWER LINE ISI NOTLOCATEDI UNDERSTRUCTURE, PLACE EXISTING SEWERL LINE OUT OFS SERVICEBYI PLUGGINGBOTH +. CONTRACTOR: SHALLI RECORD AND CERTIFY QUANTITIES OF GROUTORS SLURRY FIOWABLEFUPUMPED. 5. ALL SALVAGEDI MATERIAL BECOMES PROPERTY OF COTUNDERGROUNDUTLITESDEPARIMENT, EXCAVATING, BACKFILLING, AND COMPACTNGFORUILTES SEWER LINE TOT THE NEXT MANHOLE SHALLI BE GROUTED ORS SLURRY FLOWABLEFIL)FILED. ENDS OFL LINE AND GROUTING/ AROUNDPLUGS. WITHIN ROADWAY UNMPROVEDAREAS ASPHALTPATCHIN/ ACCORDANCEWI THE CITY PUBLCINFRASTRUCTURE DEPARTMENT! FLEXBLEPAVEMENT DESIGN, CURRENT EDITION 12LIMEROCKBASE 1ZTPEBSTABILZED: SUBGRADE PROVIDE AMIN6" TOPSOIL AND REPLACE GROUND COVERAS SPEGFEDORMAICHEXST. REMOVE ENTIRE CONES SECTION ANDI DEMOLISHSTRUCTURE: 24" MINI BELOWFINISHED GRADE SELECT BACKFILL ONLY, COMPACTED. (REUSE OF EXCAVATED MATERIALIS NOT ALLOWED) STABILIZED SAND, GRANULAR MATERIALW/! NOC GRATER THAN 1% MAX SIZE ORFLOWABLEFLL CONCRETE ORFLOWABLEFILL SEALPIPE OPENING ASF REQD,TYP FILTERFABRIC 6'MIN 4'COVERMIN! PIPEN NOTES: UNDISTURBED SOIL 1. FORPIPES 15" AND SMALLER, SET MECHANICAL PLUGSI INTOALLE PIPESE ENTERING MANHOLE. 2. FORI PIPESI LARGER1 THAN1 15", PROVIDE MASONARY BULKHEADI INLIEU OF MECHANICAL PLUG. PLACING SANITARY SEWER MANHOLE OUT OF SERVICE N.T.S. SHEET1 TITLE SHEET S09 SCALE N.T.S. Placing Sanitary Sewer Manhole City of Bushnell Out of Service Approved by: Date Issued: 2023 MANHOLEI FRAME/ AND COVER GRADEADJUSIMENT: RING CPMN-FMACDEPTASREOD, 24" 60"DIA 24" 6 MIN 60'DIA --FLOW-y FOR PIPEI DIA1 18" TO24" ANDDEPTHS UP1 TO5 60-INCH MANHOLE w! TOP SLAB N.T.S. SHEEJALE SHEET S10 SCALE N.T.S. 60-Inch Manhole w/ Top Slab for Pipe Dia 18" to 24" and City of Bushnell Depths Up to5' Approved by: Datel Issued: 2023 MANHOLEF FRAME AND COVER GRADE ADJUSTMENT RING PMN-FWXCPASREOP, 24" 24" 5 MINI 48'DIA 5 MINI 48*DIA 60-OR72"DIA 60-OR72-DIA MINI MIN FOW-y 60-INCH-FORI PIPE DIA 18" TO24" 72-INCH- FORI PIPE DIA GREATER THAN24" AND DEPTHS GREATER THAN5' 60-INCH & 72-INCH MANHOLE N.T.S. SHEET TITLE SHEET S11 SCALE N.T.S. 60-Inch Manhole for Pipe Dia 18"-24" 72-Inch Manhole for Pipe Dia Greater Than 24" And Depths Greater Than 5' City of Bushnell Approved by: Date Issued: 2023 PUBLIC RIGHT-OF-WAY PRIVATE PROPERTY TRACER WIRE (TYP) SEWER MAIN INSTALL PVCPLUGFOR FUTURE CONNECTION TOCUSTOMERLINE PLAN SEWER CLEANOUT (SEE DETAIL) FINISH GRADE EX. ORI NEW CURB AND GUTTER EX.ORNEW PAVEMENT INSTALL EMS MARKER TRACER WIRE (TYP) INSTALL PVCPLUGATRWW FORI FUTURE CONNECTION TOCUSTOMER: SEWER 45° MAX PERFT.2M)MIN NOTE: FOR NEWI DEVELOPMENTS, THE CONTRACTOR SHALLI INSTALL THE SEWERLATERAL WITHIN 2-FEET OF THE PROPERTY! LINE AND TERMINATE WITHASTUB AND CAPWITHEMS! MARKER. PLUMBER WILL INSTALL THEF REQUIREDI WYE AND CLEANOUT UPON CONNECTION. SEWERI MAIN PROFILE SANITARY SEWER LATERAL N.T.S. SHEET TITLE SHEET S12 SCALE N.T.S. City of Bushnell Sanitary Sewer Lateral Approved by: Date Issued: 2023 CAST IRONE BOX MARKED'S' BY USI FOUNDRY (USF7610) ORA APPROVED EQUAL 4"PVC CLEANOUT THREADED PLUG w! 2"K KEYPLUG (RECESSED)- CONCORA ASPHALT (BY OTHERS)- PUBLIC RIGHT-OF-WAY PRIVATER PROPERTY & SANITARY SEWER SERVICECLEANOUT 24'MIN FINISH GRADE 4'PVCCLEANOUT ADAPTERHUB 8'PVCE EXTENSION, ASREQUIRED 18" DIAMETER CONC. COLLAR (FDOT CLASSIORII) 4'PVC INSTALL! #101 WIREI FROMS SEWER MAIN TO CLEANOUT CAPV w/AN EXTRA24'TIED TOC CAP STANDARDWYE -FLOW-V SANITARY SEWER CLEANOUT N.T.S. SHEETTMLE SHEET S13 SCALE N.T.S. City of Bushnell SANITARY SEWER CLEANOUT Approved by: Date Issued: 2023 PUBLIC RIGHT-OF-WAY PRIVATE PROPERTY SEWERMAIN INSTALL PVCPLUG ATMAIN EX. SEWER SERVICE! LATERAL TOBER REMOVED OR GROUTED NEW ROADWAY PLAN PUBLICRIGHT-OF-WAY PRIVATE PROPERTY TRACER WIRE TOREMAIN INPLACE TOCAP SEWERMAIN EX. SEWER SERVICELATERAL TOREMAINI INPLACE (INACTIVE) INSTALL PVCCAPFOR FUTURE CONNECTION TOCUSTOMERLINE EXISTING ROADWAY PLAN EX. CLEANOUT& CONCCOLLAR TOBER REMOVED FINISHGRADE EX. ORNEWCURB ANDO GUTTER EX.ORNEW PAVEMENT ATEX.ROADWAY: INSTALL EMSI MARKER ATEX. ROADWAY: EX. SEWER SERVICE LATERAL TO REMAINI INPLACE (INACTIVE) ATN NEWF ROADWAY: EX. SEWER: SERVICELATERAL TOBEF REMOVED OR GROUTED ATE EXISTING ROADWAY: SERVICE LATERAL SHALL BE CAPPED ATI RW OR EASMENTI LINE ON CITY SIDE. PLUMBER SHALL CALL FORCITY TOI INSPECT ANDI MARKI WITHANEMS MARKER. CLEARANCEI WILL NOTE BE GIVEN'UNTIL CITY REPRESENTATIVE HAS INSPECTED, APPROVED. AND BACKFILL AND COMPACT SOILSI IN/ ACCORDANCE WITH TECHNICAL SPECIFICATIONS. RESTORE ANDI REPLACE ALL DISTURBEDPAVEMENT INA ACCORDANCE WITH APLCABLEMANTANNG AGENCY'S: STANDARD ATEX. ROADWAY: INSTALL PVCCAPFOR FUTURE CONNECTION TOCUSTOMERLINE MARKED WITHE EMS. ATN NEWF ROADWAY: SPECIFICATIONS. ATNEW ROADWAY: INSTALL PVCF PLUGA ATN MAIN SEWERI MAIN PROFILE SANITARY SEWER LATERAL DISCONNECTION (WITHIN IMPROVED AREAS) N.T.S. SHEET TITLE, SHEET S14 SCALE N.T.S. Sanitary Sewer Lateral Disconnection w/in Improved City of Bushnell Areas Approved by: Date Issued: 2023 NOTES: 1. THE SEWERI LATERAL ADJUSTMENT MUST BE CONSTRUCTED UNDER1 THE PROPOSED UTLITYCONFLICT. IF THIS CAN NOT BE ACCOMPLISHED, THE PROPOSED CONFLICTI MUST BE ADJUSTEDI LOWER. 2. BENDS GREATER THAN: 224 ARE NOT PERMITTED. 3. AMINIMUM OF1 10GAUGE1 TRACER WIRE (GREEN) WILL RUNI FROMI MAIN TO CLEANOUT WITH TWOI WRAPS PERJOINT; CONNECT TOEXISTING1 TRACER WIRE ATN MAINA ANDI EXTEND UP TOCLEANOUT CAP.A24'MIN OF1 TRACING WIRE TOBE COILED IN CLEANOUTI BOX. FINISH GRADE EX. CLEANOUT TO REMAIN PROPOSED UTILITY CONFLICT EX. SEWERLATERAL TOBEREMOVED RECONNECTTOEX PORTION OF EX. SEWER LATERAL TOREMAIN SANITARY: SEWER SERVICELATERAL o 4 45-MAX VPERFT.)MN Y'PERFT. (2%)MIN SEWERMAIN PROFILE ADJUSTMENT OF EXIST SANITARY SEWER LATERAL N.T.S. NOTES: ALLCONSTRUCTION: SHALL CONFORM1 TOCITYOF TALLAHASSEE TECHNICAL SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION. 2.ALLN AERNALSMTAVAITSALEE TYPE316 STAINLESS STEEL (SS). 3. DESIGNER SHALL ENSURE THAT SUFFICIENT HEADF ROOM IS AVAILABLE1 TO ACCOMMODATE INSTALLATION. FORI INSTANCES w!I INSUFFICIENT HEADF ROOM, CONSULTO CITY ENGINEER. 36" MIN SEPARATION SSI INSECT SCREEN VENTI PIPE:4 4DIAFLANGEDI DIP (CERAMICE EPOXY COATED INTERIOR) TOELBOW BELOW GRADE 20" DIAx6'CONC. COLLAR (FDOT CLASSIORI) 6" 72" DIAI MANHOLE w/T TOP SLABANOBOTT.SLAB (SEE SPECF FORI MANHOLE COATING) ASPHALT, INA ACCORDANCE w/1 THE CITY OFTALLAHASSEE PUBLICWORKS DEPARTMENT FLEXIBLE PAVEMENT DESIGN, CURRENT EDITION TWOP PIECE AIR VALVE (ARV) MANHOLEFRAME ANDO COVER (PERS SPEC) INSTALL #101 TRACER WIRE FROM VENT PIPE TOFORCE! MAIN (SPLICE1 TOI MAIN w/ APPROVED! WIRENUT) FLEXIBLE BOOTSEAL(MP)- SLOPE STAINLESS STEEL SHUT-OFF GATE VALVEw! HANDWHEEL ORF FULL PORT BALL' VALVE 12'MIN ALLS SIDES 72'DIA TO5 - 6"MAX at 12" CLR AIRWACUUMVALVE (ARV) POSITION SO1 THAT WORKER CAN STANDI INSTRUCTURE STAINLESS STEEL SPOOL AS NECESSARY MANHOLEI WALLI MUSTI NOTI BEAR ONI FORCE MAIN (MIN3" CLEAR) 316 STAINLESS STEEL TAPPING SADDLEORTEE 4'PVCTOVAULT ÇOFFM&ARV X 12" ÇOFMH&ARV FORCE MAIN (SIZE &N MATERIAL VARIES) FDOTI No.57 AGGREGATE! BEDDING ALIGNMENT PLAN N.T.S. FORCE MAIN AIR VALVE AND VAULT WITHIN VEHICLE TRAVEL LANE UNDISTURBED SOIL N.T.S. NOTES: ALLO CONSTRUCTION: SHALL CONFORM1 TO CIYOF1 TALLAHASSEE VECHNICAL SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION. 2. ALL MATEPASMTNVALTSANL BE TYPE3165 STAINLESS STEEL (SS). AREAA ANDI MUSTE PASS AI MINIMUM: STATIC TESTLOAD OF3 33,7501 LBS. [150,128N). INSUFFICIENT HEADF ROOM, CONSULTCITY ENGINEER. 5. FORI INSTALLATIONS w/o VENT1 TUBE, CONSULTCIYENGNER 3. ALL QUAZITE BOXES AND COVERS SHALLI BE1 TEIR: 22 (STATIC DESIGN! LOAD OF 22,5001 LBS. [100,085 N] OVERA10P54X10Ps, 4. DESIGNER: SHALL ENSURE THAT SUFFICIENT HEADI ROOMI IS/ AVAILABLE1 TO ACCOMMODATE INSTALLATION. FORI INSTANCESWI ÇOFFM&ARV 6" CLR VENTF PIPE:4" DIAI FLANGEDI DIP (CERAMIC EPOXY COATEDI INTERIOR) TOELBOWE BELOW GRADE 20" DIAx6" CONC. COLLAR (FDOT CLASSIORII(- 30'48x'QUAZITE TIER: 22BOX (SEE TABLEFOR SIZES) 36" MIN SEPARATION ALIGNMENT PLAN N.T.S. SSI INSECT SCREEN 10" CONC. COLLAR 3'MAX 10" (FDOTCLASSIORI), HTE BASED ONF FMD DEPTH 4PVCTOVAULT- AIRWACUUMY VALVE (ARV) POSITION SO THAT WORKERC CAN STANDI INS STRUCTURE 316SSFULLI PORTE BALL VALVE w/3 316 SS NIPPLE (DIA1 TOMATCHARV) TEE OR TAPPING SADDLE (DIA1 TON MATCHARV)- FORCE MAIN (SIZE &MATERIAL VARIES) INSTALL #10 TRACER WIRE FROMY VENT PIPE1 TOFORCE MAIN APPROVED WIRENUT) SLOPE 2%MIN 6'DIAHOLEI FOR VENT PIPE (SEAL W/WATER TIGHT CONNECTION) (SPLICE1 TON MAINV w! EXTEND' VENTPIPE6" INTOBOX BOXMUSTI NOT BEARONF FORCEMAIN QUAZITE BOXES SIZES: (MIN3'CLEAR) 12'FDOT No.57 AGGREGATE BEDDING SIZE (WxLxH) PARTI NUMBER 30x48x18 30x48x24 30x48x36 30x48x48 PG3048BA18 PG3048BA24 PG3048BA36 PG3048BA48 IFF REQUIRED, QUAZITE BOXES MAY BES STACKED. AMINE BOX SIZE OF 48"x48" SHALLI BE USED. BOXES SHALL BEV WRAPPEDI WITHMANHOLE FORCE MAIN AIR VALVE AND VAULT OUTSIDE VEHICLE TRAVEL LANE N.T.S. WRAP. NOTES: 1.F FOR CONSTRUCTION WITHIN ROADWAY, CONSTRUCT VALVEE BOX WITH TOP 12"E BELOWF PROPOSED: STREET GRADE. AFTER FINALPAVING, CUT SMOOTH, CIRCULAR HOLE AROUNDV VALVE BOX ANDA ADJUST TOBEF FLUSH WITHFINISHI PAVEMENT. PLACE ASPHALTRING ANDI FINISHED ASPHALT PATCHAS: SHOWN TOMATCHEXISTING GRADE. 3. EXTENSIONI PIPETOBE6'C-9001 PVC, DR 180RD.I.P. 2. ATNO1 TIME ISV VALVE BOX ORI EXTENSIONI PIPE TOT TOUCHE BONNET, BODY OF VALVE, OR MAIN. 4. WIRES SHALLI NOT BE WRAPPED. AROUND OPERATING NUT OR STEM FOR ANY REASON. GPSL LOCATION OR SWING TIES TOI BE PROVIDED TO CITY BY CONTRACTOR OF ALLI VALVE BOXES LOCATED BELOW FINISHED GRADE. ALL INFORMATION MUST BE KEPT CURRENT UNTILI MILLING AND RESURFACING OPERATIONS. ARE COMPLETE. ANDY VALVE BOXES ARE ADJUSTED1 TO FINISHED GRADE. FINAL STRUCTURAL ORF FRICTION COURSE (SEE TYP SECTIONS FORT THICKNESS) ASPHALTPATCHFOR VALVE ADJUSTMENT UNPAVED! STREET 6o 24'DIAMETER ASPHALTRING ADJUSTABLEC.I. VALVEBOX GRADED STREET OFF STREET AREA do / 20" DIAMETER CONC. COLLAR (FDOTCLASSIORI) PAVED STREET OFF STREET TYPICAL VALVE BOX PLACEMENT N.T.S. SHEET TITLE SHEET W01 SCALE N.T.S. City of Bushnell Typical Valve Box Placement Approved by: Date Issued: 2023 NOTES: 1. ALL CONSTRUCTION: SHALL CONFORM' TOT THEL LATEST EDITION OF THE CITY TECHNICAL SPECIFICATIONSFOR WATER AND: SEWER CONSTRUCTION. 2. AMINIMUMG OF 10G GAUGE TRACER WIRE WILL RUNI FROMM MAIN TOMETER; CONNECT TOEXISTING TRACER WIRE AT MAIN, WRAP AROUND CORPORATIONS STOP, WRAP/ AROUNDAND SECURE TO SERVICE TUBING, THENE EXTENDI UP INTOMETER BOX AT ANGLE VALVE. A24" MIN OF TRACING WIRE TOBE 3. TAPSONF PVC, CASTI IRONA AND ACI MAINS REQUIRE SADDLES (REFER1 TO1 TECHNICAL SPECIFICATIONS). DIRECT TAPONLY ONI DUCTILE PIPE. TAPAISAD3OGOCKONCY: TAPS ONH HDPEI MAINS REQUIRE ELECTROFUSION TAPPING TEEI /SADDLE TAPAT 120'CLOCK. METER BOX SHALL BEE EITHER CDR OR QUASITE FOR PAVEMENT. AREAS. LID SHALL BE COMPATIBLE WITH AMI ALL WATER SERVICE VALVES ANDI FITTINGS SHALL BEE BRASS OR TYPE 304 STAINLESS! STEEL. 7. ALL TAPS TOE BEI MADE UNDERLINE PRESSURE. 8. FORI NEW DEVELOPMENTS, THE CONTRACTOR: SHALL INSTALL THE WATER SERVICE THROUGH THE CURB STOPA ANDPLACE. AN EMSI MARKER WITH ABOVE GROUND: SERVICE MARKERAT THE END OF THE SERVICELINE. 9. THE CONTRACTOR: SHALLI BE RESPONSIBLE FOR THE REPAIROR REPLACEMENT OF THE METERA ASSEMBLY, AND APPURTENANCESIF DAMAGED BY THE CONTRACTORI DURING CONSTRUCTION. 10. METERE BOX AND TOP SHALL BE CLEAR OF ALLI DEBRIS TOA ALLOWF FULL ACCESS TOBOX (LE. NODIRT, TRASH, OR OTHER DEBRIS PLACED ON TOP COILEDI INI METERI BOX. OFBOX). PUBLICRIGHT.OF-WAY ORUTIUTYEASEMENT CITYMAINTENANCE RESPONSIBILITY AMI MODULE (BYCITY) ÇOFMETER& METERBOX(TYP) PRIVATE PROPERTY HOMEOWNER MAINTENANCE RESPONSIBILITY SYSTEM. SETATFINAL GRADE (NOTE# #10) CUSTOMER VALVE VFOW- WATER SERVICE TO ANGLE VALVE THREADEDI NIPPLE CURB STOP, CTSxFPT (LOCATION VARIES FOR SINGLE ANDI MANIFOLDED METERS) 10GA. TRACER WIRE WATERI METER BUILDING PLUMBING (BY CITY) METER) YOKE( (SIZED TOFITI WATERN METER) E.M.S. MARKER BURIED 1-0" BELOW YOKE HDPE SDR-9/CTS w/ STAINLESS STEEL STIFFENER OR TYPE 'K COPPER TUBING FROM CORP STOP1 TOCURB STOP SADDLE REQUIREMENTS (REFER TONOTE3) SPLICE TON MAINT TRACER WIRE wl APPROVED CRIMP ORI WIRENUT SADDLE REQUIREMENTS (REFER1 TONOTE4) FUNCTIONS/ AS CORPORATIONSTOP- CORPORATIONS STOP AWWATAPERED THREADXCTS w/STAINLESS STEEL STIFFENER WATERI MAIN (PVC,DI,Cl,AC) WATER MAIN (HDPE) HDPETAP 5/8" &1 1" WATER SERVICE AND METER SETTING NTS SHEET TITLE SHEET W02 SCALE N.T.S. 5/8" and 1" Water Service and Meter Setting City of Bushnell Approved by: Date Issued: 2023 NOTES: 1. ALL CONSTRUCTION SHALL CONFORM TO CITY TECHNICAL SPECIFICATIONS FORI WATER AND: SEWER 2. AMINIMUM OF 10GAUGE TRACER WIRE WILL RUNE FROMN MAIN TOI METER; CONNECT TOE EXISTING TRACER WIRE ATMAIN, WRAP AROUND CORPORATIONS STOP, WRAP AROUND ANDS SECURE TO SERVICE TUBING, THEN EXTEND UPI INTO METERI BOX AT ANGLE VALVE. A24" MIN OF TRACING WIRE TOE BE COILEDI INN METERE BOX. 3. TAPS ALL MAINS REQUIRE SADDLES (REFER TO TECHNICAL SPECIFICATIONS). TAPATSAD3OLOGKONYA 4. ALL WATER SERVICE VALVES ANDI FITTINGS SHALL BE BRASS OR TYPE 304 STAINLESS STEEL. CONSTRUCTION. E.M.S. MARKERBURIED ABOVECAP MPT THREADEDNIPPLE W/PVCCAP CURBSTOP 5. ALL TAPS TO BEI MADE UNDERLINE PRESSURE. a a 6. BY-PASS MUST BEL LOCATED INSIDE OF BOXI RUNNING PARALLEL TOV WATER METER NOTUNDERNEATH). HDPEX MPT TRANSITIONFITING 7. BY-PASS ISN NOTI REQUIREDI IFN METERI IS FORI IRRIGATION. HDPE SDR-9WATER: SERVICE WIN MPT TRANSITIONI FITTINGS OR1 TYPE' 'K COPPERFROM BALL VALVE TO CURBS STOP SPLICE TOMAIN TRACER WIREw! APPROVED CRIMP ORI WIRENUT SERVICE SADDLE (REFER TONOTE3) CASTIRON VALVEBOX 2'BALLVALVE w/2" OPERATINGNUT, FPTXFPT HDPEX MPT TRANSITIONFITTING: 6 10GATRACERWIRE THREADEDI NIPPLE, MPTxMPT WATERM MAIN PVG,DL.CLAC,HDPE) SECTION 11/2"&2" WATER SERVICE N.T.S. 18" MIN FINISH GRADE ÇOFMETER& METERBOX(TYP) CUSTOMERSTOP METER METERBOX ANGLEV VALVE SEE NOTE4 METER TEE (1"OR1) CURBSTOP WATER SUPPLY LINE(I"OR1) WATERSUPPLY LINE("OR1) NIPPLE (1"OR1 1) LENGTHVARIES- ELBOW (1OR1)x COMPRESSONFITTNGW STAINLESS STEELSTIFFENER OR1 TRANSITIONFITING M.LP. XFUSESCR-S/CTS) PLAN 1"OR11/2" SERVICE 18" MIN SECTION 1"OR11/2" SERVICE METERS ALLOWED PERI MANIFOLD No. OF5 SIZEOF METERS SERVICE CONFIGURATION 2 1"or1 1% 3 1or1k 279 4 1 ETF 5 1'or2" ERFTS 6 2" EEFR9 7 2 EP9FPFF 8 2" E9977775 9 2" 997999779 10 2" 9999797975 CUSTOMERSTOP METER METERBOX SEE NOTE4 TEE(1OR2) CURBSTOP WATERS SUPPLY LINE(1OR2) ANGLEVALVE COMPRESSIONI FITTINGV w! STAINLESS! STEEL STIFFENER OR1 TRANSITIONI FITTING M.L.P.xFUSES SCR-9( (CTS) PLAN 11/2" OR2" SERVICE ALLI METER SERVICESI MUSTE BE BALANCED w/NON MORE THAN(1) ONE ADDITIONAL METERE EITHER: SIDE OF SUPPLYLINE. FINISHGRADE £ OFM METER& METERBOX(TYP) NOTES: 1. ALLI MANIFOLDI PIPING, VALVES ANDI FITTINGS SHALL BEE BRASS OR1 TYPE 304: STAINLESS: STEEL. ON 1 AND2 2"N METERSFOR ABOVE GROUND APPLICATIONS, GALVANIZEDI PIPE MAYE BE USED. 2. ALLN MATERIAL FORI METER. ANDI MANIFOLDS! SHALLE BEIN ACCORDANCE WITHT THE BUY AMERICANA ACT. 3. 1 HDPEE BLUET TUBING SDR-9( (CTS) w! 1 MANIFOLDFOR: UPT TO( (5)F FIVE 58 METERS PERI MANIFOLD, MAX. 4.2"H HDPE BLUET TUBING SDR-9( (CTS)V w/2 2" MANIFOLDF FOR: (6) SIX TO(10) TEN 56 METERS, (10) MAX. 5. METERS SHALL BE CENTERED! INN METERBOX. 6. METER BOXES SHALLE BE CLEAR OF ALL STRUCTURES ONALL METER (9 ELBOW (1OR2)x* NIPPLE (1OR:2) LENGTHVARIES- WATER SUPPLY LINE(1OR2) TEE (1OR2)x* SECTION 11/2"OR2" SERVICE SIDES, 30" MIN. MANIFOLDS FOR 5/8" METER SHEET TITLE NT.S SHEET W04 SCALE N.T.S. City of Bushnell Manifolds for 5/8" Meter Approved by: Date Issued: 2023 NOTES: 1.F PROVIDE BACKFLOWF PROTECTION PERI RULES ANDE REGULATIONS FORE BACKFLOWI PREVENTIONAND CROSS-CONNECTION: CONTROL, 2. ALL SERVICELINES SHALL BES SIZEDE BY THEE ENGINEER OF RECORD. 3. ALLJOINTS SHALL BEI FULLYRESTRAINED. FDCANDPIV (AS REQ'D. BYFIREDEPT.) LATESTE EDITION. FIREL LINEE BACKFLOW- PREVENTIONA ASSEMBLY BACKFLOW PREVENTION ASSEMBLY(TYP) 36"N MIN. 18"MIN. (TYP) METER ASSEMBLY(IYP) SERVICE ISOLATION BALLVALVE(TYP) TRACERV WIRE (TYP) FIREI LINE ISOLATION VALVE- SERVICE SADDLEC ORTEE TAPPING SLEEVEA ANDI VALVE OR1 TEEA ANDVALVE PLAN N.T.S. WATER MAIN FIRELINE wlI METERED SERVICES SHEET TITLE City of Bushnell Standard Details SHEET W05 SCALE N.T.S. Fireline w! Metered Services Approved by: Date Issued: 2023 FIREH HYDRANT (SEE NOTE1 10FORPLACEMENT) STORZCONNECTION ANDCAP 24"MIN STDCURB ANDGUTTER CIVALVEBOXCOVER 6'ORT TOBURYLINEON HYDRANT BARREL SCREWTYPEC.I. VALVEE BOX ISOLATIONVALVE MECHANICAL JOINT RESTRAINT, TYP 6'DI, MINS SIZE SPLICE TOMAIN TRACERI WIRE w! APPROVED CRIMP ORI WIRENUT 10GA. COPPER WIRE WATERI MAIN NOTES: 1.HYDRANTI TOE BEF PLACED WITHE PUMPERI NOZZLEFACING: STREET. 2. - VALVE OPENING51 1/4" MINIMUM. 3.SIXINCHM MJ CONNECTION TON MAIN. STORZ CONNECTION WITH CAP ONI NOZZLE. 6.0 COMPACTION WILLE BE1 100% STANDARDI PROCTOR. 7.DEPTHO OF PIPE TOHAVE: 36"1 MINIMUMCOVER. 4. HOSE! NOZZLES: NATIONAL STANDARD THREADSWTHTWO2 1/2" HOSE NOZZLESAND ONE STEAMERNOZEWITNOPENNGAND 5.ALLPIPE FROM MAIN TOHYDRANT: SHALLI BE RESTRAINEDI DUCTILE IRON w/o FITTINGS. HYDRANTSPAINT SHALL BE COMEX (U-10: HIGHS SOLIDS, GOSSPOYRETWEOVER (M-10: UNIVERSAL PR.MERIORAPPROVED EQUAL. 9. HYDRANTSCOLOR SAFETY YELLOW -HYDRANTS! PLACED ON CITY WATERI MAINS. RED:HYDRANISPIACED: ONI PRIVATE WATERI MAINS. OFFWHITE- -HYDRANT PRIMER. 10. HYDRANTI PLACEMENT: CURB AND GUTTERSTREET- ASI NOTEDF PERPLANS (MAX.1 10' FROMI DRIVING SURFACE) BEI MAINTAINED. OPEN DITCHSTREET- TOP OF BACKSLOPE OF DITCH, ONT THE RWWL LINE AND ORI PROPERTY CORNER. 11. CLEARANCES OF SEVENA ANDONEI HALFFEET INF FRONT OF AND TOEACHSIDE OFH HDRWTWITAFOURFOOT TOT THEF REARSHALL FIRE HYDRANT CONNECTION N.T.S. SHEET TITLE SHEET W06 SCALE N.T.S. City of Bushnell Fire Hydrant Connection Approved by: Date Issued: 2023 NOTES: 1. IFI NEWF PIPE TRENCH OCCURS WITHIN IMPROVED. ARES, EXIST WATER: SERVICE IS TOE BE REPLACED FROM EXIST WATERI MAIN SERVICE CONNECTIONTOE EXIST CURB STOP AT METER. 2. AMINIMUM OF 10 GAUGE SOLID COPPER WIRE (BLUE)) WILL RUNF FROMI MAIN TOI METER; CONNECT TO EXISTING TRACER WIRE ATI MAIN, WRAP AROUND CORPORATIONSTOP, WRAPA AROUNDA AND SECURE TOS SERVICE TUBING, THENEXTEND UPI INTOI METER BOX AT/ ANGLE) VALVE.A24" MIN OF TRACING e S 3 WIRE TOI BE COILEDI INI METERBOX. EXISTN METER FINISHED GRADE PIPE TRENCH WATER: SERVICE TO BUILDING PLUMBING NEWHDPEOR COPPER SERVICE LINE EXIST CURB: STOP EXISTE.M.S. MARKER EXIST WATERI MAIN 45.0° MAX(TYP) 4* iol 12"MIN (TYP) EXIST SERVICE TOBE REMOVED EXIST SERVICE CONNECTION N 12'N MIN (TYP) 45.0° MAX(TYP) 8 NEW HDPEOR COPPER SERVICE LINE PROFILE WATER SERVICE ADJUSTMENT (IMPROVED AREAS) N.T.S. NOTES: 1. IFNEWF PIPE TRENCH OCCURS WITHIN! UNIMPROVED. ARES, EXISTY WATER SERVICE IS TOE BEI REPLACED FROM1 12" BEHIND THE BACKS SIDE OF CURB OR1 12" OFF THE EDGE OF PAVEMENT TOEXIST CURBSTOP 2. AMINIMUM OF 10 GAUGE SOLID COPPER WIRE (BLUE) WILL RUN FROMMAIN TON METER; CONNECT TO EXISTING TRACER WIRE AT MAIN, WRAP AROUND CORPORATION: STOP, WRAPA AROUND AND SECURE TO SERVICE TUBING, THENEXTEND UP INTOMETER! BOX AT ANGLE VALVE. A24" MIN OF TRACING WIRE TO ATMETER. S e 3 BE COILEDI INI METERBOX. FINISHED GRADE PIPE TRENCH EXISTI METER a € e E WATER: SERVICE TO BUILDING PLUMBING NEWHDPE OR COPPERSERVICELNE 12*MIN EXISTO CURBSTOP EXISTE.M.S. MARKER EXIST WATER MAIN - 45.0° MAX(TYP), 55 iol 12'MIN (TYP) EXISTS SERVICE TOBE REMOVED EXISTS SERVICE CONNECTION COMPRESSION CONNECTION COUPLING o * 6 12" MIN (TYP) 45.0- MAX(TYP) NEWI HDPE OR COPPER: SERVICELINE PROFILE D WATER SERVICE ADJUSTMENT (UNIMPROVED AREAS) N.T.S. NOTES: 1. FORCONSTRUCTIONI WITHIN ROADWAY, CONSTRUCT VALVE BOXV WITHTOP 12" BELOWF PROPOSED STREET GRADE. AFTERFINALPAVNG, CUT SMOOTH, CIRCULARI HOLEA AROUNDV VALVE BOX ANDADJUST TOBE ALSMMPSPADCNANGE ASPHATRNGADFNSHED ASPHALTPATCH AS SHOWN TON MATCHEXISTING GRADE. 3. EXTENSIONI PIPE TOBE6"C C-900 PVC, DR1 180RD.IP. 2. ATN NO1 TIME IS VALVE BOX ORE EXTENSIONI PIPE TO1 TOUCHE BONNET,BODY OF VALVE,OR MAIN. 4. GPSLOCATION OR SWING TIES TOE BE PROVIDED TO CITYE BY CONTRACTORI OF ALL VALVE BOXESLOCATEDI BELOW FINISHED GRADE. ALL INFORMATIONI MUSTE BE KEPT CURRENT UNTILI MILLING AND RESURFACING OPERATIONS ARE COMPLETEAND VALVE BOXES ARE ADJUSTED . ALL CONSTRUCTION: SHALL CONFORM' TO CITY TECHNICAL SPEÇIFIÇATIONS FORI WATER AND SEWER CONSTRUCTION. 6. AMINIMUM OF1 10G GAUGE TRACER WIRE WILL RUNF FROMI MAIN TON METERI BOX; CONNECT TOE EXISTING TRACER WIRE ATI MAIN, WRAPA AROUND BALL VALVE, WRAP AROUND/ AND SECURE TOS SERVICE1 TUBING, THENE EXTEND UPI INTO METER BOX/ ATBALLI VALVE. A24" MIN OF TRACING WIRE TO BE COILEDI INMETERE BOX. WIRES SHALLI NOT BE WRAPPEDA AROUND OPERATING NUT ORS STEMFORANY REASON. TOFINISHED GRADE. 7. ALLI WATER SERVICE VALVES ANDI FITTINGS SHALL BEE BRASS OR1 TYPE: 304 STAINLESS STEEL. CI.VALVEBOX- PAVED STREET 24'DIAMETER/ ASPHALTRING "THEH HYDRANT PLUS" MODEL VB2000B BY WATERI PLUS CORPORATION OR APPROVEDI EQUAL dU WATERI MAIN 2"NIPPLE RESTRAINEDO CAPORPLUG w/2"TAP MANUAL 2" WATER MAIN FLUSH STAND N.T.S. SHEETT TITLE SHEET W09 SCALE N.T.S. City of Bushnell Manual 2" Water Flush Stand Approved by: Date Issued: 2023 NOTES: 1. FORCONSTRUCTIONY WITHINA ROADWAY, CONSTRUCTY VALVEE BOXI WITHTOP1 12"E BELOW PROPOSED: STREET GRADE. AFTERFNALPAVING, CUTS SMOOTH, CIRCULARHOLE AROUNDI VALVEE BOX ANDADJUST TOBEF FLUSHWTHFNSHPAVEMENI.PLACE. ASPHALTRING/ ANDF FINISHED ASPHALTPATCHAS: SHOWN1 TOMATCHEXISTNG GRADE. 3. EXTENSION! PIPE1 TOBE6'C-SOOPVC, DR1 180RD.IP. 2. ATNO1 TIMEI ISV VALVE BOX OR EXTENSIONI PIPE1 TO1 TOUCH BONNET, BODY OFI VALVE, OR MAIN. 4. GPSLOCATION ORS SWING TIEST TOBE PROVIDED' TO CITYE BY CONTRACTOR OF ALL VALVEE BOXESLOCATEDE BELOWF FINISHED GRADE. ALL INFORMATION! MUSTI BEI KEPT CURRENT UNTIL MILLING ANDF RESURFACING OPERATIONS ARE COMPLETE, AND VALVEE BOXESA ARE ADJUSTED . ALLCONSTRUCTION: SHALL CONFORM' TOCITY TECHNICAL SPECIFICATIONS FORI WATERAND: SEWER CONSTRUCTION. 6. AMINIMUM OF 10GAUGE TRACERI WIRE WILLF RUNI FROMN MAIN1 TON METERI BOX; CONNECT1 TOEXISTING TRACERI WIREA ATI MAIN, WRAPA AROUND BALL VALVE, WRAP AROUND AND: SECURE TOS SERVICE1 TUBING, THENE EXTENDI UPI INTO METERI BOX ATBALL VALVE.A24'MIN OF TRACING WIRE TOE BEC COILEDI INN METERE BOX. WIRES SHALLI NOTE BEI WRAPPEDI AROUND OPERATING NUT ORSTEMF FORA ANY REASON. TOFINISHED GRADE. 7. ALLI WATERS SERVICEV VALVES ANDI FITTINGS SHALLI BEE BRASS OR1 TYPE: 304 STAINLESS! STEEL. TRAFFICRATED METERBOX C.I.VALVE! BOX PAVEDS STREET- EOFVAVEAMETERBOK (TYP) ZMALEÇAMLOCK ADAPTERW/D DUST CAP 12x2 NIPPLE 24'DIAMETER ASPHALTRING 2'BALL VALVE TRANSITIONFITTING: HDPET TOBRASS OR304SS AP U 2"BALLV VALVE w/2" OPERATINGI NUT 2"NIPPLE RESTRANEDCAPORPUG w/2"TAP WATERMAIN 2'HDPEPIPE 10GA1 TRACERI WIRE OPTIONAL MANUAL 2" WATER MAIN FLUSH STAND N.T.S. SHEET TITLE SHEET W10 SCALE N.T.S. Optional Manual 2" Water Flush Stand City of Bushnell Approvedby: Datel Issued: 2023 ASPHALT CLVALVEBOXCOVER SCREW TYPE VALVE BOX GATEVALVE 45°BEND EX. WATERI MAIN EXUTILTY/CONFLICT 3MN CLR-STORMI WATER/REUSE 6' MIN CLR-SANITARY SEWER OUTSIDE FACE OF CONFLICT PIPE1 TOV WMJOINTÇ £ CUTINT TEEC OR TAPPING SLEEVE 90°E BENDS 6 - 45° BEND RESTRAIN: ALL JOINTS FROM TEE THROUGHUPPER 45° BEND REVERSE CONNECTION AT WATER MAIN N.T.S. NOTES: 1. INPAVEMENT: ALL CUTSA ANDF REPAIRS TOEXIST SURFACE MUST CONFORM1 TOT THE TECHNICAL SPECIFICATIONS FOR WATERAND: SEWER CONSTRUCTION. 2. COMPACT AS REQUIRED. ANDI MATCHEXIST GRADEA AND SURFACE CONDITIONS. TOP OF EXIST PAVEMENT, SOIL ORF PROPOSEDI PAVEMENT REMOVE VALVEBOX.COVERAND COAGKECALMIFMALAIS REMOVE VALVES STEMEXTENSION (IFEQUIPPED) REMOVE VALVENUT EXIST VALVET TOREMAIN VALVE PLACED OUT OF SERVICE N.T.S. SHEET TITLE SHEET W12 SCALE N.T.S. City of Bushnell Valve Placed Out of Service Approved by: Date Issued: 2023 ARTICLE II TRANSPORTATION DESIGN AND CONSTRUCTION STANDARDS ARTICLEII TRANSPORTATION DESIGN AND CONSTRUCTION STANDARDS INDEX SECTION 1 2 3 4 5 CONTENTS PURPOSE. ANDI INTENT GENERAL PROVISIONS STREETS FUNCTIONAL CLASSIFICATION OFFICIAL STREET MAP GENERAL STREET DESIGN STANDARDS PAGE 2 2 3 5 5 TRANSPORTATION 1. SECTION 1. PURPOSE AND INTENT 1.1.THE PURPOSE OF THESE STANDARDS ISTO PROVIDE UNIFORM DEVELOPMENT DESIGN STANDARDS APPLICABLE TO ALL DEVELOPMENT ACTIVITY WITHIN THE CITY OF BUSHNELL CORPORATE 1.2.THE PURPOSE OF THIS SECTION ISTO DESCRIBE THE MINUMUM REQUIREMENTS WITH WHICH PROPERTY OWNERS/DEVELOPERS MUST COMPLYWHEN SEEKING DEVELOPMENT APPROVAL FOR ANY PLAT, PUD, ORSITE PLAN FOR RESIDENTIAL OR NON-RESIDENTIAL DEVELOPMENT LOCATED WITHIN THE CITY OF BUSHNELL BOUNDARIES. 1.3.THE INTENT OF THESE STANDARDS ISTO PROVIDE SAFE, ADEQUATE AND EFFICIENT CIRCULATION BY ASSURING THAT DEVELOPMENTS PROVIDE ADEQUATE ACCESS, STORAGE AND MOVEMENT OF VEHICLES CONSISTENT WITH GOOD ENGINEERING AND DEVELOPMENT DESIGN PRACTICES TO MINIMIZE THE TRAFFIC IMPACTS FROM DEVELOPMENT. 1.4.THE INTENT OF THESE DEVELOPMENT STANDARDS, DESCRIBED HEREIN, IS TO ENSURE SAFE, FUNCTIONAL AND ATTRACTIVE DEVELOPMENT. ALL DEVELOPMENT DESIGNS SHALL CONSIDER THE PROTECTION OF THE PUBLIC, (PRIVATE?) AND NATURAL RESOURCES, AS THE FIRST OBJECTIVE BEFORE COMPLYING WITH THE DESIGN STANDARDS DESCRIBED IN THIS CHAPTER. ALL DEVELOPMENTS SHALL BE DESIGNED TO AVOID UNNECESSARY IMPERVIOUS SURFACE COVER, TO PROVIDE ADEQUATE ACCESSTOLOIS AND SITES, AND TO AVOID ADVERSE EFFECTS OF. SHADOW, GLARE, NOISE, ODOR, TRAFFIC, DRAINAGE, AND UTILITIES ON SURROUNDING PROPERTIES. 2. SECTION 2. GENERAL PROVISIONS 2.1.These standards shall apply to the design and construction of all streets, both public and private, bicycle and pedestrian paths, and access to and from public 2.2.All property owners/developers requesting development approval of a plat, PUD, residential site plan, commercial site plan, or industrial site plan shall be required to provide all transportation system elements as specified within the City of Bushnell Design and Construction Standards. These standards shall apply to public or private streets, rights-of-way, pedestrian/bicycle ways, and driveways streets within the City of Bushnell. that are required to be constructed as part of a development. 2 2.3.Except in public rights-of-way, all improvements required by these standards are the financial responsibility of the property owner/developer, including the costs associated with design, permit applications, construction, installation, repair 2.4.All improvements required by these standards shall at a minimum conform to the latest Manual on Uniform Traffic Control Devices (MUTCD) and the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook), whichever is the most stringent.. and/or maintenance. 3. SECTION3 STREETS: FUNCTIONAL CLASSIFICATION 3.1.Purpose: The principal purpose of roadway classification is to establish the relative importance of a roadway in the overall hierarchy of roadways Streets within the City of Bushnell are classified according to the range of mobility and 3.2. General Provisions: Standards for design and construction are based on the functional classification of the roadways in order to regulate access, mobility, right-of-way, road widths, circulation patterns, design speed, and construction Whenever a new street in a development connects to and continues an existing street that previously terminated outside of said development, ori it is expected that at a future date, a street in a development will be continued beyond said development, the classification of the street will bel based upon the entire or anticipated entire street, both within and outside the development. access functions that roadways serve.' standards. 3.3. Classifications 3.3.1. Local Roads: Local roadways provide direct access to residential development, but may provide access to limited nonresidential uses, provided the average daily traffic (ADT) volume generated by the non- residential use does not exceed applicable standards for the affected streets. Residential streets shall have a design speed of thirty (30) miles per hour or less and a maximum ADT of two thousand (2,000). All residential streets shall be designed to minimize unnecessary and/or high-speed traffic. Each residential street shall be classified and designed for its entire length ton meet the minimum standards. 3.3.2. Collector Roads 3.3.2.1. Minor Collector: Minor collector streets are local collectors that FHWA Highwayl Functional Classification Concepts, Criteria and Procedures, Section3. htps/www.fhw.dotgowplaminypocesestatewidelclhatrdhighway_functiomal.dlasifcations'section03.ctm 3 provide direct access to commercial and industrial uses and to residential developments, but do not provide direct access to individual dwelling units. Minor collector streets may receive access from other collector streets, minor arterials, or arterials. Minor collector streets may 3.3.2.2. Major Collector. Major collector streets serve major community or regional facilities and provide a route for through traffic. Major collector roads may receive access from other major collectors, minor arterials and arterials, and may give access to the same or any other lower order of street type. No street parking is allowed on major collector roads unless specifically authorized by the City Manager. give access to any residential street type. 3.3.3. Arterial Roads: Arterial roads provide links between communities or to limited-access expressways and limit direct access from abutting properties except for regionally significant uses. Arterial. No street parking is allowed on arterial roads. Each arterial road shall be classified and designed for its entire length to meet the minimum standards for one of the following three 3.3.3.1. Minor Arteria!: Minor arterial roads link community districts to regional or state highways. These roads may also provide direct access to regionally significant land uses. The minor arterial roads may receive access from other arterials or freeways and may give access to any arterial road types: lower order non-residential street type. 3.3.3.2. Principal Arterial: Principal arterial roads are major regional highways providing links between communities. These roads may receive access from other major arterials or freeways and may give access to any lower order non-residential street type. 3.4.Special Purpose Streets: New streets may be classified and designed as special purpose streets if specified within this Design and Specifications Manual orifwarranted due to site-specific development conditions. Designation of special purpose streets will be at the discretion of the City Manager. 3.4.1. Alley: An alley is a special type of street that provides a secondary means of access to a lot or parcel. It is normally plaçed in the residential access street level of the street functional classification system, although different 3.4.2. Marginal Access Street (Frontage Road): A marginal access street, located parallel and adjacent to a collector or higher level, functions as a local road by providing access to abutting properties and separation from the high-speed through traffic on the adjacent collector. Marginal access design standards apply. 4 streets may be designed at the level of residential access streets or residential sub collectors as the anticipated traffic volumes will dictate. 3.4.3. Divided Street: For the purpose of protecting environmental features or avoiding excessive grading, the City may require that a street be divided. In these cases, the design standards shall be applied to the aggregate dimensions of the two street segments. 4. : SECTION 4 OFFICIAL STREET MAP The Future Traffic Circulation Map Series which is a part oft the City of Bushnell Comprehensive Plan, and any amendments thereto, is hereby made the Official Street Map of the City of Bushnell and becomes a part of this manual. All existing roadways within the City's jurisdiction shall be designated on the Official Street Map according to the foregoing classification system. Any Street abutting or affecting the design ofa development that is not already classified on the Official Street Map shall be classified according toi its function, design, and use by the city at the request of the applicant or during plat or site plan review. The City of Bushnell shall use the Official Street Map as a basis (along with all relevant Preliminary Design and Engineering studies for the area, Sumter County's Comprehensive Road Improvement Plans, and FDOT's current Five- Year Work Plan) for decision-making regarding required road improvements, reservation or dedication of right-of-way for required road improvements, or access of proposed land uses to existing or proposed roadways. 5. SECTION: 5 GENERAL STREET DESIGN STANDARDS 5.1.Street layouts in all new developments shall be coordinated with and interconnected to the street system of the surrounding areas. Streets in proposed developments shall be connected to platted streets in adjacent areas whenever feasible and deemed necessary by the City of Bushnell to allow for inter-neignbornood traffic flow. Where a development abuts or contains arterial ord collector streets, the city may require marginal access streets to provide separation of through and local traffic. 5.2.Road Standards 5.2.1. Location; Public access roads shall be designed to provide positive drainage to stormwater inlet structures or swales without flooding buildings. Roads shall be constructed to provide a minimum graded elevation of twelve (12) inches lower than the first floor elevations of buildings on the abutting property where determined feasible by the City. Roadways shall be located 5.2.2. Design: Public access roads shall be designed in accordance with the latest Florida Department of Transportation's Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Street and in such a way as to avoid environmentally sensitive areas. 5 Highways (Florida Green Book). 5.2.2.1. Number of Lanes, Lane Width and Design Speed: The number of travel lanes is determined by several interrelated factors such as capacity, level of service, and service volume (A Policy on Geometric Design of Highways and Streets (AASHTO) and the current Highway Capacity Manual. The minimum lane widths shall adhere to the latest Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Street and Highways (Florida Green Book). Facility" Arterial ADT (vpd) Terrain Design Speed (mph) 60-70 50-70 30-60 60-65 50-65 40-60 30-60 30-50 50-60 40-60 30-50 20-40 20-304 Rural Urban Rural Urban Rural Urban All Level Rolling All Level Level Rolling All Level Rolling Level Rolling All All All 400 <400 All 2400 <400 (50 mph min for AADT 400 to 2000) Rolling (40 mph min for AADT 400 to 2000) Collector Local See Footnotes Table 5-1 Design Speed Footnotes: 1. Urban design speeds are applicable to streets and highways located within designated urban boundaries as well as those street and highways outside designated urban boundaries yet within small communities or urban like developed areas. Rural design speeds are applicable to all other rural areas. 2. Intentionally left blank. 3. Lower speeds apply to central business districts and in more developed areas while higher Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways Source: Manual ofUniform Minimum Standards for Design, Construction and Maintenance for Streets and (Florida Greenbook), 2018. Highways, Table 3-1,2018 6 speeds are more applicable to outlying and developing areas. should encourage speeds generally not exceeding 30 mph. 4. Since the function of urban local streets is to provide access to adjacent property, all design elements should be consistent with the character of activity on and adjacent to the street, and Lane Width (ft)' Design All 250 <45 All All 250 $45 All All All 255 451 to5 50 $40 All Facility ADT (vpd) Speed Travel Lanes' Turn Passing (mph) Lanes' (LT/RT/MD) Lanes Rural Urban Rural Urban All All All >1500 401-1500 <400 All >1500 400to 1500 <400 All 128 12 128 11 3,4 11 10 11 2,3,4 1127 128 113 113 10 9 1025 12' 12 128 1134 117 10 129 1134 113 10 9 108 129 12 12' Arterial 1134 11347 1134 Collector 129 Rural Local Urban Table 5-2 Roadway Lane Widths* Footnotes 1. Lane width applies to both undivided and divided roadways (See Florida Greenbook, Chapt3.C.7b1,pg3 2. Ini industrial areas and where truck volumes are significant, 12' lanes should be provided, but may be 3. Inc constrained areas where truck volumes are low and speeds are < 35 mph, 10' lanes may be used. 4. Onr roadways with a transit route, a minimum of 11' outside lane widthi is required. 5. Inr residential areas where right of way is severely limited, 9' may be used 46). reduced to 11' where right of wayi is constrained. 6. Turn lane width in raised or grass medians shall not exceed 14'. Two-way left turn lanes should be 11-1 14' wide and may only be used on 3- and 5-lane typical sections with design speeds S4 40 mph. On projects with right of way constraints, the minimum width may be reduced to 10. Two-way left turn lanes shall include sections of raised or restrictive median for pedestrian refuge. Source: Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways, Table 3-20, 2018. 7 7. Turn Lane width should be same as Travel Lane width. Mayl be reduced to 10' where right of wayi is 8. Turn Lane widths should be same as Travel Lane width. Mayb be reduced to 9' where truck volumes are low. constrained. 9. For designs speeds below! 50 mph, lane widths of 11 feet are acceptable. 5.2.2.2. Divided Roadways: The minimum lane width on a two-lane divided road shall be sixteen (16) feet. 5.2.2.3. On Street Parking: 5.2.2.3.1. On-Street parking shall be approved by the City Manager. 5.2.2.3.2. On street parking will only be allowed where adequate public 5.2.2.3.3. On-street parking shall be applied consistently along entire 5.2.2.3.4. On-street parking shall maintain access to fire hydrants. 5.2.2.3.5. On-street parking shall be prohibited within 30 feet of the point of curb return, and shall adhere to the latest FDOT Design Manual with regard to parking restrictions for driveways and intersections right-of-way exists street segments and block faces. at signalized and unsignalized intersections. feet wide by 24 feet long for standard a space.. 5.2.2.3.6. On-street parking, shall be paved, and a minimum of nine (9) 5.2.2.4. Intersection Angle: All access roads shall be constructed at not less 5.2.2.5. Radii: The effective minimum radius for road intersections is twenty-five (25) feet for residential and non- residential areas, and fifty (50) feet for truck traffic routes. Radius for curvature changes shall be basedonthe latest FDOT standards and Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Street and than 75 degrees with the intersecting road.. Highways (Florida Green Book). 5.2.2.6. Intersection Spacing: The spacing between two intersecting roads 5.2.2.6.1. 500 feet minimum fori intersections with collector roads; 5.2.2.6.2. 1,000 feet minimum for intersections with arterial or major shall be: 8 collector roads; 5.2.2.6.3. Where an offset) at an intersection is required by the city, the distance between the center lines of the intersecting roads shall be no less than 150 feet. 5.2.2.7. Grade: Minimum profile grades for roads shall be 0.2%. Maximum profile grades for roads shall not exceed 8.0%. The gradient of approaches within 100 feet of intersections shall not exceed 3%. Roadway profiles and cross slopes shall adhere to the latest Manual ofUniform Minimum Standards for Design, Construction and Maintenance for Street and Highways (Florida Green Book) 5.2.2.8. Curbing: Either FDOT TypeE or type F curb and gutter shall be provided where curb and gutter is required along and within public roadways. Curb and gutter may not be used on facilities with a design speed greater than 45 mph. . Curbing shall be provided to all road intersections extending fifty (50) feet from the edges of intersections as ar minimum.. 5.2.2.9. Shoulders: Shoulders function to provide emergency storage or travel path. Shoulder width shall be designed and constructed in accordance with the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Green Book). 5.2.2.10. Dead End Streets and Cul-de-sacs: Dead end streets shall be no longer than 500 feet and shall be terminated with a cul-de-sac for traffic turn-around purpose. The cul-de-sac shall have a roadway diameter of at léast eighty (80) feet and a street property line diameter of at least 5.2.2.11. Medians and Islands: Medians and islands are generally located at road entrances or cul-de-sacs. The minimum median width for boulevard medians shall be eight (8) feet. The maximum diameter of one hundred (100) feet. islands at cul-de-sacs 5.2.2.12. Clear Sight Zone: A clear sight zone shall be provided for all intersections to allow for safe ingress, egress, crossing, and turning maneuvers. A clear visibility triangle shall be maintained and clear of any obstructions within the triangle area measured from the intersection of the right-of-way lines along each right-of-way from the intersection point. Clear visibility shall be provided in accordance with the most restrictive of the latest Florida Green Book, or FDOT Design Manual. 5.2.2.13. Acceleration, Deceleration and Turning Lanes: All turn lanes shall 9 be designed and constructed in accordance with the latest Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Green Book). 1,800 feet in length, nor be less than 500 feet. 5.2.2.14. Blocks: Tract of land bounded by parallel streets shall not exceed 5.2.2.15. Alleys: Alleys, are allowed in commercial and industrial land use districts, but not in residential districts. Alleys shall have a minimum width of thirty (20) feet and paved width of twelve (12) feet. Dead end 5.2.2.16. Right-Of-Way: The minimum right-of-way widths within the city are alleys are prohibited. as follows: Roadway Designation Arterial (Principal) Arterial (Minor) Collector (Major) Collector (Minor) Local (Residential) Marginal Access Right-ofWay Width (ft) Per FDOT Per FDOT 66-100 60-80 50-66 40 5.2.3. Street Naming: Street designations shall be as follows: Local Street Designation Avenue (Ave) Boulevard (Blvd) Description Ar roadway aligned in a east-west direction conforming to the appropriate address gridline. Runs perpendicular to a A street with a divided pavement, either existing or planned, if the divided pavement ends, but the street continues, the same street name and suffix shall continue. Ar roadway containing a closed loop beginning and ending ati intersections with the same street, or where the looped street closes onto itself, that is not interrupted by a through Ar roadway 500 feet or less in length; ends in a circle, cul- de-sac or loop; provides no throughway. Acurvilinear roadway of more than one thousand feet Street. Circle (Cir) Court (Ct) Drive (Dr) roadway (1,000) in length 10 A special scenic route or park drive abutting a park, green way, or conservation area where zoning or topography would prohibit development on at least one side of the A diagonal roadway more than one thousand feet (1,000) inl length; two-laned route that links two State routes. Ar roadway aligned in an north-south direction conforming to the appropriate address gridline. Runs perpendicular to an Parkway (Pkwy) Road (Rd) Street (St) roadway Avenue. 5.3.Street Trees: Except as may be allowed in medians or islands Tree planting within the right-of-way or utility easement, is prohibited. Except in medians or islands, street trees shall be planted within the private property line with a minimum of five (5) feet from the edges of right-of-way, or easement, whichever isg greater. Required clear sight shall be maintained in accordance with the more restrictive of the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Street and Highways (Florida Green Book)or the FDOT Design Manual. Tree plantings shall be in accordance with the City of Bushnell 5.4.Sidewalks: Sidewalks, where required along non-State roadways, shall be a minimum of five (5) feet wide, and four (4) inches thick. Where crossing driveway connections, sidewalks shall be at least 6 inches thick and designed and constructed in accordance with the latest FDOT Standard Plans. 5.5. Bikeways: On street bicycle lanes shall be one-way drive in the same direction as the motor vehicle traffic. Bicycle lanes, if required, shall be designed and constructed in accordance with the latest Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Street and Highways (Florida 5.6.Driveways: Driveway connections shall be designed in accordance with the latest FDOT Access Management GUIDEBOOK and AASHTO AA Policy on Geometric Design of Highways and Streets. In addition, driveways, including the turn-outradi, shall be located no closer than 4 (four) feet from curb inlets 5.6.1. Exception: Single family homes with less than 10 trips per day may have a 5.6.2. All driveways shall be paved to the edge of the road pavement. On roads with curb and gutters, valley gutters shall be required and shall be placed in line with the gutter line. The driveway shall be designed to accommodate and improve drainage facilities at the site in accordance with the approved site plans. The drainage facility shall dictate that the driveways shall act as a Tree Protection and Preservation Ordinance. Green Book), MUTCD and FDOT Design Manual. and no closer than 5 (five) feet from property corners. minimum design width of between 9 feet and 10 feet. paved swale or swale check. 11 5.7.Awnings, Marquees, and Overhangs: No awning, marquee, or overhang from any commercial structure shall project horizontally into the public right-of-way closer than 2 (two) feet from the back of the street curb line. Ifno curb exists, the horizontal projection shall be no closer than 4 (four) feet from the edge of pavement. Horizontal projections into the public right-of-way from residential 5.7.1. Height Above Sidewalks: Awnings, awning frames, marquees and overhangs erected over the right-of-way from commercial buildings shall not be less than eight (8) feet above the sidewalk at their lowest point. 5.7.2. Responsibility of Owners: Owners of commercial buildings shall be responsible for the operation and maintenance of awnings, awning frames, 5.7.3. Rainfall Runoff: Rainfall runoff shall not be directed onto the sidewalk or street. Gutters, downspouts, or other techniques shall be used to divert the uses are not allowed. overhangs, marquees, and supporting pillars. runoff to the drainage facility. 12 ARTICLE III STORMWATER MANAGEMENT DESIGN AND CONSTRUCTION STANDARDS ARTICLE III STORMWATER MANAGEMENT DESIGN AND CONSTRUCTIONSTANDARDS INDEX SECTION 1 2 CONTENTS PURPOSE ANDI INTENT PAGE 14 14 PERFORMANCE CRITERIA. AND STANDARDS 13 STORMWATER MANAGEMENT 1. SECTION 1. PURPOSE ANDINTENT 1.1.THE PURPOSE OF THIS SECTION ISTO PROVIDE STORMWATER MANAGEMENT GUIDELINES FOR PROTECTING THE PUBLIC HEALTH, SAFETY, AND WELFARE FROM DETERIORATION OF WATER QUALITY, DAMAGE OF PROPERTY,AND INFRASTRUCTURES, AND DEGRADATION 1.2.THE INTENT OF THE STORMWATER MANAGEMENT ISTO CONFINE AND REGULATE RUNOFF FROM POLLUTING SURFACE WATER, REDUCING EROSION AND SEDIMENTATION, PREVENTING FLOODING AND ENDANGERING THE ECOLOGICAL BALANCE OF THE ENVIRONMENT. PROPER STORM' WATER MANAGEMENT ENHANCES LANDSCAPE VALUE, INCREASES GROUNDWATER RECHARGE, AND DECREASES OF ENVIRONMENT. GROUNDWATER CONSUMPTION. 1.3.ALL NEW DEVELOPMENTS REQUIRE STORMWATER MANAGEMENT WITH THE FINANCIAL RESPONSIBILITY OF DESIGN, PERMITS, CONSTRUCTION AND MAINTENANCE BEING BORNE BY THE DEVELOPER. 2. SECTION2. PERFORMANCE CRITERIA AND STANDARDS 2.1.Applicability. No person shall engage in any development activity that causes changes in the predevelopment rate, volume, quality, or direction of stormwater flow leaving the development site unless potentially significant off-site adverse impacts are managed by appropriate measures in accordance with the requirements of this section. No person shall change, or allow to be changed, the contour, topography, use, or vegetation cover of land owned or controlled by such person unless stormwater runoff and sedimentation are controlled. 2.2.The stormwater management system for the development must be capable of transporting flows without increasing stages of flows upstream or downstream of developing areas. 2.3.New point discharges of stormwater shall not be allowed unless such discharge is into an adequate and approved conveyance or watercourse of sufficient capacity at the time of discharge to convey such discharges. If a deficiency exists in the conveyance, then that deficiency shall not be increased. Design of stormwater management systems shall not allow off-site increases in rate or changes in course that are substantially different from predevelopment conditions. Increases in the discharge rate at which stormwater leaves a site shall not be allowed, unless such discharge is into an approved master facility. 14 In closed basins, increases in the volume of stormwater leaving a site shall not be allowed, unless such discharge is into an approved master facility. 2.4.Exemptions. The following practices shall be exempt from the requirements of 2.5.Lots containing only one single-family, two-family or three-family structure; 2.6.As necessary for bona fide agricultural uses other than silviculture projects; or 2.7.As related to accessory home gardening and customary routine landscape 2.8.For soil or ground cover disturbance in connection with permitted removal of an individual tree, in which case the disturbance shall be limited to that necessary this section: maintenance; or for stump removal. 2.9.Water Quality Treatment Standards 2.9.1. Generally. Unless the Stormwater is discharged into an approved master stormwater treatment facility permitted for the site, stormwater shall be treated in accordance with the provisions of the Southwest Florida Water Management District. Water Quality treatment shall be provided as a part of all development activity that requires a stormwater application. 2.9.2. Retention basins with percolation and detention basins without filtration (i.e. wet detentions systems) are recommended. Ifa filtration system is used, it must be ini the form of a side bank rather than bottom filter, unless authorized by the Director. Rate Control Standards 2.10. 2.10.1. Generally. For facilities discharging to an approved easement or public conveyance, on-site post-development stormwater discharge rates on-site peak post-development stormwater discharge rates shall not exceed the peak predevelopment discharge rates for all intensities, durations, and return frequencies up to and including the 25-year, 24-hour storm period. The stormwater analysis shall demonstrate that total post-development discharges and stages shall not exceed the capacity on any downstream link, or ifa a deficiency exists, it shall not be increased. 2.10.2. The critical duration storm shall be considered that duration storm that produces maximum rates for any given frequency. When new development or redevelopment is occurring on a site, the analysis of pre- development runoff shall use the current site conditions. These rate control requirements shall not apply to discharges made to approved off-site stormwater facilities or to discharges directly into water bodies which are of sufficient size to receive the discharges with negligible adverse effects. 15 2.11. 2.11.1. Volume Control Standards For facilities having no positive drainage outfall or facilities not discharging to an approved easement or public conveyance, or facilities discharging to areas susceptible to flooding, stormwater runoff shall be retained on site such that the post-development volume discharged from the site does not exceed the pre-development volume discharged for all durations and return frequencies up to andi including a 100-year, 24-hour event. 2.11.2. For facilities with a positive outfall or those discharging to an approved easement or public conveyance, post-development discharge volumes shall not exceed pre-development volumes for all events up to and including a 25-year, 24-hour event. 2.12. Floodplain: Development within the flood plain is discouraged. Construction within the flood prone areas as defined by City of Bushnell's Stormwater Management Master Plan maps shall be compensated by providing storage volume below the elevation of the 100 year flood plain for all floodwater displaced by development.. 2.13. Roadside Swales: A roadside swale may be acceptable for retention and detention of stormwater runoff from a roadway provided it: 2.13.1. 2.13.2. greater than 6:1, or 2.13.3. vertical; and 2.13.4. 2.13.5. stabilization, 2.13.6. 2.13.7. slope, slope 2.13.8. 2.13.9. Is triangular with a zero-Dottom-widtn; and Has a top width-to-depth ratio of the cross section equal to or side slopes equal to or greater than 3 feet horizontal to one-foot Contains contiguous areas of standing or flowing water only Is planted with or has stabilized vegetation suitable for soil stormwater treatment, and nutrient uptake; and following a rainfall event; and Iso designed to take into account the soil erodibility, soil percolation, length, and drainage area sO as to prevent erosion and reduce Treatment is provided as required by the Southwest Florida Water pollutant concentration of any discharge; and 16 Management District and City of Bushnell; and 2.13.10. 2.14. 2.14.1. Rate control standards are met. Storm Sewer Storm sewer shall be designed based on a minimum of 10-year critical storm event. The minimum size of pipe used for storm sewer is 15 inches within the public right-of-way. .All storm sewers shall be designed for a minimum velocity of 2.5fps, and the outlet ends shall be equipped with energy dissipaters for erosion control capable of withstanding the 25-year critical storm. Storm sewers shall be designed such that the hydraulic gradient is one (1) foot below the gutter line or edge of pavement for arterial roadways, and one-half (1/2) foot below the gutter line or edge of pavement Rate Control and Conveyance Levels of Service Standards for collector and local roadways. 2.15. 2.15.1. One-hundred-year critical storm event. 2.15.1.1. No flood water in new buildings or existing buildings 2.15.1.2. Overland flow capacity available for all flow in excess of capacity of underground and open channel conveyance systems. Twenty-five-year or less critical storm event. 2.15.2. 2.15.2.1. No flood water more than six inches deep in local roads, parking lots, or other non-street vehicular or pedestrian use areas. 2.15.2.2. No flood water in one driving lane each direction of collector streets. No flood water in two driving lanes each direction of arterial streets. 2.15.2.3. Underground pipelines may be designed for lesser magnitude storms, provided an overland conveyance is provided. The open channel conveyance shall be designed for the 25-year critical storm. 2.15.2.4. The post-development discharge rate from the site shall not exceed the predevelopment discharge rate. Ten-year or less critical storm event. 2.15.3. 2.15.3.1. No flood water in one driving lane of local roads. 2.15.3.2. No flood water in driving lanes of any road other than a local road. 17 2.15.3.3. Underground conveyance not overflowing in business and commercial districts. 2.15.4. Five-year or less critical storm event. 2.15.4.1. No flood water in the driving lanes of any roadways. 2.15.4.2. Underground conveyances not overflowing in residential districts. from the site shall not exceed the predevelopment discharge rate. 2.15.5. Two-year critical storm event. The post-development discharge rate 2.16. 2.16.1. Easements For developments with one or more on-site master drainage facilities, a minimum fifteen (15) foot-wide drainage easement shall be granted to the city for maintenance of drainage ways located outside of the public right-of-way. For subdivisions draining to a master facility, In addition to the 15-foot-wide easement, an easement encompassing the stormwater facility, along with a 20-foot wide berm and easement around the facility shall be dedicated to the City for maintenance purposes. The easements shall in no way relieve the property owner of regular and routine maintenance of the drainage ways or stormwater facility and its components. Iti is not the intent of the city to provide routine maintenance in these easements; rather, the intent is to allow the city at it's sole discretion Safety Protection: If any part of a stormwater facility utilizes retaining walls or grades steeper than 4:1, that portion of the facility shall be surrounded by green, brown or black vinyl coated fencing at least four feet in height. Ift the retaining wall extends at least four feet above the ground level on the high side, no fence is required. A certified stability analysis shall be provided for all ponds to access or maintain the easement area. 2.17. with cut slopes greater than 2:1 or fill slopes greater than 3:1. 18 ARTICLE IV SANITATION STANDARDS ARTICLEIV SANITATIONSTANDARDS INDEX SECTION 1 2 CONTENTS PAGE 20 20 SPECIFICATIONS FOR DUMPSTER BAYS ACCESS FOR COLLECTION VEHICLES 19 1. SECTION 1. SPECIFICATIONS FOR DUMPSTER BAYS 1.1.FRONT LOADING DUMPSTER PADS, ENCLOSURES & VEHICLE ACCESS 1.2.Ac concrete pad and apron must be provided for all garbage and recycling containers. For each container, there shall be a 12' wide X 12' deep pad with a 12' wide by 10' ft deep apron, constructed not less than 6 inches thick and 1.3.Pads, aprons, and access to the container shall be constructed with no more than a 2% slope from side to side and front to back. Pads must drain properly and not pond water inside the enclosures. Dumpster pads, aprons and the access area leading to the dumpster must be at the same grade. 1.4.Enclosures, for a single container, shall have inside, clear dimensions of 12ft wide X 121 ft deep. The gate opening shall be 12ft clear. Enclosures for multiple containers shall have an inside, clear dimension of 12ft wide X 12ft deep for each container. Enclosures shall be 6 feet high and may be constructed of either concrete block or of slatted or screened chain link fence. Concrete block 1.5.The interior of the enclosure shall have two bollards for each container installed within one-foot clearances from the inside rear of the enclosure and 2 feet off the center of the enclosure. The bollards shall be 6-inch diameter schedule 40 (0.28" wall thickness), filled with concrete. The bollards shall be 8-feet in length, with 3-feet buried below ground in an 18-inch diameter concrete filled hole and 1.6.Gates must be equipped with stops that will hold the gates in an open position and maintain the 12' clear opening while the container is being serviced. Gate poles cannot be located within the required dimensions of the pad. 1.7.Solid waste container enclosures are for the exclusive use of City of Bushnell solid waste container storage. No other items including but not limited to pallets, waste oil storage, drums, boxes, mop buckets, etc. shall be stored within the container enclosure. The City of Bushnell shall not be responsible for damage reinforced with welded wire mesh. enclosures shall have an exterior finish. 5-feet above ground. All bollards shall be painted yellow. toa any unauthorized items stored inside the enclosure. 2. SECTION 2. ACCESS FOR COLLECTION VEHICLES 2.1.Containers must be located sO that collection vehicles do not have to back into a public street or back for a distance greater than 40 feet. The location of containers must be free of any overhead obstructions such as electric wires, 20 building overhangs, tree limbs, etc. Overhead clearance for the path of the service vehicle shall be a minimum of 15 feet. Within 30 feet of the dumpster pad the overhead clearance must be a minimum of 21 feet. Dumpster pads and the access area leading to the dumpster, including the apron, must be at the 2.2.Itis the responsibility of the property owner to provide proper access for solid waste collection vehicles. Private roadways, driveways, parking lots and alleys used by collection vehicles must be designed to accommodate the weight and size of collection vehicles. The City will not assume any maintenance responsibility for private roadways, driveways, parking lots or alleys that are same grade. necessarily used by collection vehicles. 2.3.Access shall be provided for at least an SU vehicle. 21 NEW BUSINESS ITEM # 5 RECOMMENDATIONTOAWARD BIDTO PAVE-RITE, INC. FORTHEYORK STREET OVERLAY PROJECT. City of Bushnell Bid Opening Bid Deadline Date: 11/22/2024 Bid' Time Due: 3:00 PM Bid Opening Time:. 3:0TPM Tabulation & Recommendation For: 2025-01: York Street Overlay Company Name: Pve-R Ree, Zie BidAmt $70,352.24 Notes /Comments: C.w. Robeks CourachogIc $75000.00 Supmnor AsphalfIuc Hiphlfhpar Ivc $85,295.00 $80,000.00 $ $ $ $ Recommendation: PAve - Bla ING. The Cihg Bos wskes WL PAUE-Riha Owpast pejcha and they hnue dose a Magsasd So6, Approved: Department Head: City Manager: Council: City Date: Date: Date: yo 1/2s/2024 AEA RFP #2 2025-01 SIGN IN SHEET York Street Overlay CITY OF BUSHINSLL November 22, 2024 / 3:00 PM EST COMPANY NAME CWRObERIS NAME EMAIL PHONE NUMBER TEDRO DAHAMONDES plobamondos a cwzconTre tns com 772-349 -$S3 F BUSIN HE City of Bushnell, Florida Request for Bids for York Street Overlay RFB 2025-01 RFB: 2025-01: York Street Overlay CALENDAR OF EVENTS/RFB TIMELINE Listed below are the important dates and times by which the actions noted must be completed. All dates are subject to change by the "CITY" OF BUSHNELL. If the "CITY" OF BUSHNELL finds it necessary to change any oft these dates or times prior to the due date, the change will be accomplished by addendum. ACTION Issue RFB COMPLETION DATE October 31, 2024 Non-Mandatory Pre-Bid Meeting Last Day for Questions November 8, 2024, 10:00 a.m. November 15, 2024, 5:00 p.m. November 18, 2024 Addendums Posted (If Necessary) Submission Deadline November 22, 2024, 3:00 p.m. Selection Committee Review Begins November 25, 2024 Vendor Presentations (IF Necessary) TBD (IF Necessary) Final Recommendation to City Council TBD 2 RFB 2025-01: York Street Overlay PART 1-INTENT AND GENERAL INFORMATION REQUEST FOR BIDS Sealed bids will be received by the "CITY" OF BUSHNELL at "CITY" Hall located at 117 E. Joe P. Strickland Jr. Ave., Bushnell, Florida 33513 until 3:00 p.m. on November 22, 2024. Proposers shall take careful notice of the following conditions oft this Request for Bid: Submissions by FAX or other electronic media will not be accepted under any circumstances. Late submissions will not be accepted under any circumstances. Submitters may withdraw and/or replace proposals at any time until the deadline for All questions received by November 15, 2024, at 5:00 p.m. will be considered. Questions will not be answered over the phone. Questions regarding the RFB process must be in Don not attempt to contact any Selection Committee Member, staff member or any person other than Mike Eastburn for questions relating to this project. Anyone attempting tol lobby "CITY" OF BUSHNELL representatives may be disqualified. The Selection Any bidder affected adversely by an intended decision with respect to the award of any bid, shall file with the "CITY" Clerk's Office for the "CITY" OF BUSHNELL, a written notice ofi intent to file a protest not later than seventy-two (72) hours (excluding Saturdays, Sundays, and legal holidays), after the posting of the bid tabulation. Bid protest procedures may be obtained in the "CITY" Clerk's Office, "CITY" Hall, 117 E. Joe P. Strickland Jr. Ave., Bushnell, Florida 33513 between 8:00 A.M. to 5:00F P.M., Monday ITIS THE SOLE RESPONSIBILITY OF EACH RESPONDENT TO MONITOR BUSHNELL'S WEBSITE WWW.CIYOFBUSHNELLFL.COM, FOR ANY AND ALL submission of proposals. writing and sent via email to Mike Eastburn, City Manager, at meastbum@ctyofbushnelfi.com Committee Members shall be appointed by the City Manager. through Friday. BID DOCUMENTS, INCLUDING ADDENDUMS. 3 RFB: 2025-01: York Street Overlay PART 2 -INTRODUCTION PURPOSE The City of Bushnell, Florida ("CITY") is interested in selecting qualified contractors or individuals ("VENDOR") that can provide the required services pursuant to Section 287.057, Florida Statutes. The "CITY" requests that qualified "VENDOR's submit letters of interest and proposals for consideration. The "CITY" may select, or not select, at their sole discretion, any contractor(s) that the "CITY" feels will best address their needs. GENERAL SELECTION CRITERIA The "CITY"s intent is to minimize the cost to "VENDOR'swho are responding to this request for proposals, therefore you are encouraged to be brief and succinct. The "VENDOR" will be evaluated based upon the capabilities oft the respondents and will result in an award that is in the best interest of the "CITY." Factors to be considered int the evaluation include: Capability and Qualifications of the proposer to deliver the proposed services. Proven experience as demonstrated with recent contracts/projects for local government agencies within the State of Florida. Resources and Availability Client References and Past Performance Prices Proposed ADDITIONAL CONDITIONS The "CITY" reserves the right to reject any or all proposals received, to request additional information, or to extend the deadline for submittals. Confidentiality of Documents: Upon receipt of proposals by the "CITY," the proposals shall become the property of the "CITY" without compensation to the proponent, for disposition or usage by the "CITY" at its discretion. Pursuant to Florida Statute, Section 119.071(1)(b)2, all proposals submitted shall be subject to review as public records 30 days from opening, or earlier if an intended decision is reached before the 30-days Costs to Prepare Responses: The "CITY" assumes no responsibility or obligation to the respondents and will make no payment for any costs associated with the preparation or Equal Employment Opportunity: During the performance of this Contract, the VENDOR" agrees as follows: The "VENDOR" will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, national origin, place expires. submission of these proposals. of birth, or physical handicap. EXAMINATION OF BID DOCUMENTS O Each "VENDOR" shall carefully examine the Scope of Work and other applicable documents and inform himself/herself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the CONTRACTOR will in no way relieve him/her of the obligations and responsibilities assumed under the Contract. Should a "VENDOR" find discrepancies, ambiguities in, or omissions from the Scope of Work, or should he/she be in doubt as to their meaning, he/she shall at once notify the "CITY" of Bushnell in writing. RFB 2025-01: York Street Overlay INTERPRETATIONS, CLARIFICATIONS AND ADDENDA No oral interpretations will be made to any "VENDOR" as to the meaning of the RFB/Contract Documents. Any questions or request for interpretation received IN WRITING by "CITY" of Bushnell before the stated deadline will be given consideration. All such changes ori interpretations will be made in writing in the form of an addendum and, if issued, will be distributed prior to the established RFB opening date. Each "VENDOR" shall acknowledge receipt of such addenda ini the space provided on the o Incase any "VENDOR" fails to acknowledge receipt of such addenda or addendum, his/her RFB package will nevertheless be construed as though it had been received and acknowledged and the submission of his/her RFB will constitute acknowledgment of the receipt of same. All addenda are a part of the RFB Documents, and each "VENDOR" will be bound by such addenda, whether or not received by him/her. It is the responsibility of each "VENDOR" to verify that he/she has received all addenda issued before the Proposal Form. established RFB scheduled deadline. GOVERNING LAWS AND REGULATIONS The "VENDOR" is required to bei familiar with, and shall be responsible for, complying with all federal, state, and local laws, ordinances, rules, and regulations that, in any manner, affect the Signature of the VENDOR: The VENDOR" must sign the Proposal forms in the space provided for the signature. If the "VENDOR" is an individual, the words' "Doing Business As signature of at least one of the partners must follow the "VENDOR"s name and the words, "Member of the' "VENDOR" should be written beneath such signature. If the "VENDOR" isa corporation, the title of the officer signing the RFB on behalf of the corporation must be stated and evidence of his authority to sign the RFB1 forms must be submitted. The VENDOR" shall state in the Proposal Form the name and address ofeach person interested therein. work. PREPARATION OF PROPOSAL must appear beneath such signature. Int the case of a partnership, the FISCAL YEAR FUNDING APPROPRIATION Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be int the best interest of the "CITY" of Bushnell, provided the term oft the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the fiscal period at the time of the contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by the "CITY" of When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Contractor shall be entitled to reimbursement for the reasonable value ofa any nonrecurring cost incurred but not advertised in the price of the supplied or services delivered under the contract or Bushnell funds thereafter. otherwise recoverable. TAX EXEMPT STATUS The "CITY" of Bushnell is a governmental agency under Florida law and exempt from Florida sales tax. The tax-exempt number will be provided upon request. This exemption does not apply to goods and services purchased separately by a Contractor in connection with its 5 RFB: 2025-01: York Street Overlay contract obligations. The Contractor. shall be responsible for paying any taxes, fees, or similar payments that are required to be paid in connection with the contract work. The "CITY" of Bushnell actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls sO no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. The Contractor must be able to verify an employee's eligibility to work in the U.S. upon demand by the "CITY" of Bushnell throughout the duration of The "CITY" of Bushnell is a unit of local government and, as such, reserves the right to reject any and/or all RFB packages, reserves the right to waive any informalities or irregularities in the RFB or examination process, and reserves the right to award the RFB and/or contracts in the Each Respondent shall complete and have notarized the attached disclosure form of any potential conflict of interest that the Respondent may have due to ownership, contracts, or PROTECTION OF RESIDENT WORKERS the contract. CITY OF BUSHNELL best interest of the "CITY" of Bushnell. CONFLICT OF INTEREST DISCLOSURE interest associated with this project. PUBLIC ENTITY CRIMES Pursuant to Section 287.132 and 287.133 Florida Statutes, the "CITY," as a public entity, may not consider a proposal package from, award any contract to, or transact any business in excess of thet threshold amount set forth in Section 287.017 Florida Statutes with any person or affiliate on the convicted contractor list for the time periods specified unless such person has been removed from the list pursuant to law. TRUTH IN NEGOTIATIONS The Respondent certifies to Truth-n-negotations and the wage rates and other factual unit cost supporting the compensation are accurate, complete, and current at the time of contracting. Further, the original contact amount and any additions thereto shall be adjusted to exclude any significant sums where the "CITY" determines the contract price was increased due toin accurate, incomplete, or non-current wage rates and other factual unit costs. Such adjustment The "CITY" of Bushnell shall be entitled to audit the books and records of the Contractor or any sub-Contractor to the extent that such books and records relate to the performance of the Agreement or any sub-contract to the Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under the Agreement and by the sub-Contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. must be made within one (1) year following the end of the contract. RIGHT TO AUDIT RECORDS 6 RFB 2025-01: York Street Overlay TERM OF CONTRACT Services performed pursuant to this contract shall commence upon execution of the agreement At the option of the awarded "VENDOR," the submission of any bid in response to this Request for Proposal (RFB) constitutes al bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties, and cities. Each governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other govemnmental agency. Each agency shall be responsible for its own purchases, and each shall bel liable only for materials ordered and received by it and no agency assumes any liability by virtue of this bid. and continue as necessary to perform and complete all the work required. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES RFB 2025-01: York Street Overlay PART 3-SCOPE OF SERVICES The City of Bushnell, Florida ('the CITY") is seeking sealed proposals from qualified VENDORS to furnish all necessary labor, materials, tools, supplies, equipment, transportation, supervision, and management necessary and required for the services contemplated herein. All work shall be performed in accordance with the requirements set forth in the resulting contract, and in accordance with all local, county, state, and federal laws, rules, regulations, statutes, The successful VENDOR(S) must service the CITY first and be on call to provide all support services necessary to ensure the safety and well-being of all residents and visitors to the CITY. The successful VENDOR(s) willl be called upon throughout the year to render services to assist the CITY with special needs and events other than full scale disasters as may be determined by the CITY Manager. The CITY retains the right to obtain similar services from additional qualified The following are the general specifications covering the York Street overlay. Interested Contractors must walk the site to properly ascertain and define the limits ofwork. The work outlined shall include, but not be limited to, the following services: ordinances, and industry best practices. contractors. DESCRIPTION OF WORK 1. Mobilization 2. Maintenance of Traffic (York St) 3. Remove grass, dirt and debris, as needed. Haul away. ft. wide, 1,302 ft. long, with 2 speed bumps. 4. Apply SSI Tack Coat to asphalt with a 1.5" Overlay (SP-C)- Street is approximately 18 5. Clean up job site. Specifications General Contractor agrees to furnish all supervision, labor, materials, supplies and equipment No activity shall be carried out in any manner that will disrupt, inconvenience or endanger any member of the public, either pedestrian or vehicle. Failure tot follow mandated safety practices or guidelines set by O.S.H.A., or any other govemmental agency, could result in termination of The contractor shall comply with all State and Local Ordinances regarding certification, and All applicable laws, ordinances, and the rules and regulations of all authorities having as necessary to properly maintain the work specified herein. this contract. licensure. jurisdiction over the project shall apply to the contractor. Care and Safety associated with damage. Contractor is responsible for all costs to operate and maintain equipment, as well as costs 8 RFB 2025-01:York: Street Overlay Contractor is responsible for any damages to buildings, vehicles, trees, shrubs, flowers, and the like when such damage are a direct result of contractor's negligence. Contractor is to follow industry safety standards for equipment operation and maintenance to ensure safety of the operators and the public, and to prevent property damage. All equipment operators are to be fully trained by the contractor in proper equipment operation and maintenance. Equipment operators are to follow proper safety practices for use of power Contractor is responsible for ensuring employees comply with the terms, conditions and equipment as may be required by law. schedule as outlined in these specifications. CRITERIA FOR SELECTION OF CONTRACTORS Proposals shall be reviewed by a Selection Committee, ranked based on the following criteria, and negotiation for contracts shall follow the order of ranking from highest to lowest score. Evaluation and ranking shall be based upon the criteria herein and the highest ranked Contractor shall be determined by tally of the number one ranked proposer(s) among the selection committee. The selection process shall be open to the public and records maintained ina accordance with requirements. 9 RFB 2025-01: York Street Overlay PART 4-EVALUATION AND AWARD RFB EVALUATION This Request for Bids includes following all the procedures in this document and sending the sealed RFB information to the "CITY" of Bushnell by the due date and time. Once the RFBs are received, the Selection Committee will review each submittal and score each RFB based ont the evaluation criteria. All bids received in accordance with this Request for Bids will be evaluated using the following criteria. Evaluation Scoring Criteria Criteria Possible Points 20 20 20 20 20 Capability and qualifications of the proposer to deliver the proposed services. Proven experience as demonstrated with recent contracts/projects for local goverment agencies within the State of Florida. Resources and Availability Client References and Past Performance Proposed Prices Total: PROCEDURE REQUIREMENTS Proposal submittals will be reviewed and ranked by the "CITY"s Selection Committee and oral presentatons/mtevews may be requested from a short list off finalists selected by the Committee as a result of their evaluation of the initial Request for Proposals. The Committee will recommend its ranking of the top "VENDOR" to the' "CITY" Council for approval. The "CITY" of Bushnell reserves the right to revise and/or limit the scope of professional services and to reject any and all proposals. The "CITY" reserves the right to contract with multiple Respondents for Ins submitting a proposal package, the Respondent is representing that each person listed or referenced in the proposal package shall be available to perform the services described for the "CITY" of Bushnell, barring illness, accident, or other unforeseeable events of a similar nature in which case the Respondent must be able to promptly provide a qualified replacement. Ini the event the Respondent wishes to substitute personnel, the Respondent shall propose a person with equal or higher proposals and each replacement person is subject to prior written' "CITY" of Bushnell approval. Int the event the requested substitute person is not satisfactory to the "CITY" of Bushnell and the matter cannot be resolved to the satisfaction of the "CITY,"t the "CITY" of The "CITY" of Bushnell reserves the right to negotiate any and all elements of this response. The "CITY" of Bushnell reserves the right to reject any or all responses, to waive any minor informality or irregularityi in any response, and to make award to the response(s) deemed to be the work. KEY CONTRACTOR PERSONNEL Bushnell reserves the right to cancel the contract for cause. NEGOTIATION AWARD OF RESPONSE most advantageous to the "CITY" of Bushnell. 10 RFB 2025-01:York: Street Overlay CONFLICT OF INTEREST Ifany officer, director, or agent of your organization is also an employee oft the "CITY" of Bushnell, then you shall clearly identify in your response the name of the individual(s) and the position he or she holds in your organization. Further, you shall disclose the name(s) of any "CITY" employee(s) who owns, directly or indirectly, any interest in your organization or any of its branches. This does not include stock in a publicly traded organization unless the individual holds more than a ten percent (10%) stake. You shall complete and have notarized a Conflict- Ifthere is a conflict of interest as defined above and by Florida Statutes, Chapter 112, Part III, Code of Ethics for Public Officers and Employees, then the Respondent cannot be considered From the date of issuance of the RFB until final "CITY" of Bushnell action, the Respondent shall not discuss the RFB or any part thereof with any employee, agent, or representative of the "CITY" of Bushnell except as expressly authorized by the "CITY" of Bushnell point of contact identified in this RFB above for this solicitation. Violation of this restriction will result in No negotiations, decisions, or actions shall be initiated or executed by the Respondent as a result of any discussions with any "CITY" of Bushnell employee. Only those communications that are in writing from the authorized "CITY" of Bushnell point of contact, Mike Eastburn, shall be considered pertinent to this RFB. Only communications from the Respondent that are in writing will be recognized by the "CITY" of Bushnell as duly authorized expressions on behalf of Itis understood that the "CITY" of Bushnell is not obligated to make an award under, or asa result of, this RFB or to award such contract. The "CITY" of Bushnell reserves the right to award The "CITY" of Bushnell has the sole discretion and reserves the right to cancel this RFB, and to reject any and all proposal packages, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, ifit is deemed to bei in the The Contractor shall maintain, on a primary basis and at its sole expense, at all times while performing work for the "CITY" of Bushnell, the "Standard Insurance Requirements" described herein. Contractors responding to a Request for Proposal, Request for Qualifications, or an Invitation to Bid shall provide with their submittal, a Certificate of Insurance (COI) or al letter from the insurance company stating required coverage is obtainable. Prior to commencement of any work being done for the "CITY" of Bushnell, a COI will be required. Work is defined as any service provided tot the "CITY" of Bushnell by a VENDOR/Cntractor who must access "CITY" property in order to provide the service(s). The requirements contained herein, as well as the "CITY" of Bushnell's review or acknowledgement, is not intended to, and shall not in any. manner, limit or qualify the liabilities and obligations assumed by the Contractor under this of-Interest Form (Form A-1 1) and include it in your proposal package. for award. RESTRICTED DISCUSSIONS REJECTION of the Respondent's proposal package. the Respondent. AWARD such contract, if any, to the best qualified Respondent(s). "CITY" of Bushnell's best interest to do sO. STANDARD INSURANCE REQUIREMENTS contract. 11 RFB 2025-01: York Street Overlay Financial Rating of Insurance Companies Inc., with the exception of self-insured insurance companies. Commercial General Liability Insurance Alli insurance companies must have ai financial rating ofA A or higher by A.M. Best Company, The Contractor shall maintain Commercial General Liability Insurance at a limit of liability not less than $1,000,000 each occurrence and $2,000,000 annual aggregate. Due to the nature of the worki involved, Contractors performing program and/or contract management services are required to maintain $1,000,000 each occurrence and $1,000,000 annual aggregate. The coverage shall not contain any endorsement(s) excluding nor limiting ProductCompleted Operations, Independent Contractors, Broad Form Property Damage, X-C-U Coverage, Contractual Liability or Cross Liability. The self-insured retention or deductible shall not exceed The Contractor shall maintain Business Automobile Liability Insurance at al limit of liability not less than $500,000 each occurrence. Coverage shall include liability for owned, non-owned and hired automobiles. Int the event the Contractor does not own automobiles, the Contractor shall maintain coverage for hired and non-owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability Worker's Compensation Insurance & Employers Liability Insurance The Contractor shall maintain its own' Worker's Compensation Insurance and Employers Liability in accordance with Florida Statute Chapter 440. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will be on a case-by-case basis). The Contractor shall maintain either a Commercial Umbrella or Excess Liability Insurance at a limit ofl liability not less than $2,000,000 each occurrence and $2,000,000 aggregate. The Contractor shall endorse the "CITY" of Bushnell as an "Additional Insured" ont the Umbrella or Excess Liability Insurance, unless the Commercial Umbrella/Excess Liability Insurance provides coverage on a pure "True Follow-Form" basis, or the "CITY" of Bushnell is automatically defined as an additional protected person. Any self-insured retention or deductible shall not exceed Professional or Errors & Omissions Liability Insurance (when applicable). The Contractor shall maintain al Professional Liability or Errors and Omissions policy at al limit of liability no less than $2,000,000. The Contractor shall endorse the "CITY" of Bushnell as an "Additional Insured" on the Professional and/or Errors & Omissions Liability insurance. The Contractor shall endorse the "CITY" of Bushnell as an Additional Insured on the Commercial General Liability Insurance with a CG 2010. Additional Insured- = "CITY"s, Lessees, orContractors. or CG2026 Additional Insured-" "CITY"s. Lessees, or Contractors- Scheduled Person or Organizatione endorsement, or similar endorsement providing equal or In addition, the Contractor shall endorse the' "CITY" of Bushnell as an Additional Insured under $25,000. Business Automobile Liability Insurance policy. Umbrella or Excess Liability Insurance (needed for large contracts) $25,000. Additional Insured broader Additional Insured coverage. the Contractor's Commercial Umbrella/Excess Liability as required herein. 12 RFB 2025-01: York Street Overlay Indemnification The Contractor shalli indemnify and hold harmless the "CITY" of Bushnell and their elected officials, employees and volunteers from and against all claims, damages, losses and expenses, including legal costs arising out of or resulting from the performance oft this contract, provided that any such claim, damage, loss or expense is attributed to bodily injury, sickness, disease, personal injury or death, or to injury to or destruction of tangible property, including thel loss or loss of use resulting there from, and is caused in whole or in part by any negligent act or omission of the Contractor. Deductibles, Coinsurance Penalties, & Self-Insured Retention The Contractor shalll be fully and solely responsible for any costs or expenses as a result of a coverage deductible, coinsurance penalty, or self-insured retention; including any loss not covered because of the operation of such deductible, coinsurance penalty, self-insured retention, or coverage exclusion orl limitation. For deductible amounts that exceed the amounts stated herein that are acceptable to the "CITY" of Bushnell, the Contractor shall, when requested by the "CITY" of Bushnell, maintain a Commercial Surety Bond in an amount equal to The Contractor shall provide a Waiver of Subrogation int favor of the "CITY" of Bushnell, Contractor, sub-Contractor, architects, or engineers for each required policy providing coverage during the life of this Contract. When required by the insurer, or should a policy condition not permit the Contract or to enter into a pre-loss agreement to waive subrogation without ane endorsement, then the Contractor shall notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or an equivalent endorsement. This Waiver of Subrogation requirement shall not apply to any policy which includes a condition specifically prohibiting such an endorsement, or voids coverage should the Contractor enter into The "CITY" of Bushnell reserves the right, but not the obligation, to review and revise any insurance requirement, not limited to limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes int the scope ofworkispedifications affecting the applicability of coverage. Additionally, the "CITY" of Bushnell reserves the right, but not the obligation, to review and reject any insurance policies failing to meet the criteria stated herein, or any insurer(s) providing coverage due to its poor financial condition or failure to operate legally. In such events, the' "CITY" of Bushnell shall provide the The coverages, limits or endorsements required herein protect the primary interests of the "CITY" of Bushnell, and these coverages, limits or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result oft the The Contractor shall provide the' "CITY" of Bushnell with a COI clearly evidencing that all coverage, limits and endorsements required herein are maintained and in full force and effect. A minimum thirty (30) day endeavor to notify due to cancellation or non-renewal of coverage shall be identified on each Certificate of Insurance. In the event the "CITY" of Bushnell is notified that said deductible amount. Waiver of Subrogation such an agreement on a pre-loss basis. Right to Revise or Reject Contractor written notice of such revisions or rejections. NoF Representation of Coverage Adequacy Project or otherwise. Certificate(s) of Insurance (COI) 13 RFB 2025-01: York Street Overlay arequired insurance coverage will cancel or expire during the period of this Contract, the Contractor agrees to furnish the "CITY" of Bushnell prior to the expiration of such insurance, a new Certificate of Insurance evidencing replacement coverage. When notified by the "CITY" of Bushnell, the Contractor agrees not to continue work pursuant to this Contract, unless all required insurance remains in effect. The "CITY" of Bushnell shall have the right, but not the obligation, of prohibiting the Contractor from entering the Project site until a new COI is provided to the "CITY" of Bushnell evidencing the replaçement coverage. The Contractor agrees the "CITY" of Bushnell reserves the right to withhold payment to the Contractor until evidence of reinstated or replacement coverage is provided to the "CITY" of Bushnell. If the Contractor fails tor maintain the insurance as set forth herein, the Contractor agrees the "CITY" of Bushnell shall have the right, but not the obligation, to purchase replacement insurance, and the Contractor agrees to reimburse any premiums or expenses incurred by the' "CITY" of Bushnell. The Contractor agrees the Certificate(s) of Insurance shall: 1. Clearly indicate the "CITY" has been endorsed on the Commercial General Liability Insurance with a CG2010 Additional Insured = "CITY"s, Lessees, or Consultants. orCG 2026 Additional Insured-" "CITY's. Lessees, or Contractors - Scheduled Personor Organization endorsement, or similar endorsement providing equal or greater Additional 2. Clearly indicate the "CITY" of Bushnell is endorsed as an Additional Insured, or Loss Payee, on the Builder's Risk Insurance, and when applicable, Additional Insured on the Commercial Umbrella/Excess Liability Insurance as required herein. 3. Clearly identify each policy's limits, flat & percentage deductibles, sub limits, or self- insured retentions, which exceed the amounts or percentages set forth herein. 4. Clearly indicate a minimum thirty (30) day endeavor to notify requirement ini the event of 5. Forward original to and clearly indicate Certificate Holder and Additional Insured as Insured coverage. cancellation or non-renewal of coverage. follows: City of Bushnell 117 E. Joe P. Strickland Jr. Ave Bushnell, FL 33513 The Contractor shall be responsible for all sub-consultants and their insurance. All deductibles or self-insured retention shall appear on the certificate(s) and shall be subject to approval by the "CITY" of Bushnell. At the option of the "CITY" of Bushnell, the insurer shall reduce or eliminate such deductible or self-insured retention; or the Contractor shall be required to procure a bond guaranteeing payment of losses and related claims expenses. All insurance companies must be authorized to transact business in the State of Florida. The "CITY" of Bushnell shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Contractor and/or subconsultant providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result int termination of the contract for default. 14 RFB 2025-01: York Street Overlay Neither approval by the "CITY" of Bushnell of any insurance supplied by the Contractor, nora a failure to disapprove that insurance, shall relieve the consultant off full responsibility ofl liability, damages and accidents as set forth herein. 15 RFB: 2025-01: York Street Overlay RFB COVER PAGE Name of VENDOR," Entity or Organization: Federal Employer dentification Number (FEIN): Unique Entity Identification Number (UE!#): State of Florida License Number (If Applicable): Name of Contact Person: Title: Email Address: Mailing Address: Street Address (If Different): City, State, ZIP: Telephone: Fax: Organizational Structure - Please Check One: OCorporation OPartnership OProprietorship OJoint Venture OOther Ifac Corporation: Date of Incorporation: State of Incorporation: States Registered in as Foreign Corporation: Authorized Signature: Print Name: Signature: Title: Phone: This document must be completed and returned with your submission. 16 RFB 2025-01: York Street Overlay PROPOSERS CERTIFICATION Submit To: City of Bushnell 117 E. Joe P. Strickland Jr. Ave. Bushnell, FL 33513 352-793-2951 352-793-2711 (Fax) Title: York Street Overlay Vendor Name: City of Bushnell Request for Proposal (RFB) Certification and Addenda Acknowleagement Due Date: November 22, 2024 Due Time: 3:00 p.m. RFB: 2025-01 Phone Number: Fax Number: Vendor Mailing Address: City/State/ZIP: Email Address: ",the undersigned, certify thatlhave reviewed the addenda listed! below (list all addenda received to date). lunderstand that timely commencement will be considered in award of this RFB and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for termination of contract. Ifurther certify that the services will meet or exceed the RFB requirements. 1, the undersigned, declare that have carefully examined the RFB, specifications, terms, and conditions as applicable for this Request, and that lam thoroughly familiar with all provisions and the quality and type of coverage and services specified. 11 further declare that Ihave not divulged, discussed, or compared this RFB with any other Offeror and have not colluded with any Offerors or parties to anl RFB whatsoever for any fraudulent purpose." Addendum: # Addendum: # Addendum # Addendum: # Addendum# "certify that this quote is made without prior understanding, agreement, or connection with any corporation, "VENDOR,"or person submitting an! RFBI fort the same material, supplies, equipment or services andi isi in all respects fair and without collusion or fraud. lagree to abide by all conditions oft this RFB and certify that lam authorized to sign this response and that the ofer isin compliance with all requirements of the RFB, including! but notl limited to certification requirements. Inc conducting offers with an agency for" "CITY" of Bushnell, respondent agrees that ifthis RFB is accepted, the respondent will convey, sell, assign, or transfer to the "CITY" ofE Bushnell allr rights, title and interest in and to all causes ofa action it may now or hereafter acquire under the anti-trust laws oft the United! States forp price fixing relating tot the particular commodities ors services purchased or acquired by the' "CITY.". Att the "CITY" of Bushnell's discretion, such assignment: shall be made and become effective at the time the purchasing agency renders final payment tot the respondent." Authorized Agent Name, Title (Print) Authorized Signature, Date This form must be completed and returned with your submission. 17 RFB 2025-01: York Street Overlay BIDDER'S ACKNOWLELEDGMENT FOR CITY OF BUSHNELL Name of "VENDOR" Submitting Bid Name of Person Submitting Bid BIDDER ACKNOWLEDGMENT "The undersigned hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFB and Specifications for the work and comments here to attached. The VENDOR" proposes and agrees, ift this submission is accepted, to contract with the "CITY" of Bushnell to furnish all necessary materials, equipment, labor, and services necessary to complete the work covered by the RFB and Contract Documents for this Project. The VENDOR" agrees to accept in full compensation for each item the prices named in the schedules incorporated herein." Signature Date RFB Number [_ICheck if exception(s) or deviation(s) to specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation. This form must be completed and returned with your submission. 18 RFB 2025-01: York Street Overlay Statement of Terms and Conditions PUBLICE ENTITY persone or anatov who! has boenp placed and thoc convicted VENDORE Est PUBLICR RECORDSL LAW:C Corespondence, materials andd documents recelvedp pursuanttothis followinga convictionf fora pub! entity cimen mayn nots submit aptoposalido contracttoprovide RFB/BIDb become public subjecttoth they provisionso ofChapter 119, Flodda Statutes. anys goodso ors toa publlc entity, fortho performy asa Contractor, supplier, sub-Contractor, arc Contractoru undera acontract Signatumoftho Thel mustsignt the RFBDFORMSIbo: spacep providedfo fort the wtth any publc entity, andmayn nottransactb Section2 287. 017, for CATEGORY TWOR for aperiodo of36m months! tromthed beneaths such signature.! Intha case ofap partnership. thes ofbeingplacedo onth the convicted" VENDOR" Est. EMNIFICATION: The Contractora ageostodemnly: endhodhamlesst tho" "cmyo ofBushnel, beneaths suchs signature.! lthoF andu employeesa andv volunteersf from anda againsta ai daims, losses and nses, legal arisingautoforr daims, age, loss ofe expenses is atributedtob bodilyin injury, siciness, addresso ofe eachp persont interestede herein. se, ns injury or death, ortoinjuryt toord fthe Contractor. PROMIBITIONOFI LOBBYING: Duringthob blackoutp periody whichist thop periodbetweent thet dmet tho considered, unless otherwisop submittalaf forl Bidor theR Requestfo for Proposals, orF Proposals, orinlormation, as applicable, aron proposer, principal, oro other personr mayk lobby. onb behalfofac competingpatyha appropriatoe matter, anymember oftho" orany"cmy employee other thantho appropriate place onthe RFB/BIDFORM. Intho GrantFinance inistra Violationo ofthisp provisionn may: resulind disproposalof violathg party. FORMO duet unitpricee extensionsc additions,t thoc correctedo questions chis Request forF Proposals (RFB)a orl Invitationte toBid( (BID)r mustbes submitted inwetthgt tothe" Administrator. ANTIT TRUSTI S: submissionc signed RFBor BID, thesuccesstu" VENDOR dges withe order toprotect ftrade, which Degallyi increases prices. CONFLICT OFI INTEREST:1 Thea awerdo oftho ntracthercunderk Ss subjocttot thep provisions of Partner,A Associate, so anc Ofticer, or timeo ofo oceurrenceo ofthe INTERPRETATION, CLARIFICATIONS ANDA Interpretationn acelvedb theG nence Administratorb beforo thodate! consideration. Als such nterpretationsy willbon ifissued, Submittersp priorto receipto inthes space provided.! Inc cases any acknowledgor receipto ofs such addendao ora addendum, his offerw wiln houghi had! beenr received anda nowledgeda andthos submissiono ofhis bidwilc constilute Proposer/Biddery wilbet such ofeachp proposerbidder tov vertlyt apened.! Inthe cased aterlais lumishedu undert this Contracta bec onsideredasa appraximateo onlya and used for the comparison OfRFB'/BID'sr raceived. The" cmy andiorh hls correspondexactyt nor shaltho" VENDOR', pleadr mhumdentandngord decepton the Specificasons and/or Drawings andother Proposals/Bid Documents, anditisu understoodtatthe The quantises maybei increasedord diminisheda asp providedh herainy withoutina anyv waya thet unitork sump bld. beresponsiblet forc complyingwitha alllederal, state andlocall laws, ordinances, rues andregulations basis. anymanner ROPRETARICONTDENTIAL informations ubmitteda asp parto of, orin supporto OfRFB'W/BID's, wibes avallablef forp Inspaction PLANS,F FORMS with 119, and: 287 ofthoF Florida Staturtes. AIRFBBID'ss submittedin responsete proprietary, copy written, trademarked, orpatented, tho" cmY reservest ther rightto ublizo anyoral submited Ideas, nceptions, or partionso ofany TAXES:T The" aTY exempt trom anyt taxes! Imposedb byu tho State and/orF Federel andspecl MB bef fumishede companyo or corporationa Government Exemption certificatesy wilbep provided. request. NON-COLLUSIOND ARATION: By igningt this VENDOR': shal conspire, connive agroe, drecty Indrecty, withe any otherP Proposer, persont tos collsiveo or sham proposaline connectony wtht thev workforwhich their RFB/BIDhasb been submitted; ort trom Biddingine connectiony withs suchy work; orhave brandforw hois an Inanyn manner, directly soughtbyp personton fxt thep priceor pricesi theF RFB/BIDorof specificationf for anyit item(s). anys anyo proft, oro RFB/BIDpriceo orthe RFB/BDp other Bidder, ortos securet througha any colusion,c conspiracy.c connivance,o or Referencot agreementa anys advantage againstanyo other Bidder, orany personk interestedinthe proposedw RESPONSIBILITY:! Ivitationb bythe" CIYIVENDORNE labasedo ont thor recipients theser requirements ares subject jection. asther ofresponsebyt thep tothelegal raguiredby Statel law." submit theirr responseso ona voluntaryb basis, andt thereforearo note entited ofany" kind. CYSHOPO OFS anda allo otherr reports, charts, displays, exhibits ando cther submittedbytho VENDOR' wilb become oftho" cITY." Referencet toktereturo with this RFB/BID. documents andshalir informhimselfd requirements any manner aflecto cost. ofthoy workt tobe thed obligationss undert Contract. "VENDOR" are Mly Identificationa andd delivery ofthelrs The City Manager/Publcy Works Directorw wnotbe responsiblet fore anyn submissions, noru thoseh handedbyd delivery persons, orthel USF Postal Service. DRUGF FREEV Proposer/Bidden: shall submitheenclosad, duly signeda and THE "cmy"o OF ofthes Stateo ofFlorida, andreserves theright any ther rightto anyin iregulartiesinhe ight to eward interesto CITY." not eting statedr andp proposalsn may! ber rejectedby the" "Cr'asnon (Signaturo andD Date) responsive. reserves jocts nyor cause. The" cY. servest jectthes ny" rrears default debto contracttothe witho otherg govemmental agencies. or cfepublcbuldngep public VERIRICATION OF TIME: Noxtelt tmel! herebye establishedast the Oflidall Timec afthe" "cmy"s. maynots proposals/bi leases ofrealp property toap public entity, mayn notbe PREPARATIGNO OF PROPOSALS SBIDS: onb behalf oftho orporationn thod duratione ofthe determine thep projectbide mount. TION:1 hing receiveano RFB/BID anyp entityi a thep threshold signature. tfthoP ProposerBidderl Indiidual, the words" "doingb business as," musts sppoar must follow the" VENDOR" name andt thev words, ofthe VENDOR" shouid ber welten ofthis contract, RFB/BID mustbes submitted.1 TheF Proposer/Biddert shalst statel RFB/BIDF FORMSU thor name and oftangiblo propertyh includingt tholoss BasisforB Bidding: Thep price proposed for cachi items onalumpsumo oru untp price basis andt that tmet the "cmY awardst thec contract,no shalbeth tho aggregate oftheh sum pricesp proposede and'or unitp prices mulipledbyt tho onoc ofthep partners isa corporation, thot tdoo ofthe officer signingtho ofhis authorlty tosignt ho ford escalatione duringthop progresso ofthev work wlbe fort tho individualit items andshallb bes statedh iguresi nt the onthe! RFB/BD anda addtionss shalbo ofthen resuso dhec openingofthis ssed, stampedb usiness size (No. 10)e envelope. prominenty RFBidentification. Tabulationn byt telephone, OF BIDDER: Thec ofthe RFB/BID oftho successlul to occeptt these obligationsk ha contractn may resulti inc cancellationc ofthe sclecta" VENDOR' within sixty! (50) calendard days of Thisi includes informationy indicates nancieln sources resultingt therefrome andis caused inw wholo oring partbya anyn negligente actord omission accorfingto specific the RFBBIDF FORM.1 Thep proposedp prices shalreman unchangedfor TotalP ProposodF Price/TotalC SumP Proposod: Ifapplicable, thete totalp priceb bidfort thev work States andthe Statec ofFlorida,'n afanyofhe" cmYoat No oralb interpretationsy will ben madeto AWARDO OF ectivo failsto orr notrecelvedbyhim. Itithe tho quantites ofworktobed dones and accepted. Chapter1 112 ofthel Florida Statutes. VENDOR's shand discloset then name ofanyo Oflicer, Director, proposer/bldder ome contrectualo obligationsif facquisitiona action ensues. Failure ofthe any VENDOR". astot her meaningo oftheF Contract Documents. Anyir inquiry requestfor thed fort receipt afProposals/Bids. However, Proposals/Blds mustbev validfora award forat Mll given loastninety (90) daysa aftert the for receipto the RFBBID. thef fommo addendum ADDITIONAL REQUIREME NTS: The" VENDOR's shall fumish suchs bec construedes PREPARATION COSTS: The" cmy shal notboo obligatedo orbel lable fora any costsk Incurredby ala Issuedbefore wilproceedhna timely: without delays. Thec Contractors shan cmYn RFBBID opening date. Each VENDOR' acknowledge as abililytop provide tho The cmyr reservest thor rightton makek investigations ofthe VENDOR" ask deems appropriate. Proposers/Bidders priort toissuancoo ofac contract. Allc costst topreparea and submitare responset tothis TIMELINESS: Alworkw wc commenceu upons authorizationt tromthe" "cmYer representative. Alwork ands shalld deliverine accordancet tothet terms ando conditions and agroed bys submitinga Bida acinowiedgest PublcA Agendes mays scekto Piggy- anyof Back undert tho terms conditions, during! tho ffectivep periodofanyr resuting contrac- sorvicesa andior purchases beingo offeredint thisE Bid, fort thes same prices andiort terms proposed. Alla aro ofthe RFB/BIDF FORMS: and cach RFB/BIDs shal bob byt thoP theworkl UPON RECEIPT OFI NOTICÉ1 TOF upan! herein. otherwises specified. Back any contract, the Agencyn must firsto obtain approval,t thes seckingA Agency Piggy- Back. BidPackages are avallable the Grant/Finance musts supplyao courler accountn number (UPS, FedEx, ete.). Proposers/Bidders: are requiredt FORMS, anda ala itemizedherein, arotobe Anyy tromt theminimum spedifcations mustbec dearly Sheets). Only onos setofplans, forms, submitinga Proposal/Bid. documents forthis project treo arge anda are avallable online. names, trade names, infommations andor catslogr numbers specificationa aret for nformat imito competitionu unless ctherwise! Indicated. The ProposerBidderr may offer any epresentative, whichr meets ore xceedst the RFB/BID areb basedone equivalentp products, onthe RFB/BDF productname andfterature, and/or completos spedifications. RFB/BIDV willnot satisly this provision. The Propeser/Bidders thereasonls)why thep proposede equivalentw wilm meetthe specifications e exceptiont thereto. RFB'BDsy which don any Indicationo ofintentto andc Incom complancew with tho the RFB/BIDFORM. The GrenuFinanco Administatori istob benotifled,in ands nedby tho ord designatedre minimums. ORDERPLACED (PURCHASE ORDER donote expressly or byl imglicatonrepresent! thatt thea actual quanttesk Involvedwl DELIVERY:A Allp pricess shalbeFOBD Destination, Sumter Counly, Florida, inskded deliveryu unless ofsuche or ofworkp performedorn material fumishedina accordancev with ADDITIONAL SERVICESPURCHASESI BY OTKERP PUBLICA AGENCIESC CPIGGY-BACK: GOVERNING AWSA ANDR REGULATIONS: The" vccoFamswdalsi- wtha andshal VENDOR'H has toageeord disagreetos alow tract Piggy-B Backs onac case-by-case tend days afler openingo theF RFB's/E BID'sc oruntlos shortlistiar recommen nded cheverc comes frst, Administrator. Thesep packages area avalable for pickuporb bymail.! Ifrequestedton mail, the approval- tho" VENDOR's areh herbynotifedhatal bestinterest. property MANUFACTURER'S) NAMEA ANDA APPROVEDE EQUIVALE ENTS: submitedw writing. ofany proposed changesk materlalsused, manufacturing, process. ore construction. QUANTITIES: Thec as spedifedint thisR RFBB:Da aroe estimateso only anda arenottobe SAMPLES: ofitems, when calledfor, shailbe lurishedt tree ofthe contract. Request* forn retumo sampless shallt bo accompaniedbyt instructionsy ofby the" amY within reasonablet tmo as eemed appropriate. so risk Alrequiredin informationhn hthes orlginal" cIY fomatmust any re-cresteddocument.: Submitalsn maybed deemedr intormationls notis incudedina any re-crestedd document ACKNOWLEDGED: Alresponses, inguiriesoro correspondencen ehtingloehrekense wever, shaln bindingupont tho cmY Notico andifnat erpense. Eachsamples shalbe RFB/B:DI number ons fot fort thet term ning. Samplesr notn retumedn may be any doauments)roguredk this ifrequirod submittedy withap RFBBIDV willnotr relievet theB Bidder fromh Includinga any requiredd documents construeda EXAMI N OF BDD DOCUMENTS: Eache Bidder shalle careluly examinet the RFBBID Document destroyedn may. pon request, havel beenreceived, ald drawings and/ors Specificattons andothera appliceble labeledwiththeP performedur under thec Contract! Ignoranceo ont thep ofthe" VENDOR' wilin nov way releve! himol shippings tion andn mustbor recelvedat regardingany anda alcondtions and anditemn reforence. Sampleso successhd Proposer's responsiblek ford thelabcing. DOCUMENTR RE-CREATION: VENDOR" notarizedf fomm entitiod" 9 Froo Workplace Certificato." Thel Drug Froov Workplace "VENDOR" havet thet burdeno id demonstrativg thathis programe compliesy wins Soction 287.0870 ofth lorida Statutes, anyo othera applicable law. ast erform faithndy anyp contractwththe cms This document must be completed and returned with your. submission. 19 RFB 2025-01: York Street Overlay HOLD HARMLESS AGREEMENT The Contractor agrees to hold the "CITY" of Bushnell harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement, to the extent that such claims are attributable, in whole The Contractor shall purchase and maintain workers' compensation insurance for all workers' compensation insurance and employers' liability in accordance with Florida Statute Chapter The Contractor shall also purchase any other coverage required by law for the benefit of Required insurance shall be documented in Certificates of Insurance and shall be provided to By signature upon this form the Contractor stipulates that he/she agrees to the Hold Harmless ori in part, to a negligent act or omission by the Contractor. 440. employees. the' "CITY" representative requesting the service. Agreement, and to abide by all insurance requirements. Contractor/-VENDOR"-Printed Name Signature Date Project Name project. The effective date of this Hold Harmless Agreement shall be for the duration of this This document must be completed and returned with your. submission. 20 RFB 2025-01: York Street Overlay DRUG FREE WORKPLACE CERTIFICATE I,t the undersigned, in accordance with Florida Statute 287.087, hereby certify that, (Print or type name of" VENDOR") Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use ofa a controlled substance is prohibited in the workplace named above and specifying actions that willl be taken against violations of such prohibition. Informs employees about the dangers of drug abuse int the workplace, the "VENDOR"s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may bei imposed upon employees for drug Gives each employee engaged in providing commodities or contractual services that are under Notifies the employees that as a condition ofv working on the commodities or contractual services that are under RFB or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilly or nolo contendere to any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, fora violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written (") statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, ifsuch is available in the employee's community, by any employee whoi is Makes as goodf faith effort to continue to maintain a drug free workplace through the "As a person authorized to sign this statement, Icertify that the above-named business, "VENDOR" or corporation complies fully with the requirements set forth herein." use violations. RFB or bid, a copy oft the statement specified above. sO convicted. implementation oft the drug free workplace program. Authorized Signature Date Signed State of:. County of: Sworn to and subscribed before mei this day of 20 Personally Known Signature of Notary My Commission Expires. (seal) or Produced Identification (Specify Type ofl Identification) This document must be completed: and returned with your submission. 21 RFB 2025-01: York Street Overlay SWORN STATEMENT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This swor statement is submitted tot the "CITY" of Bushnell By for (print individual's name and title) (print name of entity submitting sworn statement) whose business address is_ and (if applicable) its Federal Employer Identification Number (FEIN) is 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. lunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Al predecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management oft the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into aj joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be C. lunderstand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are misrepresentation. means: considered an affiliate. active in management of an entity. 22 RFB 2025-01: York Street Overlay d. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which statement applies). Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to The entity submitting this swom statement, or one or more ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this swom statement, or one or more ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active int the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to. July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not ini the public interest to place the entity submitting this sworn statement on the convicted July 1, 1989. 1, 1989. "VENDOR" list. (attach a copy of the final order) IUNDERSTAND THAT THE SUBMISSION OF THIS FORM1 TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY ID ENTIFIED INI PARAGRAPH 1 (ONE) ABOVE ISI FOR THAT PUBLIC ENTITY ONLYA AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEARI INI WHICHI IT IS FILED. IALSO UNDERSTAND THATIAMI REQUIRED TO INFORM' THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA! STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Authorized Signature Date Signed State of: County of: Sworn to and subscribed before me this day of 20_ Personally Known, Signature of Notary My Commission Expires (seal) or Produced Identification (Specify Type of Identification) This document must be completed and returned with your submission. 23 RFB 2025-01: York Street Overlay CONFLICT OF INTEREST DISCLOSURE FORM IHEREBY CERTIFY that 1. (printed name). the (title). "VENDOR" of ("VENDOR" Name). address is_ forv which I am acting; and, this project; and, am whose and the duly authorized representative of the and that possess the legal authority to make this affidavit on behalf of myself and the "VENDOR" 2. Except as listed below, no employee, officer, or agent oft the' VENDOR" have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, ori interests associated with 3. This bid proposal is made without prior understanding, agreement, or connection with any. corporation, VENDOR, or person submitting al bid proposal for the same services andi is in all respects fair and without collusion or fraud. EXCEPTIONS (List) Authorized Signature Date Signed State of: County of: Sworn to and subscribed before me this day of 20_ Personally Known, Signature of Notary My Commission Expires (seal) or Produced Identification (Specify Type of Identification) This document must be completed: and returned with your submission. 24 RFB: 2025-01: York Street Overlay IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of thei firm, and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFB) submittals. Further, Consultants/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence oft their enrollment, at the time of the submission of the ConsultantBidders proposal. Acceptable evidence consists of a copy oft the properly completed E-Verify Company Profile page or a copy oft the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify The City of Bushnell will noti intentionally award City contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) oft the Immigration and Nationality Act ("INA"). The City of Bushnell may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient oft the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral Consultant attests that they are fully compliant with all applicable immigration laws (specifically tot the 1986 Immigration. Act and subsequent. Amendment(s), and agrees to comply with the provisions oft the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Securityi in partnership with the Social Security Administration at the program may deem the ConsutantBidders proposal as nonresponsive. termination of the contract by the City of Bushnell. time ofs submission of the ConsultantBidder's proposal. Company Name: Print Name: Signature State of: County of: Title: Date: Sworn to and subscribed before mei this day of 20_ Personally Known, Signature of Notary My Commission Expires (seal) or Produced Identification (Specify Type of Identification) The signee of this affidavit guarantees, as evidenced by the affidavit required herein, the truth and accuracy oft this affidavit to interrogatories hereinafter made. This document. must be completed. and returned with your submission. 25 RFB 2025-01: York Stroet Overlay FORM 1 "VENDOR" PROFILE Submitted by (Company Name) Circle one of the following: Corporation Partnership Individual Joint Venture Other Describe: Florida Contractor License Number: Unique Entity ID: Office Location: Expiration Date: FEIN: Number of people in your organization: Length oft time the Contractor has been doing business under this name in Florida: Length of time your firm has provided services to governmental clients: Under what other name(s) has your firm operated: Ify Yes, attach a detailed explanation. years years Has ori is your firm currently involved in any formal court proceedings regarding any ofy your contracts? YES NO 26 RFB 2025-01: York Street Overlay FORM 2 BID FORM Bidder agrees to perform all of the work described in the specifications for York Street. Overlay for the sum of: ($ Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. CONTRACTOR'S GENERAL INFORMATION 1. How long have you been engaged in these services? 2. Do you or any of your employees possess any certifications, licenses or hold any degrees in a related field? 3. How large is your company? a. Full-time Employees b.F Part-time Employees 4. Please indicate the make, model and year for piece of equipment to be utilized. List should include all vehicles, trailers, heavy equipment, etc. 27 Vr Addendum No. 1 City of Bushnell RFB 2025-01 YORK STREET OVERLAY To: All Plan Holders for the above referenced project From: City of Bushnell, Mike Eastburn meastourn@cityotbushnelft.com or 352-793-2591) Date: November 13, 2024 RE: Addendum No. 1-YORK: STREET OVERLAY Addendum No.: 1: The City desires to update the "Scope of Services" to also include: 1. Application of an asphalt leveling course 2. Application of appropriate markings (including speed bumps) Please Acknowledge Receipt of Addendum No. 1: Bidder's Signature Date RFB 2025-01 Page 10 of1 City of Bushnell REQUEST FOR SEALED BIDS York Street Overlay The City of Bushnell will be accepting bids for its York Street Overlay project. Completed bids shall be delivered to the attention of Christina Dixon, City Clerk, 117E. Joe P. Strickland Jr. Avenue, Bushnell, Florida or mailed to P.O. Box 115, Bushnell, Florida 33513 in time for the bid to be received by our office on the day of opening. All bids shall be delivered by Friday, November 22, 2024, at 3:00 p.m. and marked "Sealed Bids for York Street Overlay." Bid openings will follow immediately in City Fori information on specifications and responsibilities, please contact Mike Eastburn at the City of Bushnell, 1171 E. Joe P. Strickland Jr. Ave., Bushnell, FL, 33513 phone # (352)793-2591 fax # (352) 793-2711, or meastbum@cityofbushnelf.com The City of Bushnell reserves the right to reject any and all bids, and to accept bids not solely based on price. Consideration for the successful bidder will also be based on the ability to meet specifications, delivery times, quality of products, and the bid that best Hall's Council Chambers. meets the City's needs and interests. City of Bushnell Christina Dixon, City Clerk advertisement. To be published in the Sumter Sun Times (1 time) on October 31,2024 as a regular legal Proposal November 19, 2024 Due to Severe Price Increases, this Bid must be signed within 30 Days to maintain the quoted price. Scheduling to follow contract acceptance. WWW.ASPHALTREPAIRINC.NET Client: City of Bushnell Bid 1 Specs = York Street Overlay Location: Bushnell, FL SERVICES: See Contract Terms for Warranty Information Amount Included Included $80,000.00 Included Included Included 1. Prep work: Barricade work: zone(s). Mill out areas as needed and for transitions. Haul away debris. 2. Prep work: Prelevel low areas with hot asphalt. Level and compact using vibratory roller. 3. Paving work: Apply SSI Tack Coat to asphalt. Overlay street, appx 25,500 SF with hot asphalt. Up to 247 total tons needed. Level and compact with vibratory roller. Technical Specs: All asphalt is laid with a minimum temperature of appx 280°F mol. Thickness based on an' 'average' thickness of appx 1.5"i in-field placement. 4. Speed Bump Install: Apply SSI Tack Coat. Install (2) speed bumps with hot asphalt. Level and compact using vibratory roller. Paint traffic yellow. Technical Specs: All asphalt isl laid with a minimum temperature of 5. Striping: Layout and stripe stop bars and crosswalks. Striping Specs: All striping is completed with an airless, laser-line striping machine using Heavy Duty Latex Traffic Paint; Baker Spec TT-E-1952E Type I; and paint ist thinned according appx 280°F mol. to manufacturer's specs. 6. Finals: Apply Silica Sand to reduce power steering marks and clean up job site. Note: A) All stripingi is per existing layout or site plans. Any layout changes or additional items will be billed peri in-field placement. B) Contract to be completed per ARI's coordination with Contractee regarding scheduling TBD days = mob. Should additional mobilizations ber required additional to what ARI schedules, cost will be! billed at $1500/MOB. C) Project completed weather permitting. D) Excessive cleaning required due to waste from other contractors ie: waste roll-offs, landscape, etc, willl be billed at additional hourly rate of $150/hour. E)We are not responsible for any reflective/base cracking. F) We dor not guarantee elimination ofs standing water/positive water drainage or grass growth on existing sites, especially existing concrete sites. G) Overruns beyond 247t tons charged at $450/ton to cover material andi fuel. Overruns beyond n/a bricks of crack filler charged at $225/brick to cover materials and labor. H) Clienti is responsible for applying herbicide to any areas with existing grass to try andr reduce grass re-growth. IV We are not responsible for gutter run offs or drips causing sealer splatters on buildings or any other items. J)Wea are not responsible fort flaking ofp paint to any curbs or carstops due tor multiple applications. K) We are not responsible for and clients/residents tracking/driving through sealer ora any oft the like. L) Sealer will notf fill any cracks or pours areasi it wills seal and prolong water seepage, extending the life oft the asphalt. M) All optional work pricing in only good with standard work price/services. Optional work is a add on to already existing work and not validu unless contracted with others services oft thel like ora a $850s surcharge will be added. *Allj jobs are billed peri in-field placement. *Allj jobs are subject to surcharge att time of completion. Permitting Requirements: IfF Permitting is required. All permit costs via City/County and $150/hr ARI To accept this proposal as the official contract and begin work, initial this bid page under the "Total" box, initial pages 1 oft the contract terms and fully sign page 2 of the Non Exclusive Independent Contractor Agreement. All jobs are required to have 50% down (see contract). Full payment is due upon completion. Penalties will be applied for delinquencies as stated on following pages oft this bidi in the "Non Exclusive Independent Contractor. Agreement". By initialing this bid and signing the preparation billings willl be applied tot final invoice. * Rushed projects will void any and all warranties. Initial: TOTAL $80,000.00 Fax or email the initialed and signed contract back to ARI. contract, youl hereby accept all Contract Terms and Conditions. Prepared By: Jimmy Scott Date: 19-Nov-24 Office (727): 243-9238 * (352)428-0186 * Email: sphatoparne@ymalcon * License # C-10745 www.a asphaltrepairinc.net NON-EXCLUSIVE INDEPENDENT CONTRACTOR AGREEMENT This INDEPENDENT CONTRACTOR. AGREEMENT (the "Agreement")ise effectiveaso ofthe 19th_ day of November_ 2024, andi is made A. ARI, ani independentiy owned entity, is engaged int the business ofl laying and repairing asphalt, as well as services related thereto. B. CONTRACTEE hereby offers to contract with ARI, and ARI hereby agrees to contract with CONTRACTEE as an non-exclusive independent contractor subject to the terms and conditions set forthi in this Agreement. Thei initial term of this Agreement ("Term")s shall commence upon CONTRACTEE's execution, asi indicated by the above date (the "Effective Date"), ands shall remain ine effect until notice of C. The respective obligations oft the parties, as more fully set forth below, shall be mutually enforceable att the time OfCONTRACTEE'S NOW, THEREFORE, in consideration of the promises and the mutual covenants set forth in this Agreement and good and valuable consideration the receipt and sufficiency of which is herby acknowledged, and intending to be legally bound, ARI and CONTRACTEE bya and between Asphalt Repair Inc. ("ARI"), and Cityof Bushnell ("CONTRACTEE"). RECITALS termination is given or thej jobi is complete (the" "Expiration Date"). execution oft the Agreement. agree as follows: 1. RECITALS 2. WARRANTY A. The above Recitals are true and correct and incorporated herein by reference. A. ARI guarantees it's seal-coating and striping work fora a period of 18 months for commercial and 24 months for residential (with restrictions as noted onl Proposal) in regards to chipping and peeling. To the extent. ARI is found to be at fault (ie: improper cleaning preparation; appliçation), ARI will pay for the materials and labor for remedial work. To the extent ARI ist not at fault, ARI guarantees only the labor tor remedy the defective seal-coating and/or striping work and CONTRACTEE shall pay for the materialsi in the event ARI'ss suppliter/manufacturer does not B. ARI guarantees its asphalt work for a period of6r months in regards to premature deterioration and 1 year workmanship (with restrictions as noted on! Proposal). IfARIi is foundt to be at fault for asphalt issues (ie: improper appliçation technique /preparation work), the asphalt will be C. In the event that ARI is not foundt tol be at fault, then ARI will contact the asphalt supplier to verify whether the asphalt mix was a' "bad mix." Should the asphalt supplier determine that it was a "bad mix" and the supplier reimburseresupply new asphalt, thej job will be repaired! by ARI at no charge. Ifther mix is found to pass testing and determined not tol bes a "bad mix" and. ARlisf found to not be at fault no warranty applies. Should the CONTRACTEE desire remedial work at that point that no warranty applies, CONTRACTEE agrees to pay for the supplies and materials needed for the repair and ARI willj provide the labor as a good-faith gesture to repair thej job at no charge under this warranty. D. Warranty Restrictions In addition tos any) jobs specific items set forthi in Proposal, ARI is not liable/cannot warranty the following: seal-coating on concrete; asphalt work on concrete; grass growth on existing sites; paving over pervious surface, positive drainage on existing sites with inadequate line, grade or pitch; costs oftesting, inspections or surveys not covered by ARI unless otherwise specified. i. Under no circumstances will anyj job or service completed under this contract be warranted fori ifjobi is rushed for any reason per the CONTRACTEE'sI request (such as to satisfy inspection dates or obtain permitting), emergency rush repairs, or any) job that is ii. ARIi is not responsible for damage done tot thej jobs site asar result ofr negligence, trespassing or other improper use oft the site, including but not limited to: damage caused by vehicles or pedestrians in abarricaded area, damage cause by construction equipment that isa allowed on the worksite within 1-2 weeks after completion of thej job, malicious behavior, and/or neglect of another contractor on-site oft thej job (e.g. landscaping or utility contractors). Ifarea(s) need tol be touched-up or re-serviced for any reasons caused bys such actions above yet not limitedt to, and CONTRACTEE wishes for Asphalt Repair Inc. tor return on another A. ARlis covered by liability insurance in the event that ARIi is at fault for neglectful or accidental actions. ARI is also covered by workers' compensation insurance and commercial automobile insurance. This shall not serve as a representation of the scope of ARI'si insurance or B. ARIis not responsible for any utilities or damage caused by thei inherent nature oft the project, ine either the short or long terms. C. ARI is not responsible for any. loss or damage to cars, trucks, boats, trailers, etc. that are chosen to bel left on the premises on the contracted days of work. Should any vehicles, etc. be left on the premises and causing ani impediment to ARI's completion oft the work contracted for, ARI reserves the right tol have any such vehicles towed or removed at the property owner's expense as dictated by private property/towing signs. In the event that a vehicle cannot be moved and CONTRACTEE wishes for ARI to return on another date to touch up an area, CONTRACTEE willl be billed forar mobilization fee unless otherwise noted. Ifthe owner ofay vehicle left on the premises is unable to be located or contacted and CONTRACTEE hasl left the responsibility to ARI tol have itr removed on the contracted days of work by neglecting to monitor the replace the material(s) atr no cost. fully guaranteed under this warranty and any needed remedial work completed should ARI deemi it necessary. not planned and completed according to ARI's normal standards and procedures. date to touch up area(s), CONTRACTEE willl bel billed for MOB fee(s), unless otherwise noted. 3. INSURANCE ARl'sresponsibilityl tot those making a claim, but is fori informational purposes only. premises, ARI reserves the right tob bill CONTRACTEE for the towing and/or moving expenses. 4. OVERAGES A.J Jobs tob be! billed per actual in-field placement ofr material. toensure that project is completed properly. B.J Jobst requiring asphalt, limerock, crushed stone, etc are subject to overages asj jobs are bid at base amounts needed. Although measurements and estimates dictate a certain amount ofr material, at the time of actual installment the amount of material may be more than estimated due to unforeseen obstacles, grade challenges, etc. Overages, ifneeded, are billed at a minimum rate to cover material and transport C. Overage rates: Asphalt- -$450.00/ ton overage; Asphalt Millings $100/ton overage or $1,600.00/truck load; lime rock/crushed concrete $100/ton overage; concrete. $500/yard overage, crack filler $225.00 per brick. CONTRACTEE Initial: Pgl V2.2012 5. PERMITS A. CONTRACTEE agrees to any permitting requirements ass set forth by ARI inc contract and communication: for project commencement B. Any fines imposed on ARI resulting from CONTRACTEE'sI failure to obtaint the proper legal documentation: required to allow ARIto A. CONTRACTEE: agrees top pay as sum of CONTRACTEE: INDICATECHOSEND BDPRCHGIHEETOTALS B. (in addition to any applicable overages- tol be determined) to ARI for the work performed by ARI. This amount ist reflected in the C. Ifthe amount ofp payment forj job completion inp paragraph 6A isg greater than $0.00, ARI requires CONTRACTEE top pay 50% oft the total D. CONTRACTEE: agrees tor makey payment oft the total fee agreed toi inj paragraph 6A by cash or check within 10 days of completion ofthe E. CONTRACTEE willl be charged al late feei int the amount of8 8% oft the total fee agreed toi inj paragraph 6A on the 10th day. F. CONTRACTEE willl be charged an additional late fee int the amount of2%0 oft thet total amount agreed toi inj paragraph 6A at the G.C CONTRACTEE willl bel billedo directly for eachi individual late fee charge, and willl ber responsible for directing the billing information to Should CONTRACTEE fail toj pay any portion ofthe applicable fee amount agreed toi inl Paragraph 6A, ori interest asi noted in 7D, ,7E& J. CONTRACTEE agrees top pay all costs of collection including court costs and reasonable attorney feesi in state, federal, bankruptcy, and A. CONTRACTEE: agrees top payt to ARIa ar minimum: fee of 30%( (30% fee plus any materials, fuel, labor, etc lost) oft the total amount agreed toi inp paragraph 6A should the contract be repudiated orb breached either before or after of commencement of work. Thep parties agree that B. Nothing herein shalll limit CONTRACTEE's: ability tos sue for any available remedies under Florida law int the event ofal breach by ARI. C. Nothing herein shalll limit ARI from taking any and all actions necessary to resolve any non-complance issues from the CONTRACTEE D. Ina addition tos all other sums owed att thet time oft repudiation, CONTRACTEE agrees to make payment oft the total fee agreed toi in E. Int the event CONTRACTEE fails tor make payment when due, CONTRACTEE willl be charged a late fee as set forth inj paragraphs 6D & A. Any litigation arising from this agreement shall be! brought exclusively within the chosen county of ARI and agreed upon by andt to pay allf feest that are required for ARI to perform thej permitting process. perform the work contracted: for will bel billedt to CONTRACTEE. PAYMENTSTIPUIATIONS Proposal, whichi is executed and expressly agreed toc contemporaneously herewith. inp paragraph 6A: a minimum of7 days prior to commencement ofv work for purchase ofr materials. work by ARI. conclusion ofeachs successive 10-day period thereafter that payment iss still notr received (18%/annum). H. CONTRACTEE agrees tor make all checks payable to: "Asphalt Repair Inc." 7F,ARI reserves the rightt tot take any anda all actions necessary tor resolve and receive full payment(s) owed. CONTRACTEE'sa accounting service. appellate courts. 7. DAMAGESI INTHEI EVENT OFI BREACH this amount isar reasonable estimate oft the damages ARI willi incuri int the event OfCONTRACTEE'sI breach. and receive full payment(s) owed. paragraph 7AI by cash or check within 10 days oft repudiation oft this contract. 6E. 8. VENUFAURISDICTION CONTRACTEE by signing this contract. CONTRACTEE: *Must be property owner; oficer ord director ofp property or business or given authorization in writing by such in order toc accept contrac!* ARI: By: (Signature) (Print name) Date: (Signature) (Printr name) (Representativel For) Address: Date:. *All contract acceptances ares subject to approval by our credit department prior tob being bound as mutual contract. CONTRACTEE Initial: Pg2 V2.2012 RFB 2025-01: York Street Overlay RFB COVER PAGE Name of VENDOR," Entity or Organization: Asphaut Repair Tnc Federal Employer Identification Number (FEIN): 74- 3175963 Unique Entity Identification Number (UEI#): Ry3ASENOAL3 State of Florida License Number (If Applicable): Name of Contact Person: James O. ScotJe Title: OoneR /President Email Address: Apupley Mailing Address: 15352 Nonnjale Lune Street Address (lf Different): City, State, ZIP: spnngHu Telephone: 737- 243-9238 Organizational Structure - Please Check One: PL 340010 Fax: gA Corporation Partnership OProprietorship OJoint Venture OOther Ifa Corporation: Date of Incorporation: ol/acotp State of Incorporation: PL States Registered in as Foreign Corporation: Authorized Signature: Print Name: Signature: Title: ames O. ScotaR # Qene/Prdont Phone: 727-213-7037 This document must be completed and returned with your submission. 16 RFB 2025-01: York Street Overlay PROPOSER'S CERTIFICATION Submit To: City of Bushnell 117 E.. Joe P. Strickland Jr. Ave. Bushnell, FL 33513 352-793-2951 352-793-2711 (Fax) Title: York Street Overlay Vendor Name: City of Bushnell Request for Proposal (RFB) Certification and Addenda Acknowledgement Due Date: November 22, 2024 Due Time: 3:00 p.m. RFB: 2025-01 Phone Number: Fax Number: n/A Email Address: Asphaut-Pepair Hc Vendor Mailing Address: 15550 Noningule Lane Spnng Hill FL 341010 727-35-7258 City/State/ZIP: Aaphautrepurnc@gme.kon ",the undersigned, certify that! thave revlewed the addenda listed below (list all addenda received to date). lunderstand that timely commencement willl be considered in award of this RFB and that cancellation of award will be considered If commencement time isr not met, and that untimely commencement may be cause for termination of contract. Ifurther certify that the services will meet or exceed the RFBI requirements. 1, the undersigned, declare that! Ihave carefully examined the RFB, specifications, terms, and conditions as applicable for this Request, and thatla amt thoroughly familiar with all provisions and the quality and type of coverage and services speclfied. Ifurther declare thatl have not divulged, discussed, or compared this RFB with any other Offeror and have not colluded with any Offerors or parties to an! RFB whatsoever for any fraudulent purpose." Addendum: # Addendum # Addendum: # Addendum # Addendum # "certify that this quote is made without prior understanding, agreement, or connection with any corporation, VENDOR,"or person submitting an RFB for the same material, supplies, equipment or services and is in all respects fair and without collusion or fraud. lagree to abidel by all conditions oft this RFB and certify that! am authorized to sign this response and that the offer is in compliance with all requirements of the RFB, including! but not limited to certification requirements. Inc conducting offers with an agency for "cmy of Bushnell, respondent agrees thati ifthis RFB is accepted, the respondent will convey, sell, assign, or transfer to the' "CITY" ofE Bushneli all rights, title andi interest in and to all causes of action it may now or hereafter acquire under the anti-trust! laws oft the United States for price fixing relating to the particular commodities or services purchased or acquired! by the' "CITY."Att the" "CITY" of Bushnell's discretion, such assignment shall be made and become effective att the time the purchasing agency renders final payment to the respondent." Janes o.ScotJ Authorized. Agent Name, Tite (Print) Authorized u/sk4 This form must be completed and returned with your submission. 17 RFB: 2025-01: York Street Overlay BIDDER'S ACKNOWLELEDGMENT FOR CITY OF BUSHNELL Name of "VENDOR" Submitting Bid Name of Person Submitting Bid BIDDER ACKNOWLEDGMENT Apnait-pepic c domes 0.SHIR "The undersigned hereby declares that he/she has informed himselfherself fully in regard to all conditions tot the work to be done, and that he/she has examined the RFB and Specifications for the work and comments here to attached. The' VENDOR" proposes and agrees, ift this submission is accepted, to contract with the "CITY" of Bushnell to furnish all necessary materials, equipment, labor, and services necessary to complete the work covered by the RFB and Contract Documents for this Project. The "VENDOR" agrees to accept in full compensation for each item the prices named in the schedules incorporated herein.", Signature Date a papl RFB Number [_ICheck if exception(s) or deviation(s) to specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation. This form must be completed and returned with your submission. 18 RFB 2025-01: York Street Overlay Statement of Terms and Conditions onvicted" VENDORIs! PUBUICR RECORDSL LAW: materiats and documents recoivod pursunnto tothis oprovide public RIRICATION OF Nondol Omcial Timo cmYrs. PARATION OF PROPOSAL VBIDS: Contractor, contract sionthoR RFBBIDF FORMS inthe spaco providodfe tho ontily natura. the words' dolng! as," must appear 287.017, for CATEGORY VENDOR (st NDOR words, Tho oest tho" dfBustnell, erBldder! oflicer daims, and B/BIDO stated and his authorly artsing or contract, RFB/BID Thel Bidder shall RFB/BIDF FORMS thor name chall an alumpsum unkg price besis any FORM. The prices escalationd during tho progress unloss for Proposals, ork don, as Proposed: Happlicable, thototalg pricebidforthe tme the cy sum es roposed andior unit or cther abby. fort the indMidual homs and shalt be Intho eventt that thorois discrepancys Chisp violat oditions, thoc corroctode extonsions anda adctions shalbe for (BD)must! tho BID, the DOR" The provisions o BIDDER: Tho contents ofthel RFB/BID ofthes succossts icor, tractual Appointoe, tho Confict emovod trom No Contract Doc ents. Any Inquiry Sids. ter tho TS: The" aquire. dos NDOR The" rovided. idder fafsto the" VENDOR appropriste. be as COSTS: The" notbo obligatod Bablo for anys costs ncurredby prior contract AB costs toprepare and submtarsponset tothis Al denda addenda, commenceupont trom tho cmarpesantska Alwork that beforo dolsys. The Contractor chal commencet thowork UPON thec dono and nd and accordancet lothe! and conditions outlinede andagroed a VERY: FOB Destination, Sumter County, Florida, Insidod doliveryu unless nor VENDOR' BY OTHERE PUBLIC AGENCIES PPIGGYBACK) OR" Bid providod herein fort prices and/or tomms osod. Bac con the Agencyr must finst obtatn ho" withoutthe approval, tho ssoking Agancy cannot Plogy- SPECIFICATIONS: BiPackages are avafable from tho Grant/Finance ist, Istrator. aro avalable for mail Hroquestodtoma, the courior (UPS, FedEx, etc.) Proposer/Biddors aro BIDI FORMS, tomizodh heroln, eretobe Any tomthemininum spoctications mustbed doarly andlor ExcoglonsiDevations Sheet(s). Only one salo plans, forms, companyor dont submitinga K. ORM documents fort this projoct ofo chargo ara available online. AND APPROVEDE Any names, trade d/or catalog The offar any oducts, dor complete ations. satisly thisp Tho tho eto wth RFBBIDS any ntto and comp tho FORM. The In manufacturing rocess, ord construction. tho' unless Chango! Notk nthis aroe only andarnottobo shall fumished freed andingt Each samplo shalbe umber, Glo fortho tamm tructiona which includo retumodr maybe roquirodfor tis cY must Sroquirod ENTITY personora beon become puba rocords suhjocttothop provsionsof Chapter 119, Florida 38 months from the dato eath turo. Intho dfapartnership, the OP LOBBYING: Duringt thet blackou period whichithop periodb botwoent thet me tho tho results (Na. t0)envelopa, ensuos. Falurodthe may result shty (50) bo oward MBID. Chaptor of and oach BBID shalbeb theF ProposerfBidder. CEPTOFI NOTICE TO PROCEED andior ORDERPLACED (PURCHASE ORDER REGULATIONS: The VENDOR broguirdtobet familar wthe shai VENDOR stato laws, ordinances, nesa ragutations pasis. Bofore henbynatledtsta and RFB/BID the or Imposedby the Stato and/or Federal bo upon uest. al" VENDORssha any thor hop or aftho hrough anyo colusion, conspiracy, against any other Biddor, or anyp person Interested tho responseb by! thep publc tod thok logal advor requiredby submit tholr responsos voluntary! besis, ende therefore kind. inquiriesore asponde rolating charts, displays, schodules, axhibits wl becomet the fthe cY," Roforencet BID rollovet Bidder Indudinga any roquiredd EnchE Blider shal coreluyo examinot tho RFBBIDDocument ald applicable and hall inform gardinga ny endalo conditi ons and progro porformances dthov work tobo VENDOR wiinno way reliove! himd nplately responsitio! fort thelabetng. The blic Woris Diractorv winotbo handodbyd dalivery persons, chall the enclosed, dulys signeda and Freel aplace Drug Frae Workplsce ACKNOWLEDGED: complles wihs Section da, and thoright CITY." octod esnon (Signature andD "CIY tho any COPOSERI PONSIBILITY: tmitationbyo tho CIYIVENDORS! ond ther recipient's a d wgay orwthotherd oovommontal This document must be completed and returned with your submission. 19 RFB 2025-01: York Street Overlay HOLD HARMLESS AGREEMENT The Contractor agrees to hold the "CITY" of Bushnell harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement, to the extent that such claims are attributable, in whole The Contractor shall purchase and maintain workers' compensation insurance for all workers' compensation insurance and employers' liability in accordance with Florida Statute Chapter The Contractor shall also purchase any other coverage required by law for the benefit of Required insurance shall be documented in Certificates of Insurance and shall be provided to By signature upon this form the Contractor stipulates that he/she agrees to the Hold Harmless ori in part, to a negligent act or omission by the Contractor. 440. employees. the "CITY" representative requesting the service. Agreement, and to abide by all insurance requirements. Asphat-lepi hnc CemrA-brVRDOR-Pmnad Name Signature Date # Noc Shreet Name Project CNelay mhglay The effective date of this Hold Harmless Agreement shall be for the duration of this project. This document must be completed and returned with your submission. 20 RFB 2025-01: York Street Overlay DRUG FREE WORKPLACE CERTIFICATE I,theu undersigned, in accordance with Florida Statute 287.087, hereby certify that, Aachaut fopasr Inc (Print or type name of "VENDOR") Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled: substance is prohibited int the workplace named above and specifying actions that willl be taken against violations of such prohibition. Informs employees about the dangers of drug abuse in the workplace, the VENDOR"s policy of maintaining ac drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may bei imposed upon employees for drug Gives each employee engaged in providing commodities or contractual services that are under Notifies the employees that as a condition of working on the commodities or contractual services that are under RFB or bid, the employee will abide. by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to any violation of Chapter 1893, or ofa any controlled: substance law of the State of Florida or the United States, fora a violation occurring in the workplace, no later thani five (5) days after such conviction, and requires employees to sign copies ofs such written (") statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, ifs such is available in the employee's community, by any employee who is Makes a good faith effort to continue to maintain a drug free workplace through the "As a person authorized to sign this statement, I certify that the above-named business, "VENDOR" or corporation complies fully with the requirements set forth herein." use violations. RFB or bid, a copy of the statement specified above. sO convicted. implementation oft the drug free workplace program. Authorized Signature # sly Date Sigrled" State of: R County of: Pasco Swom to and subscribed before me this IBHdayo of lokmber20-24 Personally Known, o or Produced Identification (Specify Type of Identification) JAMEE! MACDONALD WCOMHSSONEESES EXPIRES: July 22, 2028 Signature of (seal) AL My Commission Expires. 72/2020 This document must be completed and returned with your submission. 21 RFB: 2025-01: York Street Overlay SWORN STATEMENT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM THIS FORM MUST BE SIGNED AND SWORN TOIN THE PRESENCE OF ANOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the "CITY" of Bushnell By_ for_ James O. Sottde aune/Psent - (printi individyal's name and title) Asphaut Zapair Fnc (print name of entity submitting swom statement) whose business address is_ 1s35D Donngate lare SpangHull R34110 and (if applicable) its Federal Employer IdentificatiorfNumber FEN)7i-apsus 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or oft the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. lunderstand that convicted" or "conviction" as defined in Paragraph 287.133(1)b), Florida Statutes, means at finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought byi indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. lunderstand that an' "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Apredecessor or successor of a person convicted of a public entity crime; or b. Ane entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting acontrolling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into aj joint venture with a person who has been convicted ofapublic entity crime in Florida during the preceding 36 months shall be lunderstand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are misrepresentation. means: considered an affiliate. active in management of an entity. 22 RFB 2025-01: York Street Overlay d. Based on information and belief, the statement which I have marked below is true in relation tot the entity submitting this swom statement (indicate which statement applies). Neither the entity submitting this swom statement, nor any ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this swom statement, or one or more ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this swom statement on the convicted July 1, 1989. 1, 1989. "VENDOR" list. (attach a copy of the final order) IUNDERSTAND THAT THE SUBMISSION OF THIS FORM1 TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDI ENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLYAND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEARI IN WHICHIT IS FILED.IALSO UNDERSTAND THATIAMI REQUIRED TOI INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTOA CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION: 287.017,FLORIDA: STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION ÇONTAINED IN THIS FORM. f Authorized Signature uligl2st Date Signèd State of: County of: Posco FL Sworn to and subscribed before me this IA ayeloemeK_m24 Personally Known & or Produced Identification, (Specify Type of Identification) JAMEE! MACDONALD WYCOMMSSONEHASIEISA EXPIRES: July 22, 2028 Signature of Notary (seal) M My Commission Expires 22/7020 This document must be completed and returned with your submission. 23 RFB: 2025-01: York Street Overlay CONFLICT OF INTEREST DISCLOSURE FORM IHEREBY CERTIFY that 1. (printedi name). the (title). OuApE! presdont "VENDOR" of (VENDOR'Name) address is_ forwhich lam acting; and, this project; and, Oamcs 0. ScothJe am whose and the duly authorized representative oft the Hapatpepr nc 1$55) DoArgato lno SpanpH!l PL 3P0/0 and that! I possess thel legal authority to make this affidavit on behalf of myself and the' VENDOR" 2. Except as listed below, no employee, officer, or agent of the' VENDOR" have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with 3. This bid proposal is made without prior understanding, agreement, or connection with any corporation, VENDOR," or person submitting al bid proposal for the same services andi isi in all respects fair and without collusion or fraud. EXCEPTIONS (List) 1 Date apt State of:. County of: FC Dasco Swor to and subscribed before me this 1gHdayo of Dacmn_20z4 Personally Known Signature of My Commission Expires (seal) Produced Identification, (Specify Type of Identification) JAMEE! MACDONALD MrCOMMISSONEHA5BIS EXPIRES: July 22, 2028 N 124an20 This document must be completed and returned with your submission. 24 RFB 2025-01: York Street Overlay IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm, and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFB) submittals. Further, Consultants/Bidders are required to enroll ini the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the ConsultantBidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify The City of Bushnell will not intentionally award City contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). The City of Bushnell may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the program may deem the ConsultantBidders proposal as nonresponsive. termination of the contract by the City of Bushnell. time ofs submission of the ConsultantBidder's proposal. Company Name: Print Name: Signature State of: County of: Amphaut-Mepair nc Oomes O. SCothTa Title: OuseDresident AF Date: ngla4 FL pasco Swor to and subscribed before me this 1q-ayd of Novembor, 2024 Personally Known Signature of Notary Produced Identification (Specify Type of Identification) JAMEE! MACDONALD MYCMMSSONEHASEI EXPIRES: July2 22, 2028 ur Aw My Commission Expires 7aal000s (seal) The signee of this affidavit guarantees, as evidenced by the affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. This document. must be completed. and returned with, your submisslon. 25 RFB 2025-01: York Street Overlay FORM1 1 VENDOR" PROFILE Submitted by (Company Name) Circle one oft the following: Aaphatpaprir mc Gorporation Partnership Individual Joint Venture Other Describe: Florida Contractor License Number:. Expiration Date: Unique Entity ID: RLADAaEnCAL3 FEIN: 74-3175903 Office Location:, 1553D Norngule lane SpuopHw R 34D Number of people iny your organization:, 4 Length oft time the Contractor has been doing business under this name in Florida: Length of time your firm has provided services to govemmental clients: Under what other name(s) hasy your firm operated: IfYes, attach a detailed explanation. 18 years years 18 Has ori is your firm currently involvedi in any formal court proceedings regarding any of your contracts? YES (NO 26 RFB 2025-01: York Street Overlay FORM: 2 BID FORM Bidder agrees to perform all of the work described in the specifications for York Street Overlay for the sum of: 0 egnty naisand dalass ($80,000 ) Amount shall be shown in both words and figures. In case of discrepancy, the amount shown inv words will govern. CONTRACTOR'SGENERAL INFORMATION 1. How long have you been engaged int these services? &tyeaes 2. Doy you or any of your employees possess any certifications, licenses or hold any degrees in a related field? 3. How large is your company? a. Full-time Employees 4 b. Part-time Employees 4. Please indicate the make, model and year for piece of equipment to be utilized. List should include all vehicles, trailers, heavy equipment, etc. Roal Lech 7000C Pover aoan Nonwo4h Dump Thck aoal JCV Poler 8019 Kubote Skdshece 20a4 Kubca. sud Steek 20aa Leelcyso Tocle ugen LandPude Cdd Planor Greco Qlessshpn MMachne 27 Superior Asphalt, Inc. November 22, 2024 CITY OF BUSHNELL 117 E. Joe P. Strickland Jr. Ave. Bushnell, Florida 33513 Subject: Bid Submission RFB 2025-01 Request for Bids for York Street Overlay Dear Procurement Office, Superior Asphalt, Inc. (Superior) is pleased to submit al bid proposal submission for RFB 2025-01 Request for Bids for York Street Overlay. Superior's confirming it has read the bid requirements and has a firm understanding of the scope of work required for this contract. Superior has conducted a thorough site visit to each oft the listed streets and committed to perform the work within the required time period as shown on our detailed project schedule. Thanks to our safety, quality of work, efficiency, dedicated employees and experience, Superior has become a local leader in delivering road construction services throughout Central Florida with base of operations and asphalt plants located in both Leesburg and Brooksville, FL. We are proud of our strong reputation for delivering excellent workmanship and top customer service for all of our public and private industry clients. Superior has previously completed projects for The City of Bushnell. This best qualifies us for being familiar with the contract obligations, high standards, commitment to schedule and communication. Superior acknowledges the importance of ensuring the work is completed with the utmost consideration toi improving an important part oft the Counties infrastructure while minimizing impact on the residents during the construction process. Ify you have any questions or require any further information, please contact us at your convenience. We look forward to performing this contract if we are the successful contractor. Regards, Dylan Teasdale 5 Anthony Farah Alad Senior Project Manager P.O. Box 2489 - Oneco, FL 34264-Ph:9417552850 Fax: 941-727-5980 RFB 2025-01: York Street Overlay RFB COVER PAGE Name of VENDOR," Entity or Organization: SUPERIOR ASPHALT, INC. Federal Employer Identification Number (FEIN): 65-1115948 Unique Entity dentification Number (UEI#): N/A State of Florida License Number (If Applicable): N/A Name of Contact Person: DYLAN TEASDALE Title: GENERAL MANAGER Email Address: DTEASDALEQSUPERIORASPHALTINC.NET Mailing Address: P.O.BOX2489 Street Address (If Different): City, State, ZIP: ONECO, FL 34264 Telephone: (941)725-1084 Fax: (352)678-3660 Organizational Structure = Please Check One: 3Corporation OPartnership OProprietorship OJoint Venture OOther Ifac Corporation: Date of Incorporation: 6/26/2001 State of Incorporation: FLORIDA States Registered in as Foreign Corporation: N/A Authorized Signature: Print Name: DYLAN TEASDALE-S.. ANTHONY FARAH Signature: 429 : "Ard 11/22/2024 1-23.3094 GENERAL MANAGER Title: SRF PROJECT MANAGER (941) 725-1084 DYLAN Phone: (941)706-8036 ANTHONY This document must be completed and returned with your submission. RFB: 2025-01: York Street Overlay PROPOSER'S CERTIFICATION Submit To: City of Bushnell 117 E. Joe P. Strickland Jr. Ave. Bushnell, FL 33513 352-793-2951 352-793-2711 (Fax) Title: York Street Overlay Vendor Name: SUPERIOR ASPHALT, INC. Vendor Mailing Address: P.O.B BOX 2489 City/State/ZIP: ONECO, FL 34264 City of Bushnell Request for Proposal (RFB) Certification and Addenda Acknowledgement Due Date: November 22, 2024 Due Time: 3:00 p.m. RFB: 2025-01 Phone Number: (941),725-1084 Fax Number: (352) 678-3660 Email Address: DTEASDALEQSUPERIORASPHALTINC.NET ", the undersigned, certify thatl have reviewed the addenda listed below (list all addenda received to date). understand that timely commencement willl be considered in award oft this RFB and that cancellation of award willl be consideredi if commencement time is not met, and that untimely commencement may! be cause fort termination of contract. Ifurther certify that the services will meet or exceed the RFB requirements. I, the undersigned, declare that Thave carefully examinedi the RFB, specifications, terms, and conditions as applicable for this Request, and thatl am thoroughly familiar with all provisions and the quality and type of coverage and services specified. Ifurther declare that have not divulged, discussed, or compared this RFB with any other Offeror and have not colluded with any Offerors or parties to an RFB whatsoever for any fraudulent purpose." 1 Addendum: # Addendum: # Addendum: # Addendum: # Addendum # "o certify that this quote isr made without prior understanding, agreement, or connection with any corporation, VENDOR,"or person submitting an RFB fort the same material, supplies, equipment ors services and is in allr respects fair and without collusion orf fraud. lagreet to abide by all conditions oft this RFB and certify that l'am authorized to signt this response and that the offer isin compliance with allr requirements oft the RFB, including but notl limited to certification requirements. Inc conducting offers with an agency for "CITY" ofE Bushnell, respondent agrees thati ifthis RFB is accepted, the respondent will convey, sell, assign, or transfer tot the' "CITY" ofE Bushnell allr rights, title and interest ina andt to all causes ofa action iti may now or hereafter acquire under the anti-trust laws oft the United States for price fixing relating tot thep particular commodities or services purchased ora acquired! by the "CITY." Att the" "CITY" ofE Bushnell's discretion, such assignment shall be made and become effective att the time the purchasing agency renders final payment to the respondent." DYLAN TEASDALE- -S S. ANTHONY FARAH Authorized, Agent Name, Title (Print) W12212024 Afa19a.2004 49 Authorized Signature, Date This form must be completed and returned with your submission. RFB 2025-01: York Street Overlay BIDDER'S ACKNOWLELEDGMENT FOR CITY OF BUSHNELL Name of "VENDOR" Submitting Bid SUPERIOR ASPHALT, INC. Name of Person Submitting Bid DYLAN TEASDALE-S. ANTHONY FARAH BIDDER ACKNOWLEDGMENT "The undersigned hereby declares that he/she has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFB and Specifications for the work and comments here to attached. The "VENDOR" proposes and agrees, ift this submission is accepted, to contract with the "CITY" of Bushnell to furnish all necessary materials, equipment, labor, and services necessary to complete the work covered by the RFB and Contract Documents for this Project. The "VENDOR" agrees to accept in full compensation for each item the prices named in the schedules incorporated herein." Atad Signature Date 2025-01 RFB Number 2 1129.2094 1/22/2024 [_JCheck if exception(s) or deviation(s) to specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation. This form must be completed and returned with your submission. RFB 2025-01: York Street Overlay Statement of Terms and Conditions PUBLICE ENTITY CRIME:A Apersono ora affiliatev whol has beenp placedo ont thec convicted VENDOR" list PUBLICR RECORDS LAW: Correspondence. materials andd documents receivedp pursuant tothis followingac conviction fora public entity crimen mayr nots submita aproposalbido ona acontractt toprovide RFB/BID! becomep publicr recordss subject! tothep provisionso Chapter1 119, Floridas Statutes. anyg goods ors servicest public entity, forthe construction orr repair ofap public buildingorp public VERIFICATION OF TIME: Nextelt timei herebye establisheda ast thec Official Timeo ofthe" CITYs. awardedorg performy worka asac Contractor, supplier, sub-Contractor, or Contractor undera acontract Signature ofthe Bidder: TheB Bidder musts signt thef RFB/BIDF FORMS inthes spacep providedf forthe amountprovidedins Section 287.017, for CATEGORY TWOfora aperiodo of3 36r monthsf fromt the date beneaths suchs signature. Inthec case ofapartnership, thes signature leasto one oft thep partners INDEMNIFICATION: Thec Contractora agroest toindemnify andh holdh the" CITY ofBushnell, beneaths suchs signature. IftheF Proposer/Bidder: isac corporation, thet titedfu thec officers signingthe expenses.i includingk legalo costs, arising outoforn resultingf from, thes performanced ofthis contract, RFB/BID mustb bes submitted. TheF Proposer/Bidders shall statei inu theR RFB/BIDF FORMSt ther name and ofu resulting! therefroma andis inwholed ori inpart! bya any negligenta acto ord omission accordingte tos specifications ont theR RFB/BIDF FORM. Thep proposed prices shallr unchangedfor applicable. aren receiveda at Contracts/Pu urchasinga andu thet timet the cITY awards thec contract, no shallb bet the aggregate ofthel lump pricesp proposeda and/or unitp pricesr bythe work, mayn nots submit proposals/bids onk witha any publice entity. andn may nott ofbeingp placed the and! theire elected officials. employees andv volunteersf from anda againsta allclaims, losses and provided! thata any sucho claims, damage. loss ofe expensesis isa attributedt tob bodily injury,s sickness. disease. personali injuryo or death, ortoir injuryt toor ofthe submittaisf forl InvitationtoE Bido the for Proposals, orF Proposals. orir information, as proposer, nolobbyist., principal. oro other personr lobby, on behalfo particulars procurement matter, anyn member ofthe" CITY, or any" "CIy employee othert thant the inwritingtot the" CITYs Granl/FinanceA Administrator. TRUSTL LAWS: By submissiond ofasigned RFBo or BID, thes successful VENDOR" acknowledges orderto.protect! the public restraint oftrade, which llegallyin increases prices. CONFLICT OF INTEREST: The award oft thec contracth hereunderiss subjecttothe, provisionsof Chapter1 112oft theF VENDOR's thetin RFB orE BID, oratthet time ofo Allsucho changeso ori and, ifissued, willl ber mailed or sentbya aviable electronicn means attendingp prospective receipt ofs sucha addendair int thes space provided. Incasea any Proposer/Biddert fails to acknowiedger receipto ofsucha addendac ora addendum, his offer wilr neverthelessb bec construedas thoughit anda Proposer/Bidderv wilbeb boundbys such addenda, ornotn byhim. Itisthe responsibility ofeachp proposerbidder! tov verityt that! hehasr receiveda alla addendais issued before arec ofunitp materials! tobef furnished undert thisF Contracta arete tobe aretobeus useds solely fort the comparisono OfRFB's/BID's received. The" CITY and/or his corresponde exactly therewith; nors shall the VENDOR'E plead misunderstandingore deception because ofsuche estimated org quantities ofw work performedo orr quantitiesm maybeir increasedord theu unitork lumps sumpricesb bid. thatinanyn tend days after openingo oft the responset thiss Government. unlawfula proposedw requestora asther resulto note entitledto toc CITYSHIPC OF tothisR RFB/BID, anda allothern reports, charts. displays, schedules, exhibits ando other documentation submittedb byt the" VENDOR'sV will becomet the propertyd ofthe" "CITY." Referencet toll submittedw witha aprevious RFB/BID willr notr relievet theB Bidderf fromin includinga any requiredd documents construedasg guaranteedr minimums. witht this RFB/BID. toensurea allpages have beenr received, alldrawingsa andlor Specifications: andothera applicable labeledw witht theF Proposer's s/Bidder's name, thatr affectcost. progresso or performance ofthev work! tobe the Contract Ignoranced ont thep theo obligations and responsi assumedu undert thec Contract. and deliveryo oftheir submittals. The CityN Manager/Public Works willnotbe solicitation, butm orthel US Postal Service. DRUG FREEV AIIP Proposers/Bidders: shalls submitt the enclosed, dulys signeda and notarized form entitied" DrugF Freev Workplace Certificate." Thel Drug Freev shall havet theb burdeno ofd demonstratingt thathisp program compliesy with Section 287.0 0870 ofthe Floridas Statutes, anda anyo othera applicable statel law. THE" "CITY" OF BUSHNELL, isap politicals torejecta anya and/ora all submittals, reservest theri right tov waive anyin informalities orir irregularitiesin" the process, andr reservest ther righttoa award contractsi inthet besti interesto ofthe" CITY." Submittalsn notn meetings statedm minimum! lerms andp mayb ben rejected byt the "CYasn non- SigntireandDato) The CITY ther rightio therightt thes submissiono ofany" contractiot the" CITY, orv whoh hasf failedtop perform faithfullya anyp previous contracty witht the"cmy's DYLAN other orwitho governmental: agencies. property! apublic entity, may OF PROPOSALSIBIDS: witha anyp entityi ine excesso oft the threshold signature. lftheF Proposer/Bidder: ani they words" doing! businessa as," must appear bes stateda ande evidenceo ofhis authoritytos signt the VENDOR" list. mustf the VENDOR name andt they words," "Memberc ofthe VENDOR" should bey written thed durationo ofthe Contracta andno claims ford coste escalationd duringthep progresso ofthe workv willbe Totalp Proposed Price/T Total Contract Sum Proposed: lfapplicable. thet total pricet bidfort the work place onthe RFB/BIDF FORM. Inthe eventu thatt therei isad discrepancy ont the RFB/BID TABULATION: Thosev wishingt toreceivea and official tabulation ofthen results aftheo opening ofthis RFB/BIDa aretos submita aself-addressed, stampedb businesss size (No.1 10)e prominently faxor mediay willn notbe accepted. OFV WINNINGE BIDDER: Thec contents ofthe RFB/BIDO ofthes successtul willl contractual obligationsif facquisitiona actione ensues. Failure ofthe awarda and such" VENDOR" mayb ber removedf fromf participation. The VENDOR'ss fumishs sucha additionali informationa ast the require.1 Thisi includesi informationy whichi indicatesf financialn resources asw well proposalso ofthe VENDOR" asito deems appropriate. COSTS: The" CITY shallr not bec obligatedort beli liablef for anyo costs incurredb by Proposers/Bidders; priort tois issuance ofac contract. All costs topreparea ands submitan response tothis TIMELINESS: Ally work willo commence upona authorizationf fromt the" CITY's atimely delays. The Contractor shallo commencet thew work UPON. RECEIPT OF NOTICE TOF PROCEED and/or ORDERP PLACED (PURCHASE ORDER uponherein. otherwises specified. servicesa and/or purchases beingo offeredin inthis Bid, forthes samep pricesa and/ort termsp proposed. the VENDOR"s approval- withoutt the" VENDOR"S approval, thes seekingA Agencyo cannot Piggy- Back. first, Administrator." Thesep packages are avallablef forp pickuporb bymail. Ifrequestedt tor mail, the ProposerBidder must supply courier number (UPS, FedEx, etc.). ProposersBidders are Anyy fromt ther specificationsn mustbec clearly statedo onthe RFB/BIDF FORM and/or Exceptons/Deviatons: Sheet(s). Onlyo ones set ofplans, forms. wilbef each companyo or corporationi interestedin ins submittinga Proposal/Bid. documents fort this projecta arefree ofc charge anda area availablec online. MANUFACTURERSI NAME ANDA APPROVEDE EQUIVALENTS: Anyn manufacturer's names, trade names. brandr names, informationa and/or catalog numbers listedi inas specification aref fori information competition unless indicated. The Proposer/Bidder may offer any RFBBIDFORMthen manufacturer's productn name and iterature. and/ors completes specifications. ProposerBidder: shall explainir no detaill then reason(s)w why thep proposede equivalentv willr meet! the andnotbec considereda ane exception! thereto. RFB's/BID'sw which dor noto comply with requiredby quote ana alternatet brandy willl ben receiveda and consideredin incomplete compliancey witht the writing. dfanyp proposedc changesi inmateriaisu used, manufacturingp process, orconstruction. QUANTITIES: Theg quantities ass specifiedint this RFB/BIDa aree estimates onlya anda arer nottobe SAMPLES: Samples ofit items, whend calledfor, shallb befurnishedfi free ofexpense. andifnot ofthec contract. Requestf forr return ofs sampless bea the" withinan anyr RFB/BIDO onbehalfo oftheo ofeachp tangible propertyin includingt thek loss Basis forE Bidding: Thep price proposedf fore eachi items shallb bec onalumpsumo or unitp pricet basis PROHIBITION OF LOBBYING: Duringt thet blackoutp periody isthep period! thet tmet the considered, unless provided herein. Allq questionsn regardingt thisF Requestf for Proposals (RFB)or) toBid (BID)n mustb bes submitted usedtodeterminet thep project bida amount. partyi ina appropriatee estimatod quantitiosf forthei shall bes statedi nt figures inthe Violation ofthisp mayr resulti ind disproposal of violatingp party. FORMduetounitp pricee ora thec correctede extensionsa anda additionss shallb be with alla antitrustl laws ofthel United Statesa andt the State ofFlorida,in markedo onthef front lower lefts side, theR RFBi identification. Tabulationr requestedb byt telephone. Partner, Associate, or Agent whois also and Officer, Appointee, orE Employee ofany ofthe" "CrYsat successfuF Proposer/Bidder toa acceptt these obligationsi inac contractn mayr resultinc cancellation ofthe CLARIFICATIONS ANDA ADDENDA: No oralir interpretationsv will ber madeto AWARD OF BID: the "CITYsin intenttos selecta VENDOR' within sixty (60) calendar daysof any VENDOR astother meaningot ofthe RFB/BIDO Contract Documents. Anyi inquiry or request for thed deadine form receipt I Proposals/Bids. However, Proposals/Bids bev validf for awardfora at interpretationr receivedb byt the GranuFs inance Administratort before thec datel listed nereiny will beg given leastr ninety (90) daysa aftert thed deadinef forr receipt ofthe RFB/BID. Submitters priort tothe established RFB/BIDO date. Each VENDOR' shalla acknowledge asa abilityto providet the services.T The" CITY the rightt ton makeir investigations ofthe ther Officer, Director, Conficto ofinterestt thereafter. willl ber madei thef formo ofa ana addendum ADDITIONAL CITY mayn andt thes submissiono ofhist bidw willo constitute acknowledgmente oft ther receiptol ofsame. Alla addendaa area apart ofthe RFBBIDFORMS ande each RFB/BIDs shallbeb borne byt theF Allwork tobe and as approximateo onlyand PRESENTED), ands shalld deliveri accordancet tothete ters ando conditions outlineda anda agreed accordance with ADDITIONAL SERVIÇESPURCHASESI BY OTHERF PUBLICA AGENCIES ("PIGGY-BACK") donote expresslyo orbyi implicationn represent! that! thea actual quantitiesi involvedw will DELIVERY: Allpricess shall beF FOB Destination, Sumter County, Florida, insided delivery unless thes Specifications and/or Drawings and otherF Proposals/Bid Documents, anditisu understoodt thatthe The" VENDOR" bys submittinga Bida acknowledges! thato other Public Agenciesn mays seek! to" "Piggy- GOVERNINGI LAWS ANDI REGULATIONS:1 The VENDOR" isrequiredt tobef famillarw witha ands shall VENDOR" hast theo optiont toa agree ord disagreet toa allow contractP Piggy-Backso onas case-by-case ber responsible for complyingy witha allf federal, state andk localla laws, ordinances, rules andregulations basis. Before aPublicA Agencyis isa allowedto toP Piggy-Back anyo contract, theA Agencyn must firsto obtain informations submitteda as parto of, orins supporto OfRFB'sBID's, willl bea availablef for publici inspection PLANS, FORMS &s SPECIFICATIONS: BidP Packagesa area availablet fromt the Grant/Finance asp providedh hereiny withouti inanyy wayi invalidating anyof Back" undert the terms andconditions, during! thes effectivep periodo ofanyr resultingo contract- work. INFORMATION: with Chapter1 119, and2 287 ofthe Florida Statutes. AIRFB'/BID'sS submittedin becomet thep property ofthe" proprietary, copy written, trademarked, orp patented, the" CITY reservest ther rightto utilize anyorall submitteda asas singled information, ideas, conceptions, orp portionso olany RFB/BID, init itsb bestir interest. TAXES: The" "CITY ofBushnellis is exemptfr from any! taxesi imposedb byt the Statea and/or Federal and's willbep provided uponr request. Bys signing this RFB/BID, all VENDOR'ss shall shallnotcollude, connive or agree, directly indirectly, with any other Proposer, or persontos submita collusiveo or shamp proposali no connection witht they work forwhich anyo otherE Bidder, orto tofix anyo overhead, profit, orc coste elements oftheR RFB/BIDP priceort the anya advantage againsta anyo other Bidder, oranyp personi interestedin inthe areh hereby notifiedthatall informations submittedis requiredi touset the official RFB/ BIDFORMS, andalla attachmentst itemizedh aretobe their RFB/BIDH hast beens submitted: ort ton refrainf fromE Bidding inc connectionw with such work; ort have brandforw whichheisa ana authorizedn representative, whichr meets ore exceedst the RFB/BID inanyr manner, directlyorir indirectly. soughtbys persont tof fixthep priceorp pricesi intheF RFB/BIDorof specificationf fora anyit item(s). RFB's/BID'sa areb basedo one equivalent products. indiçate ont the RFB/BIDp price ofanyo otherB Bidder, ortos securet througha anys collusion, conspiracy, connivance,or Referencet toli literature submittedv witha aprevious RFB/BIDV willr nots satislyt this provision. The PROPOSERF RESPONSIBILITY: Invitationt bythe" CITY tO-VENDOR'sis! based ont ther recipient's theser requirements ares subject! ton rejection. RFB's/BID's lacking anyw writteni indicationo ofir intentto Statel law." VENDOR'sor individualss submit theirn responses onaw voluntaryt basis, andt thereforea are specificationsa asli listedo on theF RFB/BIDF FORM. The Grant/FinanceA Administratoris tober notified, in EXAMINATIONO OF BIDD DOCUMENTS: EachE Bidder shallc carefullys examinet theR RFBBIDDocument destroyedm may. uponr ben returneda atthe Proposer's s/Bidder'se expense. Eachs samples shallbe arei ands shalli inform! himselft thoroughly regardinga anya anda alld and andit itemr reference. Sampleso ofsuccessfulF Proposer's s/Bidder'sit items mayn remain onf flef fort theterm "VENDOR" RESPONSIBILITY:" VENDOR's arek fullya ando completely responsible fort thek labeling. DOCUMENT RE-CREATION: "VENDOR" mayo choosel ton re- create anys document(s) required forthis responsible fora anyn mislabeledorn misdirecteds submissions, nor thosel handledbyd deliveryp persons, bei includedin anyr re-createdo document. Submittals may bed non- responsiveit frequired by" thep publict tot thek legala any) kind. Allresponses, inquirieso ord correspondence relatingto toori inreference However, changess shalln not be bindingu the" CITY unless bya Change Notice brand name andn number, RFB/BID number by mustben att time ofc opening. Samplesr notr returnedr may be time asd appropriate. Allrequiredi informationi int the original" "Ciry formatr must ands signed byt the designatedn whichi include VENDOR willinnow wayr relieve himof ACKNOWLEDGED Mazhozy ofu the Slateo ofFlorida, andreservest theright ina arrears orin default upona any debtor The" CITY FARAH TEASDALE-S.ANTHONY, A This document must be completed and returned with your submission. RFB: 2025-01: York Street Overlay HOLD HARMLESS AGREEMENT The Contractor agrees to hold the "CITY" of Bushnell harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement, to the extent that such claims are attributable, in whole The Contractor shall purchase and maintain workers' compensation insurance for all workers' compensation insurance and employers' liability in accordance with Florida Statute Chapter The Contractor shall also purchase any other coverage required by law for the benefit of Required insurance shall be documented in Certificates of Insurance and shall be provided to By signature upon this form the Contractor stipulates that he/she agrees to the Hold Harmless ori in part, to a negligent act or omission by the Contractor. 440. employees. the "CITY" representative requesting the service. Agreement, and to abide by all insurance requirements. SUPERIOR ASPHALT,INC. Contractor-VENDOR" Printed Name 2025-01 YORK STREET OVERLAY AGe 9 Signature 17217024 Date 11.29.2089 Project Name The effective date of this Hold Harmless Agreement shall be for the duration of this project. This document must be completed and returned with your submission. RFB 2025-01: York Street Overlay DRUG FREE WORKPLACE CERTIFICATE ,the undersigned, in accordance with Florida Statute 287.087, hereby certify that, SUPERIOR ASPHALT, INC. (Print or type name of "VENDOR") Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above and specifying actions that will be taken against violations of such prohibition. Informs employees about the dangers of drug abuse in the workplace, the "VENDOR"s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug Gives each employee engaged in providing commodities or contractual services that are under Notifies the employees that as a condition of working on the commodities or contractual services that are under RFB or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to any violation of Chapter 1893, or of any controlled substance law oft the State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written () statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is Makes a good faith effort to continue to maintain a drug free workplace through the "As a person authorized to sign this statement, Icertify that the above-named business, "VENDOR" or corporation complies fully with the requirements set forth herein." use violations. RFB or bid, a copy of the statement specified above. sO convicted. implementation of the drug free workplace program. Authorized! Aal 1129.2004 Date Signed Signature p3 122124 State of: RORIDA County of: HENNANJnO Sworn to and subscribed before me this 20t day of Novempen 2024. Personally Known X or Produced Identification (Specify Type of Identification) JENNIFER FUENTES Notary Public- State ofFlorida Commission # HH: 331737 Expires Nov 14, 2026 Bonded My through Comm. National Notary/ Assn. N My Commission Expires Nou 14 2026 (seal) This document must be completed and returned with your submission. RFB 2025-01: York Street Overlay SWORN STATEMENT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OFANOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the "CITY" of Bushnell GENERAL MANAGER - By_ DYLAN TEASDALE- - S.ANTHONY FARAH for SUPERIORASPHALT, INC. SRPROJECTI MANAGER (print individual's name and title) (print name of entity submitting swor statement) whose business address is_ P.O. BOX2 2489 ONECO, FL 34264 and (if applicable) its Federal Employer Identification Number (FEIN) is 65-1115948 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. lunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of ajury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. lunderstand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Apredecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted ofa public entity crime in Florida during the preceding 36 months shall be lunderstand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are misrepresentation. means: considered an affiliate. active in management of an entity. RFB 2025-01: York Street Overlay d. Based on information and belief, the statement which Ih have marked below is true in relation to the entity submitting this sworn statement (indicate which X Neither the entity submitting this sworn statement, nor any ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate oft the entity has been charged with and convicted of a public entity crime subsequent to The entity submitting this sworn statement, or one or more ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate oft the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this sworn statement, or one or more ofi its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted statement applies). July 1, 1989. 1,1 1989. "VENDOR" list. (attach a copy of the final order) IUNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY ID ENTIFIED IN PARAGRAPH1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLYAND, THATTHIS FORM IS VALID THROUGH DECEMBER: 31 OF THE CALENDAR YEAR IN WHICHI IT IS FILED.IALSO UNDERSTAND THATIAME REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTOA CONTRACT IN EXCESS OF THE THRESHOLD. AMOUNT PROVIDED IN SECTION: 287.017, FLORIDA! STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. ARt Authorized Signature Date Signed g 122.2024 lilizlzy State of: FLUIA County of: HENNANO Sworn to and subscribed before me this 20+- day of fVoVéMBER, 20ZV Personally Known X or Produced Identification (Specify Type of Identification) JENNIFERF FUENTES Notary Public- State ofF Florida Commission #HH 331737 My Comm. Expires Nov 14, 2026 Bonded through National Notary Assn. My Commission Expires Abo 14 2026 (seal) This document must be completed and returned with your submission. RFB 2025-01: York Street Overlay CONFLICT OF INTEREST DISCLOSURE FORM HEREBY CERTIFY that 1. (printed name). DYLAN TEASDALE- - S. ANTHONY FARAH "VENDOR" of ("VENDOR" Name) SUPERIOR ASPHALT,INC. address is P.O. BOX 2489 ONECO,FL 34264 am whose the (title). GENERAL MANAGER- SR PROJECT MANAGER and the duly authorized representative of the and that I possess the legal authority to make this affidavit on behalf of myself and the "VENDOR" 2. Except as listed below, no employee, officer, or agent of the "VENDOR" have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with 3. This bid proposal is made without prior understanding, agreement, or connection with any. corporation, VENDOR," or person submitting al bid proposal for the same services andi is in all for which la am acting; and, this project; and, respects fair and without collusion or fraud. EXCEPTIONS (List) Authorized Date Signed AGe 49 11.20.9994 M/22/2024 Signature State of: ELORIDA County of: HEnalanDo Sworn to and subscribed before me this 20 day of NOVÉMBER 2027 Personally Known X or Produced Identification (Specify Type of Identification) JENNIFER FUENTES Notary Public- State ofFlorida Commission # HH 331737 My Comm. Expires Nov 14, 2026 Bonded National through? Notary Assn. - (seal) My Commission Expires Nov 1V2024 N This document must be completed and returned with your submission. RFB 2025-01: York Street Overlay IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal oft the firm, and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFB) submittals. Further, Consultants/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time oft the submission of the ConsultantBidder's proposal. Acceptable evidence consists of a copy oft the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify The City of Bushnell will not intentionally award City contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). The City of Bushnell may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA: shall be grounds for unilateral Consultant attests that they are: fully compliant with all applicable immigration laws (specifically tot the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the program may deem the ConsultantBidders proposal as nonresponsive. termination of the contract by the City of Bushnell. time of submission of the ConsultantBidder's proposal. Company Name: SUPERIOR ASPHALT, INC. Print Name: DYLAN TEASDALE-S S. ANTHONY FARAH Title:GENERAL MANAGER- SR PROJECT MANAG W(222024 Signature 1 20 State of: FLoEIDA County of: HCRNAnDo Afar Date: /.22.2094 Sworn to and subscribed before me this 20 day of AvEmBE,202Y Personally Known X or Produced dentification (Specify Type of Identification) JENNIFER FUENTES Notary Public- State ofFlorida Commission Expires #HH3 Nov 331737 14, 2026 My Comm. Bondedt through National NotaryA Assn. A My Commission Expires Pov 142024 (seal) The signee of this affidavit guarantees, as evidenced by the affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. This document must be completed and returned with your submission. RFB 2025-01: York Street Overlay FORM 1 "VENDOR" PROFILE SUPERIOR ASPHALT, INC. Submitted by (Company Name) Circle one of the following: Addendum No. 1 City of Bushnell RFB2 2025-01 YORK: STREET OVERLAY To: All Plan Holders fort the above referenced project From: City of Bushnell, Mike Eastburn meastburn@cityotbushnelfr.com or 352-793-2591) Date: November 13, 2024 RE: Addendum No. 1-y YORK STREET OVERLAY Addendum No. 1: The City desires to update the "Scope of Services" to also include: 1. Application of an asphalt leveling course 2. Application of appropriate markings (including speed bumps) Please Acknowledge Receipt of Addendum No. 1: uzol2y Bidder's Signature Date RFB2025-01 Page 1of1 RFB: 2025-01: York Street Overlay BIDDER'S ACKNOWLELEDGMENT FOR CITY OF BUSHNELL Name of VENDOR" Submitting Bid C.W. ROBERTS CONTRACTING Inc. Name of Person Submitting Bid Stuart Savoy BIDDER ACKNOWLEDGMENT "The undersigned hereby declares that helshe has informed himself/herself fully in regard to all conditions to the work to be done, and that he/she has examined the RFB and Specifications for the work and comments here to attached. The "VENDOR" proposes and agrees, if this submission is accepted, to contract with the' "CITY" of Bushnell to furnish all necessary materials, equipment, labor, and services necessary to complete the work covered by the RFB and Contract Documents for this Project. The "VENDOR" agrees to accept in full compensation for each item the prices named in the schedules incorporated herein." Signature 11/24/24 Date 2025-01 RFB Number S [_ICheck if exception(s) or deviation(s) to specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation. This form must be completed and returned with your submission. 18 RFB: 2025-01: York Street Overlay Statement of Terms and Conditions PUBLICENTITY CRIME: Apersond or affiliatev whor has beeng placedo ont thec convicted VENDOR list PUBLICR RECORDS LAW: Correspondence, materials and documents receivedp pursuant! tothis performy worka asad Contractor, sub-Contractor, or Contractor under acontract Signature ofthe Bidder: TheB Bidder must signt the RFB/BIDF FORMS inthes space provided forthe providedins Section 287.017, for CATEGORY TWOfora aperiodaf3 36r monthsf fromt the date beneath such signature. Inthec case ofap partnership, thes signature ofa atk least one ofthe partners INDEMNIFICATION. The Contractor agreest toindomnify andholdharmless! the" "CITY dfBushnell, beneath such signature. IftheF Proposer/Bidder: is acorporation, thet titled ofthe officer signingthe disease, personali injury or doath, ortoir injuryt toord destructiono oft tangiblep propertyi indudingtheld loss Basis forE Bidding: The price proposedf for eachi items shall bec onalumpsum orunit price basis dfu resulting therefroma andis whole part by anyn negligenta actord omission accordingtos specifications ont the RFB/BID FORM. Theproposed, prices shall remain unchanged! for applicable, arer receiveda at Contracts/Purchasing: andt thet time the CITY awards the contract, no shall bethe aggregate thel sum prices and/or unitp prices multiplied byt the proposer, nolobbyist, principal, or ather person may on behalf competingp partyina appropriate estimated fort thei individuali itemsa ands shallbes statedi int figures inthe particularg procurementr matter, anymemberc ofthe" CITY," ora any cITY employee other thant the appropriate place ont the RFB/BIDF FORM. Inthe eventu thatt therei isad discrepancy onthe RFB/BID acknowledges compliance with alla antitrust laws ofthel United States andt thes State ofFlarida, in markedo onthef front lowerl lefts side, witht the RFBi identification. Tabulationr requestedbyt telephone, CONFLICT OF INTEREST: The: award afthecontracth issubjectiother provisionsof OBLIGATION OF WINNINGE BIDDER: The contents ofthe RFB/BID ofthes successlul interpretation receivedb byt the GrantF inance Administrator before the date listed herein willbeg given least ninety (90) calendar days afert the deadinef for receipt ofthe RFB/BID. Submitters priort tothee establishe hed RFB B/BID date. Each" VENDOR" shall acknowledge as ablitytop providet thes services. The" "cY ther rightton makei investigations ofthe acknowledger receipt ofs such addenda ora addendum, his offerv willr nevertheless! be construedas PREPARATION COSTS: The CITY: shallr obligatedo orbel liable for any costs incurredby CONTRACTOR donote expresslyo orb byi implication represent! thatt the actuald quantitiesi involvedv will DELIVERY: Allpricess shallbeF FOBD Destination, Sumter County, Florida, insided delivery unless becauseofs such estimate or quantities ofwork performedo orr materialf furnishedin in: accordance with ADDITIONAL SERVICESPURCHASES BYO OTHERF PUBLIC AGENCIES ("PIGGY-E -BACK"): the Specifications andlor Drawings ando ather Proposals/Bid Documents, andit itisunderstood: thatthe The VENDOR bys submittinga aBida acknowledgest thatother Public Agencies mays seek o Piggy- quantitiesr may beir increasedo or diminisheda as provided! herein without anyw wayi invalidating anyof Back under the same terms and conditions. during the effective period ofa anyr resulting contract- ben responsi ble for complying witha allf federal, state andk local! laws, ordinances, rulesa andregulations basis. Beforea aPublic Agencyis allowedt toPiggy-B Back any contract, the Agencyn mustf first obtain responsetot this solicitation becomet thep property oft the Unless information submittedis requiredt touset the official RFB/ BIDFORMS, anda alla attachments itemized herein, aretobe proprietary, copy written, trademarked, orp patented, the" CITY ther rightto utilize anyorall submitted asa single document. Anyy fromt ther specifications mustbec clearly inanymanner, directlyorir indirectly. soughtbyp persont tofixt thep priceo or pricesk int the RFB/BIDorof specificationf for anyit item(s). FRFB's/BID's are basedo on equivalent products, indicate onthe RFB/BIDp price ofa anyo other Bidder, ortos securet througha anyo collusion, conspiracy, connivance,or Referencet toll literature submittedy withaprevious RFBBID willr nots satisfy this provision. The followinga as conviction anyg goodsors work, may not submit proposals/bids witha any publice entity, andmayn nott ofbeing placed the convicted" VENDOR" list. entity crime may nots provide RFB/BIDE publicn recordss subject tothe provisions of Chapter 119, Florida Statutes. entity, forthe construction or repair ofap public buildingo orp public propertyt to public entity, may notbe OF TIME: Nextel timels Isherebys PREPARATIONOFF PROPOSALS S/BIDS: ast thec Official Time ofthe "CIYs. witha any public entityi inexcess oft thet threshold signature. Ifthe Proposer/Bidder: isani individual, thev words 'doing businessa as." must appear must followt the VENDOR name and they words, "Member ofthe" VENDOR" should be written RFB/BIDont behalfoft the corporationn must bes stated: ande evidenced ofhis authorityt tos sign the thec duration ofthe andnoclaims for coste escalation duringt thep progress afthev work wilbe Total ProposedF Price/Total Contract Sum Proposed: lfapplicable, thet total pricet bid forthe work TABULA ATION: Thosev wishing tor and officialt tabulation ofther results ofthe opening ofthis aretos submita self-addressed, stampedb businesss size (No. 10)e envelope, prominently faxore electronic media will not be accepted. award andsuch VENDOR" mayb beremoved from future participation. ADDITIONAL REQUIREMENTS: The "cIYmayr proposals oft the" VENDOR" asito deems appropriate. will proceedir RECEIPTOF NOTICE TOF upon otherwises the Back. andt theire elected officials, employees andy volunteers from anda against allo claims, losses and submittalsf forl Invitationt to Bidorthe forF Proposals, orP Proposals, orir information, as GrantFinance/ Administrator.) Violation ofthisp Inwritingtothe" CITY Grant/Finance/ Administrator. ANTITRUSTL LAWS: By submissiono ofas signed RFB or BID, thes successful VENDOR" ordert top protect! the public fromr restraint oft trade, which llegally increases prices. Chapter 112oftheF Florida Partner, Associate, or Agent whois also and Officer, Appointee, or Employee ofanyo ofthe" cYsat thet time ofthe RFBOrBID, oratthet ofoccurrence the Conficto Interestt thereafter. any VENDOR astother meaning RFB/BID Contract consideration. Allsucho changes or and, ifissued, willl ben ors sentbya viable electronicn means to alla attending receipto ofs such addendai inthe spacep provided. Inc case any ProposerBidderf failsto thoughithad! been and: will bet bound bys such responsibilty ofe eachp proposerb bidder tov verifyt that hehas receiveda alla addendai issued before Inthe ofunitp materialstob befurishedu under this tobe used solely for the corresponde exactly therewith, nors shall the" VENDOR pleadm misunderstandings orc deception the unit orl lumps bid. GOVERNINGI LAWSA AND REGULATIONS: The VENDOR isrequired! tobef familiary with ands shall informations submitteda asparto orins support tenc days after openingo oft the incompliance with Chapter 119. and2 287 ofthe Florida Statutes. information, ideas, TAXES: The CITY ofBushnelli is exemptfr from anyt taxes imposedbyt the State and/or Federal ands Exemptiono DECLA shallnatcollude, conspire, conniveo or agree, directly or indirectly, with any other Proposer, orp persontos submita acollusiveors sham their RFB/BIDH hast beens submitted; ort torefrainf from Biddingino connection with suchy work; or have brandfory which! heis ana anyotherE Bidder, ortofix any overhead, proft, orcoste elements ofthe RFB/BIDp priceo orthe unlawfula agreement any advantage against any otherE Bidder, ora any person interestedi inthe proposedv work. PROPOSER RESPONSIBILI TY: Invitationt bythe" CITY 1O"VENDOR's! based ont ther recipient's theser requirements ares subjecttor rejection. specificn request or ast the result ofresponse bythe publict tothe legal advertisements requiredby quote ana brandy will be ando State law. VENDOR'sori individualss submitt theirn responses onay voluntary basis, andt thereforea are specifications as ont the RFB/BIDF FORM. The note ubmittedb bythe" VENDOR's willb becomet the propertyofu the CITY. Referencet toliterature previous RFB/BIDV willnotr relieve the Bidderf fromi includinga anyre requiredd documents construedasg guaranteed minimums. with thisF arei included. and shalli inform himselfu thoroughly regarding anya anda all conditions and andi item reference. Sampleso ofs requirements thatn mayin any manner aflect cost, progress or performance ofthe work tobe thec obligations "VENDOR" responsiblef for any mislabeledo orr misdirecteds submissions, nort thoset handledb by delivery persons, beindudedi inanyn couriers, ort the USF Postals Service. DRUGI FREEV ACE: AIIF Proposers/Bidders: shall submitt thee enclosed, dulys signeda and notarized form entitled" "DrugF Free Workplace Certificate." The Drug Freev Workplace "VENDOR" shall theb ofd demonstratingthat! his programo complies with Section oftheF Flaridas Statutes, and anyo other applicable state law. THE "CITY" OF BUSHNELL, isa politicals torejecta any andlor alls submittals, reservest ther rightto waive anyi informalities orie irregularitiesi inthe examinationg process. andn reservest ther righttoa awardo contractsir inthet besti interesto ofthe" CITY," Submittalsn notn meetings statedn minimum! terms andp proposals mayber rejected bythe" "CITY as-non- responsive. The" CITY reservest ther rightton reject anyor submittals ther thes contracttothe" whohasf failed! perform faithfully: anyp previous withthe "CY's orwitho atherg govemmental agencies. expenses, including) legal costs, arising out oforn resulting! from, thep performanced ofthis contract, RFB/BIDn must be submitted. TheF providedt thata anys such dlaims, damage, loss ofe isa attributedt tob bodily injury, sickness, address ofeachp interestedt therein. PROHIBITION OF LOBBYING: Duringthet blackoutp periody whichi ist thep period! betweent the timet the considered, unless otherwise provided! herein. Allquestionsr regarding this Request forF Proposals (RFB)or Invitationt toE Bid( (BID) must bes submitted usedtod determinet the projecth bid amount. shall stateinthe RFB/BID FORMS the and afthe resultino of violating party. FORMO price or additions, thec extensions anda additionss shallt be shall discloset thenameo of any Officer, Director, proposerlbidder wil become contractual obligations facquisition action ensues. ofthe AND ADDENDA: Noc oral interpretations willl ber madeto AWARDO OF BID: tist the CIYsintentte to selecta" VENDOR' withins sixty (60) calendar days of to obligationsi inac may resultino cancellation ofthe fumishs sucha additionali information asthe Anyinquiryo or requestf for thed deadinef forr receiptof Proposals/Bids." However, Proposals/Bids must bey validforz award forat willl ber madek writing in thef fommo ofana thes bid willo constitute orr not receivedb by' him. Itisthe theg ofwork be done and OfRFB's/BID's received. The "cmy and/or his require. Thisi includesi informationy whichi indicatesf financial resources asv well withouto delays. The Contractors shall commencet they work UPON ProposersBidders prior to issuance dfac contract. Allcosts top prepare and submita aresponset tothis TIMELINESS: Ally work willd commence upon authorization from the "CIYs representative. Allwork cknowledgment ofther receipto ofs same. Alla addenda are aparto the RFB/BIDF FORMS ande each RFB/BIDS shallt bet by the and/or ORDER aret tobe considereda as approximateo onlyand PRESENTED) and shall deliver ina accordancet tothet terms and conditions outineda anda agreed and/or purchases being offered this Bid, forthe prices and/or terms proposed. has thes option toagree or disagreet to allow contractF Piggy- Backs ona case-by- -case approval withoutt the" VENDOR"s sapproval, thes seekingA Agency cannot Piggy- stated onthe FORM: andlor ExceptionsDeviations: Sheet(s). Onlys ones setofplans, forms, will bef furnishede each company or corporationi interestedi insubmittinga ProposalBid. RFB/BIDF documents fort this project aref free of charge and are online. MANUFACTURERS) NAME ANDA APPROVED EQUIVALE ENTS: Anyn names, brandr names, information andlor catalogn numbers! listedi inas unless indicated. The Proposer/B Bidder may offera any representative, which meets orexceeds! theF RFB/BID product name and! andlorc complete specifications. ProposerBidder: shall explain inc detalt ther reason(s) whythep proposede equivalent willr meetthe specifications andr notb be considered ane exception thereto. RFB's/BID's which donot comply with writing. of any proposed changesi in materials used. manufacturing process, or construction. QUANTITIES: Thec quantities as spedifiedinthis RFBBID are estimates onlya anda are nottobe SAMPLES: Samples ofitems, called for, shallbef furnished free ofexpense. andifnot ofthecontract. Request forn retumafs samples shalll bez accompanied! by instructions which include disposedo ofbythe" CITY withn ar reasonable time asc deemeda appropriate. informationis isnotincludedi re-createdd document. ACKNOWLEDGED S INFORMATION: VENDOR's aret hereby notifiedthatal orp portions ofany RFB/BID, initsbesti interest. will be providedy upon request. Bysigningt this RFB/BID, all VENDOR's shall willbea forp publici inspection PLANS, FORMS & SPECIFICATIONS: BidP Packages are availablef fromt the Grant/Finance or untilas short! listis mended whichevero comes first, Administrator." These packages are availablef forp pickuporb bymail, lfrequested tomail, the submittedin musts supplya intendedt tolimito RFB/BIDF FORMI ther (UPS. FedEx, etc.) ProposersBidders: are trade fori connection witht thev forv which lacking anyy Indicationofintentto incomplete compliancey with the Administratori istoben notified,in ofany kind. CITYSHIP OF SUBMITTALS: Allresponses, inquiries or relatingtoorin inreference However, changes not bebindingu upont the" "CITY unless evidencedbya Change Notice andall reports, charts, displays, schedules, exhibits ando other documentation issued ands signed! by the Grant/Finance Administrator, or designated representative. EXAMINATION OF BIDE DOCUMENTS: EachE Bidders shallc carefuly examinet the RFB/BID Document destroyedr may, upon request, ber retumed atthe Proposer's s/Bidder's expense. Eachs sample shallbe toensure all have been received, all drawingsa and/or Specifications: ando other applicable labeledv with the Proposer's s/Bidder's manufacturer brand namea andn number. RFB/BID number performedu under the Contract Ignoranceo ont thep parto ofthe" VENDOR" willinnow wayr relieve himof shippinga authorization and mustb ber att time ofd opening. Samples notr retumedir may! be identification andd deliveryo ofu theirs submittals. The Cty Manager/Public WorksD Directorv willr notbe solicitation, butn must dos so his own Allrequiredi informationin intheo original" "Ciy format must Proposer's items may remainonf filefort thetem re-create any documentsrequired fort this Submittalsn maybed deemedr non-responsiveit frequired assumed under the Contract. "VENDOR's aref fully andc completely responsible fort thelabeling. DOCUMENT RE-CREATION: "VENDOR" ofthe Stateo ofFlorida, andre reserves theright withouto cause. The" cy any" VENDOR" inarrears orin default upona anys debtor This document must be completed and returned with your submission. 19 RFB 2025-01: York Street Overlay HOLD HARMLESS AGREEMENT The Contractor agrees to hold the "CITY" of Bushnell harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement, to the extent that such claims are attributable, in whole The Contractor shall purchase and maintain workers' compensation insurance for all workers' compensation insurance and employers' liability in accordance with Florida Statute Chapter The Contractor shall also purchase any other coverage required by law for the benefit of Required insurance shall be documented in Certificates of Insurance and shall be provided to By signature upon this form the Contractor stipulates that helshe agrees to the Hold Harmless ori in part, to a negligent act or omission by the Contractor. 440. employees. the "CITY" representative requesting the service. Agreement, and to abide by all insurance requirements. Stuart Savoy Contractor-VENDOR" Printed Name aes York Street Overlay Project Name 11/21/24 Date The effective date of this Hold Harmless Agreement shall be for the duration of this project. This document must be completed and returned with your submission. 20 RFB 2025-01: York Street Overlay DRUG FREE WORKPLACE CERTIFICATE 1, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, C.W. ROBERTS CONTRACTING Inc. (Print or type name of "VENDOR") Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above and specifying actions that will be taken against violations of such prohibition. Informs employees about the dangers of drug abuse in the workplace, the "VENDOR"s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug Gives each employee engaged in providing commodities or contractual services that are under Notifies the employees that as a condition of working on the commodities or contractual services that are under RFB or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to any violation of Chapter 1893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is Makes a good faith effort to continue to maintain a drug free workplace through the "As a person authorized to sign this statement, Icertify that the above-named business, "VENDOR" or corporation complies fully with the requirements set forth herein." use violations. RFB or bid, a copy of the statement specified above. sO convicted. implementation of the drug free workplace program. EE 11/21/24 Date Signed State of: Florida County of: Sumter Sworn to and subscribed before me this 21 day of November 20_24 Personally Known A or Produced Identification (Specify Type of Identification) ROBIN MANIES Notary Public State of Florida Comm# HH446738 Expires 11/13/2027 of Jup Signature Notary My Commission Expires (seal) This document must be completed and returned with your submission. 21 RFB 2025-01: York Street Overlay SWORN STATEMENT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the "CITY" of Bushnell By_ Stuart Savoy Vice President (print individual's name and title) for C.W. ROBERTS CONTRACTING, Inc. (print name of entity submitting sworn statement) whose business address is_ 4208 County Road 124-A Wildwood, Fl. 34785 and (if applicable) its Federal Employer Identification Number (FEIN) is 59-1683951 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or oft the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. lunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. lunderstand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Apredecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affliate"includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting ac controlling interest in another person, or a pooling of equipment ori income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be lunderstand that a' "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are misrepresentation. means: considered an affiliate. active in management of an entity. 22 RFB 2025-01: York Street Overlay d. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this sworn statement, or one. or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer oft the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted statement applies). July 1, 1989. 1, 1989. "VENDOR" list. (attach a copy of the final order) IUNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY ID ENTIFIED IN PARAGRAPH1 (ONE). ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THATT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.IALSO UNDERSTAND THATIAM REQUIRED TOI INFORM THE PUBLIC ENTITY PRIORTO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED! IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. 11/21/24 Date Signed State of: Florida County of: Sumter Sworn to and subscribed before me this 21 day of November Personally Known x or Produced Identification 2024 (Specify Type of Identification) ROBIN MANIES Notary Public State of Florida Comm# HH446738 Expires 11/13/2027 Aun Signature of Notary My Commission Expires (seal) This document must be completed and returned with your submission. 23 RFB: 2025-01: York Street Overlay CONFLICT OF INTEREST DISCLOSURE FORM IHEREBY CERTIFY that 1. ( (printed name) Stuart Savoy the (title). Vice President for which I am acting; and, this project; and, am whose and the duly authorized representative of the "VENDOR" of (VENDOR"Name) C.W. ROBERTS CONTRACTING, Inc. address is_ 4208 County Road 124-A Wildwood, F1. 34785 and that I possess the legal authority to make this affidavit on behalf of myself and the VENDOR" 2. Except as listed below, no employee, officer, or agent of the VENDOR" have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with 3. This bid proposal is made without prior understanding, agreement, or connection with any corporation, "VENDOR," or person submitting a bid proposal for the same services and is in all respects fair and without collusion or fraud. EXCEPTIONS (List) N/A MF 11/21/24 Date Signed State of: Florida County of: Sumter Sworn to and subscribed before me this 21 day of November 20_24 Personally Known X or Produced Identification (Specify Type of Identification) ROBIN MANIES Notary Public State of Florida Comm# HH446738 Expires 11/13/2027 JAluNae Signature of Notary My Commission Expires (seal) This document must be completed and returned with your submission. 24 RFB2025-01: York Street Overlay IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm, and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFB) submittals. Further, Consultants/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence oft their enrollment, at the time oft the submission of the ConsultantBidder's proposal. Acceptable evidence consists of a copy oft the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify The City of Bushnell will not intentionally award City contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). The City of Bushnell may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA: shall be grounds for unilateral Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), and agrees to comply with the provisions oft the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the program may deem the ConsultantBidder's proposal as nonresponsive. termination of the contract by the City of Bushnell. time of submission of the ConsultantBidders proposal. Company Name: C.W. ROBERTS CONTRACTING, Inc. Signature TE Print Name: Stuart Savoy Title: Vice President Date: 11/21/24 State of: Florida County of: Sumter Personally Known W Signature of Notary My Commission Expires (seal) Sworn to and subscribed before me this 21 day of November 20_24 x or Produced Identification (Specify Type of Identification) ROBIN MANIES Notary Public State of Florida Comm# HH446738 Expires 11/13/2027 The signee of this affidavit guarantees, as evidenced by the affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. This document. must be completed: and returned with your submission. 25 RFB: 2025-01: York Street Overlay FORM 1 VENDOR" PROFILE C.W. ROBERTS CONTRACTING, Inc. Submitted by (Company Name) Circle one oft thet following: Corporation Partnership Individual Joint' Venture Other Describe: Unique Entity ID: Florida Contractor License Number:_ CGC1508536 Expiration Date: 8/31/2026 FEIN: 59-1683951 Office Location: 4208 County Road 124-A Wildwood, F1. 34785 Length oft time the Contractor has been doing business under this name in Florida: 48 + Length oft time your firm has provided services to governmental clients: 48+ Under what other name(s) has your firm operated: N/A Number of people in your organization:, 250 + years years Has or is your firm currently involved ina anyf formal court proceedings regarding any of your contracts? YES (NO) IfYes, attach a detailed explanation. 26 RFB 2025-01: York Street Overlay FORM 2 BID FORM Bidder agrees to perform all of the work described in the specifications for York Street Overlay for the sum of: Scvenly FNEThwsambT-lAs Anzents ($-75,000.0) Amount shall be shown in both words and figures. In case of discrepancy, the amount shown inv words will govern. CONTRACTOR'S GENERAL INFORMATION 1. How long have you been engaged in these services? 48+ Years 2. Do you or any of your employees possess any certifications, licenses or hold any FDOT Prequalified, CGC License, Professional Engineer-Civil degrees in a related field? Engineering Degree(s) 3. How large is your company? a. Full-time Employees 1200 + b. Part-time Employees 4. Please indicate the make, model and year for piece of equipment to be utilized. List should include all vehicles, trailers, heavy equipment, etc. See Attached Equipment List 27 CWR CONTRACTING, INC. Equipment Type Pickup Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickupl Trucks Pickup Trucks Vans Pickup Trucks Pickupl Trucks Pickup Trucks Sport Utility Vehicles SUV's, 41 Door Pickup Trucks Pickup Trucks Description 3/4 Ton Truck 3/4 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Tonl Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton) Truck 1/21 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/21 Ton Truck 1/2 Ton Truck 1/2 Ton Truck. 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 1/2 Tonl Truck 1/2 Ton" Truck Passenger Vans 1/2 Ton Truck 1/21 Ton Truck 1/21 Ton Truck 3/41 Ton Truck 3/4 Ton Truck Description! II 15.01276 Pickup, FordF F250 CC: 2010 15.01293 Pickup, Ford F250 4x4 CC 15.01306 Pickup, Ford F1502 2013 15.01307 Ford F150: 2014 Pickup 4X4 15.01308 Ford F150: 2014 Pickup 4X4 15.01323 Dodge Ram: 1500 15.01325 2014 Ford F150 15.01327 2015 Ford F150 15.01328 Dodge Ram Single Cab1 1/2 15.01333 White F-150> XLF Power Grou 15.01338 F2505 Super Duty Ford: 2016 15.01341 White 2016LGT Convtn!'F 15.01344 2016F F150 Ford1 Truck 15.01353 Dodge Ram: 2500ST 15.01355 Chevy: 25002 2017 15.01360 Chevy: 15002 2017 15.01361 Chevy 15002 2017 15.01362 Chevy 15002017 15.01366 Chevy 15002017 15.01368 Chevy 15002017 15.01369 Pickup,Chevrolet Colorado 15.01370 Pickup,Chevrolet Colorado 15.01371 Pickup, Chevrolet Colorad 15.01372 Chevy Silverado 2018 15.01373 EXT Express Passenger Van 15.01374 2018 Chevrolet Colorado 15.01375 Chevy 15002018 15.01376 Chevy 15002018 15.01377 2018 Jeep Grand Cherokee 15.01382 2019 Ford F-250 15.01383 2019FordF-250 Equip Rating 9,001-10,000GV 9,001-10,000GV 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 9,001-10,000 GV 6,001-7,000GVW 6,001-7,000 GVW 9,001-10,000 GV 7,001-8,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW: 6,001-7,000GVW 6,001-7,000GVW 9,001-10,000GV 9,001-10,000GV Pickup Trucks Pickup Trucks Pickupl Trucks Pickupl Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickup Trucks Pickup" Trucks Pickup" Trucks Sport Utility Vehicles SUV's, 41 Door Sport Utility' Vehicles SUV's, 40 Door Pickup Trucks Sport Utility Vehicles SUV's, 4 Door Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickup" Trucks Pickup Trucks Pickup Trucks 3/47 Ton' Truck 1/2 Ton Truck 1/21 Ton' Truck 1/2 Ton1 Truck 3/4 Ton Truck 1/2 Ton' Truck 3/4" Ton' Truck 3/4 Ton Truck 1/2 Ton Truck 3/41 Ton Truck 1/2 Ton Truck 1/2 Ton Truck 3/41 Ton Truck 1/2 Ton' Truck 1/2 Ton' Truck 3/4Ton1 Truck 3/41 Ton' Truck 3/4 Ton Truck 3/41 Ton" Truck 3/4 Ton Truck 1/21 Ton Truck 1/2 Ton Truck 3/41 Ton' Truck 1/2 Ton Truck 17 Ton' Truck 3/4 Ton" Truck 1/21 Ton Truck 3/41 Ton" Truck 3/4 Tonl Truck 3/47 Ton Truck 15.01384 2019 Ford F-250 15.01391 Pickup, Ford F150: 2018 15.01393 Pickup, Ford F1502 2018 15.01394 2019 Ford F150 15.01395 Pickup, Ford F250: 2019 15.01397 Pickup, Ford F1502019 15.01398 2019 Ford F-250 4X4 15.01399 2019 Ford F-250 4X4 15.01400 2019 Ford F-150 15.01401 2019 Dodge 25004 4X4 15.01402 2019 Ford F-150 15.01403 2019 Ford F-150 15.01405 2020 Ford Explorer 4X4 15.01406 2020 FordE Explorer 4X4 15.01407 2019 Dodge Ram: 2500 15.01408 2020 Ford Explorer 4X4 15.01409 2019 Ford F-150 Lariet 15.01412 Pickup, Dodge 1500 2017 15.01424 Pickup, Ford F2504 4X4: 201 15.01428 2019 Ford F2504 4X4 15.01429 Pickup, Ford F2504 4X4 15.01430 2019 Dodge Ram 2500 15.01431 2019 Ford F250 15.01433 2019 Ford F150 15.01434 2019 Chevy 1500 15.01435 2017F250 15.01436 2018F150 15.01437 2016F350 15.01439 2017FordF250 15.01440 2018F1504X2 15.01441 2018F2504X2 15.01445 2017F250 15.01446 2017F250 9,001-10,0006 GV 6,001-7,000 GVW 6,001-7,000GVW 6,001-7,000GVW 9,001-10,000GV 6,001-7,000GVW 9,001-10,000GV 6,001-7,000 GVW 6,001-7,000GVW 7,001-8,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 9,001-10,000GV 9,001-10,000GV 9,001-10,000GV 9,001-10,000GV 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GWW 6,001-7,000GWW 6,001-7,000GWW 6,001-7,000GVW 6,001-7,000GVW Pickup Trucks Pickup Trucks Pickupl Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickupl Trucks Pickupl Trucks Pickup Trucks Pickupl Trucks Pickupl Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup1 Trucks Pickupl Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup1 Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks 1/2TonTruck 3/4TonTruck 3/4Ton Truck 3/4Ton Truck 3/4TonT Truck 3/4Ton1 Truck 1/2Ton1 Truck 1/2TonT Truck 1/2Ton Truck 3/4Ton Truck 1/2Ton1 Truck 3/41 Ton1 Truck 3/47 Ton1 Truck 3/41 Ton1 Truck 3/4 Ton1 Truck 3/41 Ton1 Truck 3/41 Ton Truck 3/41 Ton Truck 3/47 Ton Truck 3/47 Ton Truck 3/4Ton1 Truck 3/41 Ton Truck 3/41 Ton' Truck 3/41 Ton1 Truck 3/41 Ton1 Truck 3/41 Tonl Truck 3/41 Tonl Truck 3/4T Ton1 Truck 3/4T Ton1 Truck 3/4Ton1 Truck 3/41 Ton1 Truck 3/41 Ton Truck 3/4TonTruck 15.01677 2024 Chevy 1500 15.01678 2024 Chevy 2500 15.01679 2024 Chevy 2500 15.01680 2024 Chevy 2500 15.01681 2024 Chevy 2500 15.01682 2024 Chevy: 2500 15.01683 20240 Chevy 1500 15.01684 20240 Chevy 1500 15.01685 20240 Chevy 1500 15.01686 2024 Chevy 2500 15.01687 2024 Chevy: 1500 15.01688 2024 Chevy 2500 Diesel 15.01689 2024F Ford F2508 8' Bed Die 15.01690 2024 Ford F2506 6.75'BedD 15.01691 2024F Ford F250 15.01692 20241 Ford F250 15.01693 2024Ford! F250 15.01694 20241 Ford F250 15.01695 2024Ford F250 15.01696 2024F Ford F250 15.01697 2024 FordF250 15.01698 2024 Ford F250 15.01699 2024Ford F250 15.01700 2024 Chevy: 2500 15.01701 2024 Chevy: 2500 15.01702 2024 Chevy: 2500 15.01703 2024 Chevy 2500 15.01704 2024 Chevy 2500 15.01705 2024 Chevy 2500 15.01706 2024 Chevy 2500 15.01707 2024 Chevy 2500 15.01708 2024 Chevy 2500 15.01709 2024 Chevy 2500 7,001-8,000GVW 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 7,001-8,000GVW 7,001-8,000GVW 7,001-8,000GVW 7,001-8,000GVW 7,001-8,000GVW 7,001-8,000GVW 7,001-8,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GWW 6,001-7,000GWW 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup" Trucks Pickup" Trucks Pickup" Trucks Pickup" Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickup1 Trucks Pickup Trucks Pickup1 Trucks Pickup1 Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks 3/41 Ton1 Truck 3/41 Ton1 Truck 3/4" Ton1 Truck 3/41 Ton Truck 3/4Ton Truck 3/4" Ton Truck 3/4" Ton Truck 3/47 Ton Truck 3/4 Ton Truck 3/41 Ton Truck 3/41 Ton' Truck 3/41 Ton' Truck 1/21 Ton Truck 1/2 Ton Truck 1/2TonT Truck 1/27 Ton Truck 1/2TonTruck 1/2TonTruck 1/2Ton Truck 1/21 Ton Truck 1/21 Ton" Truck 1/21 Ton Truck 1/21 Ton Truck 1/21 Ton Truck 1/21 Ton Truck 1/21 Ton Truck 1/21 Ton' Truck 1/2Ton Truck 1/2TonTruck 1/2TonT Truck 1/2Ton Truck 3/4Ton Truck 1/2Ton Truck 15.01710 2024 Chevy 2500 15.01711 2024 Chevy 2500 15.01712 2024 Chevy 2500 15.01713 2024 Chevy: 2500 15.01714 2024 Chevy 2500 15.01715 2024 Chevy 2500 15.01716 2024 Chevy 2500 15.01717 2024 Chevy 2500 15.01718 2024 Chevy 2500 15.01719 2024 Chevy 2500 15.01720 2024 Chevy 2500 15.01721 2024 Chevy 2500 Diesel 15.01722 2024 Chevy 1500 15.01723 2024 Chevy 1500 15.01724 2023 FordF F150 Lariat 15.01725 2023 FordF1501 Lariat 15.01726 2024 Ford F150 15.01727 2024 Ford F150 15.01728 2024 Ford F150 15.01729 2024 Ford F150 15.01730 2024 Ford F150 15.01731 2024 Ford F150 15.01732 2024 Ford F150 15.01733 2024 Ford F150 15.01734 2024F Ford F150 15.01735 2024 FordF F150 15.01736 2024FordF150 15.01737 2024FordF150 15.01738 2024FordF150 15.01739 2024FordF150 15.01740 2024FordF150 15.01741 2024FordF250 15.01742 2024FordF150 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 7,001-8,000GVW 7,001-8,000GVW 4,001-5,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 7,001-,000GVW 7,001-8,000GVW Pickupl Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickupl Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks PickupT Trucks MOT Truck MOT Truck 15.06014 Mech. Truck, Ford F550D 15.06019 2008 Ford F550 Diesel M/T 16,001-19,500G 19,501-26,000G 19,501-26,000G 26,001-33,000G 26,001-33,000G 19,501-26,000G 26,001-33,000G 19,501-26,000G 33,001GVW&OV 16,001-19,500G 16,001-19,500G 16,001-19,500G 16,001-19,500G 19,501-26,000G 16,001-19,500G 26,001-33,000G 26,001-33,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 26,001-33,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 14,001-16,000G 14,001-16,000G 14,001-16,000G 14,001-16,000G 14,001-16,000G 9,001-10,000GV Mechanic/Utility Truck 15.06028 2012 Ford F550 4X4 w/Cran Mechanic/Utilityl Truck 15.06030 Ford F550 4X4 w/ Crane 20 Mechanic/Utility' Truck 15.06031 2012 Ford F5504 4X4 w/Cran Mechani/UtiltyTrucki 15.06032 2012 Ford F550 4X4 w/Cran Mechanic/Utility Truck15.06033 2017 Mechanic' Truck Mechanic/Utility Truck 15.06036 2018 5500 Dodge Ram Mechanis/UtililyTrudk, 15.06039 2012 Ford F550 ServiceTr Mechanic/Utility' Truck 15.06042 2019 Ford F550 4X4 w/Cran Mechanic/Utility Truck 15.06045 2014 Ford F550 Medaneutlylna:5pop 2016 Peterbilt Mech1 Trk Mechanic/Utility Truck 15.06050 2020 F350 Mech Truck Mechanic/Utility' Truck 15.06052 2019 F5501 Mech Truck Mechanic/Utility Truck 15.06053 2020 Ford F550 Mechanic/Utility Truck: 15.06054 2020 Ford F550 Mechanic/Utility Truck: 15.06056 2018 Ford F550 Mechanic/Utility Truck 15.06059 2005 Ford F-350) XL Super Mechanic/Utility Truck: 15.06060 2011 FordF F-450 XL Super Mechanic/Utility Truck 15.06062 2022 Ford F550 4X4 w/Cran Mechanic/Utility Truck 15.06063 2022 Ford F550 TMAX1 Mechanic/Utility Truck 15.06064 2022 Ford F550 TMAX1 Mechanic/Utilityl Truck: 15.06065 2022 Chevy Silverado Mech Mechanic/Utility Truck 15.06066 2023 F550 Mech Truck On-Highway" Trucks Water Truck (Paving C:15.06034 2017 Asphalt Water Truck On-Highway Trucks Water Truck (Paving C15.06035 2017 Dodge Ram! 5500 On-Highway" Trucks Water Truck (Paving C15.06037 2018 Asphalt Water Truck On-Highway Trucks Water Truck (Paving C15.06038 2018 Asphalt Water Truck On-Highway" Trucks Water Truck (Paving C1 15.06040 2019A Asphalt Water Truck On-Highway' Trucks Water Truck (Paving C15.06041 2019 Asphalt Water Truck MOT Truck 15.06048 2008 Isuzu MOT Truck 15.06055 2021 Ford F550 Super Duty MOTTruck 15.06067 2023 Chevrolet 5500 Pickup" Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks On-Highway Trucks FlatbedTrucks On-Highway1 Trucks FlatbedT Trucks On-Highway Trucks Flatbed Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks On-Highway' Trucks Bare Chassis On-Highway Trucks Flatbed Trucks Pickup Trucks On-Highway' Trucks Water Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Mechanic/Utility Truck 15.06068 2024F750 Mech Truck Mechanic/Utility Truck15.06069 2023 Ford F250 Mech Truck Mechanic/Utility Truck: 15.06070 2023 Ford F350 Mech Truck Mechanic/Utility Truck: 15.06071 2023 Ford F350 Mech Truck Mechanic/Utilityl Truck: 15.06072 2023 Ford F550 Mech Truck Mechanic/Utilityl Truck1 15.06073 2024 Ford F550 Mech Truck 14,001-16,000G 7,001-8,000GWW 7,001-8,000GVW 7,001-8,000GVW 8,001-9,000GVW 8,001-9,000GVW 33,001GVW&OV 26,001-33,000G 33,001GVW&OV 10,001-14,000G 10,001-14,000G 26,001-33,000G 26,001-33,000G 26,001-33,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 26,001-33,000G 9,001-10,000GV 9,001-10,000GV 10,001-14,000G 26,001-33,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 15.07016 Flatbed, Ford F-550 CC,2 15.07043 2003, International Flatb 15.07046 2003 International FlatT 15.07047 2018 Chevy 3500 Flatbed 15.07048 2018 Chevy Flatbed 15.07057 2016 Silverado Flatbed 15.07058 2017 Silverado Flatbed 35 15.07063 2019 Peterbilt Roll Off 15.07066 2003 F750 Flatbed with Du 15.07067 2005 GMC! 5500 Cone Trk 15.07068 2006 GMC7 7500 Water Tank 15.07070 2020 F350 Flatbed 15.07071 2019FordF350 15.07072 2020 Ford F350 15.07073 Serv" Trk, 2021 Ford F350 15.07074 2021 Ford F550 15.07075 2021 Ford F350 Super 15.07077 2021 Ford F250 Super 15.07078 2021 Ford F350 Super 15.07080 2018 Ford F350 Super 15.07083 2020 Dodge Ram! Service Tr 15.07084 2019 Ford F450 15.07085 2015 Ford F450 15.07087 2022 Ford F250 Super 1Ton Truck 1Ton Truck 3/4 Ton' Truck 1Ton Truck MOTTruck MOT Truck 1Ton" Truck 1Ton Truck 1Ton Truck MOT Truck MOT Truck MOTTruck MOTTruck MOTT Truck 3/41 Ton Truck 1TonTruck 1Ton1 Truck 3/4 Ton Truck On-Highway' Trucks Water Truck (Paving C:15.07076 2021 Ford F350 Super Flat On-Highway' Trucks Water Truck (Paving C15.07079 2021 Ford F350: Super Flat Mechanic/Utility Truck 15.07081 2006 Ford F750 Service Tr Pickup Trucks Pickup1 Trucks Pickup1 Trucks Pickup1 Trucks Pickup Trucks Pickup1 Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup" Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks Pickup Trucks 3/41 Ton Truck 3/41 Ton' Truck 1Ton Truck 3/4 Ton' Truck MOT Truck 1TonT Truck MOTTruck 1Ton Truck 1Ton Truck 1Ton Truck 1T Ton Truck 11 Ton Truck 1Ton Truck 1Ton Truck 1Ton Truck 1Ton Truck 1Ton Truck 11 Ton1 Truck 1Ton Truck MOT Truck 15.07088 2022 Ford F250 Super Flat 15.07089 2022 Ford F250 Super FLat 15.07090 2016F Ford F350 Flatbed 15.07092 2022 Ford F250 Flatbed 15.07099 2022 Ford F350 Super 15.07100 2022 Ford F350 Super 15.07102 2022 Ford F450 10,001-14,000G 10,001-14,000G 10,001-14,000G 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 7,001-8,000GVW 7,001-8,000GVW 10,001-14,000G 10,001-14,000G 10,001-14,000G 10,001-14,000G 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 6,001-7,000GVW 9,001-10,000GV 9,001-10,000GV 33,001GWW&OV 26,001-33,000G 19,501-26,000G 33,001 GVW& Ov 33,001 GVW& Ov 33,001 GVW&Ov 33,001GVW&OV On-Highway' Trucks Water Truck (Paving C:15.07096 2006 Ford F-450) XL Super Mechanic/Utility Truck 15.07101 2022 Dodge Ram 5500 w/Cra Mechanic/Utility Truck 15.07105 2023 Ford F550 Mech Truck On-Highway' Trucks Water Truck (Paving C15.07103 2024 Ford F550 Flatbed On-Highway" Trucks Water Truck (Paving C/15.07104 2024 Ford F550 Flatbed 15.07106 2024 Ford F350 Flatbed 15.07107 2024 Ford F350 Flatbed 15.07108 2024 Ford F350 Flatbed 15.07109 20241 Ford F350 Flatbed 15.07110 20241 Ford F350F Flatbed 15.07111 20241 Ford F3501 Flatbed 15.07112 20241 Ford F350 Flatbed 15.07113 20241 Ford F350 Flatbed 15.07114 2024 Ford F350 Flatbed 15.07115 2024 Ford F350 Flatbed 15.07116 20241 Ford F350 Flatbed 15.07117 20241 Ford F350 Flatbed 15.07119 2024 Ford F550 Flatbed 15.08010 2007 Peterbilt 335 LubeT 15.08022 2015 Peterbilt w/ CurryB 15.08024 2008 Sterling 6500L LubeT 15.08025 2021 Peterbilt Lube Truck 15.08026 2021 Peterbilt Lube Truck 15.08027 2022 Peterbilt 337 FuelT 15.08028 2022 Peterbilt 337 LubeT On-Highway" Trucks Water Truck (Paving C15.07118 20241 Ford F550 Flatbed On-Highway Trucks Service Trucks On-Highway Trucks Service Trucks On-Highway" Trucks Service Trucks On-Highway" Trucks Service Trucks On-Highway Trucks Service Trucks On-Highway' Trucks Service Trucks On-Highway' Trucks Service Trucks On-Highway" Trucks Service Trucks On-Highway Trucks Service Trucks On-Highway Trucks Service Trucks On-Highway" Trucks Service Trucks Road Maintenance Eqi Sweeper Trucks Road Maintenance Equ Sweeper Trucks Road! Maintenance EqiVacuum Trucks On-Highway Trucks Water Trucks On-Highway Trucks Water Trucks On-Highway" Trucks Water Trucks On-Highway Trucks Water Trucks On-Highway" Trucks Water Trucks On-HighwayTrucks Water Trucks On-HighwayTrucks Water Trucks On-Highway' Trucks Water Trucks On-Highway" Trucks Water Trucks On-HighwayTrucks Water Trucks On-Highway Trucks Water Trucks On-HighwayT Trucks Water Trucks On-HighwayTrucks Water Trucks On-Highway Trucks Water Trucks On-Highway1 Trucks Water Trucks On-Highway Trucks Water Trucks On-Highway' Trucks Water Trucks On-Highway' Trucks Water Trucks 15.08029 2008 Peterbilt 335 LubeT 15.08030 2022 Peterbilt 3371 LubeT 15.08031 2024 Peterbilt 537 Lubel T 15.08032 2025 Kenworth' T380 Lube T 15.09010 2016 Elgin Sweeper Truck 15.09011 2022 Elgin Broombear w/Fr 15.09013 2024 Vaccon' Vac Truck 15.20005 1998 Chevy Water Truck 15.20008 2001 Sterling 8513 Water 15.20009 2003 Peterbilt Water Truc 15.20010 2006 Peterbilt Water Truc 15.20011 2003 Oshkosh' Water Truck 15.20012 2003 Oshkosh Water Truck 15.20013 2007 Freightliner WaterT 15.20016 2007 Kenworth Water Truck 15.20020 Peterbilt: 3571 Watertruck, 15.20024 2017 Kenworth' Water Truck 15.20025 20141 Kenworth' Water Truck 15.20027 International 4700: 2001 15.20033 2021 Freightliner WaterT 15.20034 2006 FordF F650XLS Super D 15.20035 2005 Sterling! L85002 2000 15.20037 2024 Freightliner WaterT 15.20038 2022 Pete WT2500AUTO 15.20039 20241 Frightliner Water Tr 33,001GVW&OV 10,001-14,000G 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 9,001-10,000GV 33,001GVW&O Ov 33,001GVW& Ov 33,001GVW&0 Ov 33,001GWW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001GVW&OV 33,001GVW&OV 33,001GWW&OV 33,001 GVW&C Ov 33,001 GVW&C Ov 26,001-33,000G 33,001 GVW8 & Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001GVW&OV 14,001-16,000G 33,001GVW&OV 33,001GVW&OV 33,001GWW&OV 26,001-33,000G 33,0010 GVW&Ov 19,501-26,000G On-Highway' Trucks Crash Cushion Trucks 15.09012 2021 Ford Attenuator Truc On-Highway Trucks Crash Cushion Trucks 15.09014 RPO: 2022 Ford Attenuator On-Highway Trucks Asphalt Distributors 15.21016 2015 For w/2,000 gal tank On-Highway Trucks Asphalt Distributors 15.21018 2018K Kenworth' TackTruck On-Highway" Trucks Asphalt Distributors 15.21020 2019E Etynrel Tack Truck On-Highway' Trucks Asphalt Distributors 15.21021 Pete/Leeboy: 2017 On-Highway' Trucks Asphalt Distributors 15.21022 2019 Etynre Tack" Truck On-Highway Trucks Asphalt Distributors 15.21023 2015 Etnyer Distributor On-Highway Trucks Asphalt Distributors 15.21024 2013 Freightliner On-Highway Trucks Asphalt Distributors 15.21025 2021 Kenworth' T370 Chassi On-Highway Trucks Asphalt Distributors 15.21026 2021 Roscoe Distributor On-Highway' Trucks Asphalt Distributors 15.21027 2021 Leeboy Max 3B Distri On-Highway' Trucks Asphalt Distributors 15.21028 2021 Etnyre w/ 22 Kenwort On-Highway Trucks Asphalt Distributors 15.21029 2021 Etnyre w/: 22H Kenwort On-Highway' Trucks Asphalt Distributors 15.21031 2019 Peterbilt 337 w/ Ros On-Highway Trucks Asphalt Distributors 15.21033 2023 Etnyre w/: 221 Kenwort On-Highway' Trucks Asphalt Distributors 15.21034 2022 Leeboy Max3B Distrib On-Highway Trucks Asphalt Distributors 15.21035 2023 Leeboy Distributor On-Highway' Trucks Asphalt Distributors 15.21036 2024L Leeboy! Distributor 19,501-26,000G 19,501-26,000G 19,501-26,000G 33,001GVWROV 33,001GVW&OV 33,001 GVW8 &0v 33,001 GVW8 &Ov 33,001 GVW&Ov 33,001 GVW&OV 33,001GVW8 &0 Ov 33,001GWW&OV 33,001GW&OV 33,001GVW&OV 33,001GVW&OV 33,001G GVW&Ov 33,001 GVW8 &Ov 33,001 GVW8 &0v 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&OV 33,001 GVW8 &0v 33,001 GVW &0v 33,001 GVW&Ov 33,001 GVW8 &Ov 33,001 GVW&Ov On-HighwayT Trucks Dump Trucks On-HighwayTrucks Dump Trucks On-Highway" Trucks Dump1 Trucks On-Highway' Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway Trucks Dumpl Trucks On-Highway" Trucks Dump Trucks On-Highway' Trucks Dump1 Trucks On-Highway" Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump1 Trucks On-Highway' Trucks Dump1 Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway1 Trucks Dump1 Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks 15.25031 2003 Kenworth T800 DumpT 15.25052 2006 Mack CV713 Dump1 Truc 15.25065 2008 Peterbilt 367 DumpT 15.25084 2009F Peterbilt: 367 DumpT 15.25086 2009 Peterbilt 367 Dumpl T 15.25087 2009 Mack GU813 Dump Truc 15.25094 20181 Kenworth T8CO Dumpl T 15.25095 2018K Kenworth' T800 DumpT 15.25096 2018K Kenworth T800 DumpT 15.25097 2018H Kenworth' T8000 DumpT 15.25098 20181 Kenworth' T800 DumpT 15.25099 2018 Kenworth, T800 Dump 15.25100 2019 Kenworth, T800 Dump 15.25101 2019 Kenworth," T800 Dump 15.25102 2019 Kenworth, T800 Dump 15.25103 2019 Kenworth, T800 Dump 15.25104 2019) Kenworth, T800 Dump 15.25105 2019 Kenworth, T800 Dump 15.25106 2019) Kenworth, T800 Dump 15.25107 20191 Kenworth, T800 Dump 15.25108 2019 Kenworth, T800 Dump 15.25109 2019 Kenworth, T800D Dump On-Highway' Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway* Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway* Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-Highway' Trucks Dump1 Trucks On-Highway' Trucks Dump Trucks On-Highway* Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway" Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway" Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-HighwayTrucks Dump Trucks On-HighwayTrucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway" Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-HighwayT Trucks Dump1 Trucks On-Highway Trucks Dump Trucks 15.25110 2006 Volvo Dump Truck 15.25111 2016 Peterbilt Dump Truck 15.25112 1991 International DumpT 15.25113 2012 Mack GU713 15.25117 20171 Mack GU713 15.25118 2017N Mack GU713 15.25119 2015 Mack GU813 15.25120 2015 Mack GU813 15.25121 2015 Mack GU813 15.25123 20181 Mack GU713 15.25124 2020 Kenworth' T800 15.25125 2020 Kenworthl T800 15.25126 2021 Kenworth' T880 15.25127 2021 Kenworth T880 15.25128 2021 Kenworth T880 15.25129 2021 Kenworth T880 15.25130 2021 Peterbllt 567 15.25131 2018 Volvo VHD84 15.25132 2018 Kenworth T440 15.25133 2018 Kenworth T440 15.25134 2017 Kenworth T440 15.25135 2016F Peterbilt 367 15.25136 2005 Mack CV713 15.25137 2022 Kenworth T880 15.25138 2017 Peterbilt! 567 15.25139 2018 Mack GU713 15.25140 2018 Mack GU713 15.25142 20201 International HX620 15.25143 2020 International HX620 15.25144 20201 International HX620 15.25145 2021 International HX620 15.25146 2019 Kenworth T800 15.25147 2019 Kenworth T800 33,001GVW& Ov 33,001GVW&OV 33,001 GVW&Ov 33,001GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001GWW&C Ov 33,001GWW&OV 33,001GWW&OV 33,001GWW&OV 33,001GWW&OV 33,001GWW&OV 33,001GWW&OV 33,001 GVW&Ov 33,001 GVW &Ov 33,001 GVW8 &Ov 33,001 GVW8 & Ov 33,001 GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001GVW&OV On-HighwayTrucks Dump' Trucks On-HighwayTrucks Dump Trucks On-HighwayTrucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-Highway' Trucks Dump1 Trucks On-Highway" Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-HighwayTrucks Dump1 Trucks On-HighwayTrucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway1 Trucks Dump Trucks On-Highway Trucks Dump1 Trucks On-HighwayTrucks Dump Trucks On-Highway1 Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump1 Trucks On-HighwayTrucks Dump1 Trucks On-HighwayTrucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-HighwayTrucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks 15.25148 2019 Kenworth' T800 15.25149 2019 KenworthT800 15.25150 2019 KenworthT800 15.25151 2019 Kenworth' T800 15.25152 2020 Kenworth' T800 15.25154 2023 Kenworth T880 15.25155 2023 Kenworth' T880 15.25156 2023 Kenworth' T880 15.25157 2023 Kenworth T880 15.25158 2023 Kenworth' T880 15.25159 2023 Kenworth T880 15.25160 2023 Kenworth T880 15.25161 2023 Kenworth' T880 15.25162 2023 Kenworth T880 15.25163 2023 Western! Star 47X 15.25164 2023 Western Star 47X 15.25165 2023 Western Star 47X 15.25166 2023 Western Star 47X 15.25167 2023 Western Star 47X 15.25168 2023 Western Star 47X 15.25169 2023 Western Star 47X 15.25170 2023 Mack GR84B Dump Truc 15.25171 2023 Mack GR84B Dump1 Truc 15.25172 2023 Mack GU813 Dump Truc 15.25173 2023 Mack GU813 Dump Truc 15.25174 2023 Mack GU813 Dump Truc 15.25175 2023 Mack GU813 Dump Truc 15.25176 2023 Mack GU813 Dump Truc 15.25177 2023 Mack GU813 Dump Truc 15.25178 2023 Mack GU813 Dump Truc 15.25179 2023 Mack GU813 Dump Truc 15.25180 2023 Mack GU813 Dump Truc 15.25181 2024 Kenworth T880 33,001GVW&OV 33,001 GVW&Ov 33,001 GVW8 &0v 33,001 GVW8 &Ov 33,001 GVW &Ov 33,001 GVW &Ov 33,001 GVW8 &Ov 33,001 GVW &Ov 33,001 GVW8 &Ov 33,001GVW &0v 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001 IGVW&Ov 33,001 GVW8 &0v 33,001 GVW8 &Ov 33,001 GVW8 &Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW8 &Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW8 &Ov 33,001 GVW &Ov 33,001 GVW &Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001GWW& Ov 33,001GVW&OV On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks On-Highway' Trucks Dump Trucks 15.25182 2024 Kenworth T880 15.25183 2024 Kenworth T880 15.25184 2024 Kenworth T880 15.25185 2024 Kenworth' T880 15.25186 20241 Kenworth T880 15.25187 20241 Kenworth T880 15.25188 2024 Kenworth T880 15.25189 2024 Kenworth T880 15.25190 2024 Kenworth T880 15.25191 20241 Kenworth' T880 15.25192 20241 Kenworth T880 15.25193 2024 Kenworth T880 15.25194 2024 Kenworth T880 15.25195 2024 Kenworth T880 15.25196 2024 Western Star 47X 15.25197 2024 Western Star 47X 15.25198 2024 Western Star 47X 15.25199 2025 Western! Star 47X 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW8 &0 Ov 33,001 GVW8 & Ov 33,001 GVW& Ov 33,001 GVW& Ov 33,001 GVW&C Ov 33,001 GVW&Ov 33,001 GVW&OV 33,001 GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW& Ov 33,001 GVW& Ov 33,001GVW& Ov 33,001GVW& Ov 33,001 GVW&Ov 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001GVW&OV 33,001 GVW&Ov 33,001 GVW&Ov On-Highway' Trucks Rear Discharge Mixer115.29001 2018 CNVYR 132 AGGI BIN On-Highway Trucks Rear Discharge Mixer 115.29002 2018 CT 200LP Silo On-Highway' Trucks Front Discharge Mixer 15.29006 2017 Phoenix Mixer On-Highway" Trucks Front Discharge Mixer 15.29008 2014 Advanced Mixer On-Highway Trucks Front Discharge Mixer 15.29009 2020 Oshkosh Mixer On-Highway' Trucks Front Discharge Mixer 15.29010 2020 Oshkosh Mixer On-HighwayTrucks Front Discharge Mixer 15.29011 2022 Oshkosh Mixer S2204 On-Highway Trucks Front Discharge Mixer 15.29012 2022 Oshkosh! Mixer S2204 On-Highway" Trucks Rear Discharge Mixer115.29013 2021 Kenworth T880 Beck M On-Highway" Trucks Rear Discharge Mixer115.29014 2025 Mack Granite 66BT Mi On-Highway" Trucks Tractor Trucks On-Highway' Trucks Tractor Trucks On-Highway Trucks Tractor Trucks On-HighwayTrucks Tractor Trucks On-HighwayTrucks Tractor Trucks 15.30021 2005 Peterbilt 378 Tracto 15.30027 2017 Kenworth' T800B1 TR 15.30028 T800 -White 15.30029 T800- White 15.30032 2020 Kenworth T800 On-Highway Trucks Tractor Trucks On-Highway" Trucks Tractor Trucks On-Highway Trucks Tractor Trucks On-Highway Trucks Tractor Trucks On-Highway" Trucks Tractor Trucks On-Highway' Trucks Tractor Trucks On-Highway" Trucks Tractor Trucks On-Highway' Trucks Tractor Trucks On-Highway Trucks Tractor Trucks On-Highway' Trucks Tractor Trucks On-Highway" Trailers Flatbed" Trailers 15.30033 2020 Kenworth T800 15.30034 2020 Kenworth T800 15.30035 2020 Kenworth T800 15.30036 2018 KWT880 15.30037 2022 Kenworth Tractor 15.30038 2022 Kenworth' Tractor 15.30039 2016 Peterbilt 389 15.30040 2022 Peterbilt 389 15.30041 20191 Mack PI64T 15.30042 2019 Mack GR64FT 8x4 15.36015 1955 Bama Flatbed Trailer 33,001 GVW&Ov 33,001 GVW&Ov 33,001 GVW&Ov 19,501-26,000G 33,001GVW&OV 33,001 GVW&Ov 33,001 GVW8 &0v 33,001 GVW &0v 33,001 GVW&Ov 33,001 GVW&Ov All All All All All All All All All On-Highway Trailers Cargo Van' Trailers 15.36016 1977 Great Dane Van Trail On-Highway' Trailers Cargo' Van' Trailers 15.36017 1990 Great Dane Trailer On-Highway" Trailers Cargo Van Trailers 15.36018 1991 Pines Van Trailer On-Highway Trailers Cargo Van' Trallers 15.36019 19744 40' Gindy' Van Traile On-Highway Trailers Cargo Van' Trailers 15.36020 1965 Trailmobile Van' Trai On-Highway* Trailers Lowboys, Unknown Ty 15.36026 20091 TrailKing 70RGI Lowbo On-Highway" Trailers Lowboys, Unknown Ty 15.36028 2017 Talbert Lowboy On-Highway Trailers Lowboys, Unknown Ty 15.36035 Trail Kg Lowboy Booster, On-Highway Trailers Lowboys, Unknown Ty 15.36036 LB35-33CS Lowboy On-Highway" Trailers Lowboys, Unknown Ty 15.36037 Eager Beaver 2019 On-Highway Trailers Lowboys, Unknown' Ty 15.36038 2008 Globe Lowboyl Trailer On-Highway" Trailers Lowboys, Unknown Ty 15.36040 Trail King TK1102 2001 On-Highway Trailers Lowboys, Unknown Ty 15.36042 2017 Etnyre Lowboy On-Highway Trailers Miscellaneous Trailers 15.36043 2005 Belshe Water Tank7 Tr On-Highway" Trailers Lowboys, Unknown Ty 15.36044 Towmaster Lowboy" Trailer On-Highway" Trailers Lowboys, Unknown Ty 15.36045 2021 Eager Beaver Trailer On-Highway Trailers Lowboys, Unknown Ty 15.36046 2013 ProLine DG50 On-Highway' Trailers Lowboys, Unknown Ty 15.36047 2019 Kaufman DP55 On-Highway' Trailers Lowboys, Unknown' Ty 15.36048 20191 Kaufman DP55 On-Highway Trailers Lowboys, Unknown Ty 15.36049 Lowboy Trailer On-Highway" Trailers Lowboys, Unknown' Ty 15.36050 EagleBeaver 50GSL-PT On-Highway* Trailers Lowboys, Unknown Ty 15.36051 2022 Etnyre Lowboy Traile 33,001G GVW&Ov 33,001GVW&OV 19,501-26,000G 19,501-26,000G 33,001 GVW&Ov 33,001G GVW&Ov 33,001 GVW&C Ov 33,001 GVW&C Ov 33,001 GVW& Ov 33,001 GVW&C Ov 33,001 GVW&Ov On-Highway" Trailers Lowboys, Unknown Ty: 15.36052 EagerBeaver 50GLB On-Highway Trailers Miscellaneous Trailers 15.40002 1995 Crosley Paint Traile On-Highway Trailers Miscellaneous Trailers 15.40003 Asphalt Roller Trailer Ye On-Highway' Trailers Miscellaneous Trailers 15.40005 MOT Cone Trailer Red Pipe On-Highway" Trailers Miscellaneous Trailers 15.40007 Tiger Line Tag Trailer On-Highway Trailers Miscellaneous Trailers 15.40008 2000 Pace AMerican Cargo On-Highway Trailers Miscellaneous Trailers 15.40009 2000F Pace American Cargo On-Highway Trailers Lowboys, Unknown Ty: 15.40010 1998 Etnyre Liq Asph Trir On-Highway' Trailers Miscellaneous Trailers 15.40013 2003 Pace AMerican Cargo On-Highway Trailers Miscellaneous Trailers 15.40014 2003 Home Made Utility Tr On-Highway Trailers Miscellaneous' Trailers 15.40015 2003 Home Made Utility Tr On-Highway' Trallers Miscellaneous' Trailers 15.40017 2005 Pace Amer UtilityTr On-Highway Trailers Miscellaneous Trailers 15.40018 2000 Utility Trailer On-Highway Trailers Miscellaneous Trailers 15.40019 1997 Utility Traller On-Highway" Trailers Miscellaneous Trailers 15.40020 2000 Utility Trailer On-Highway Trailers Miscellaneous Trailers 15.40021 1999 Utility Trailer On-HighwayTrallers Miscellaneous' Trailers 15.40023 2003 Utility Trailer On-Highway Trailers Miscellaneous Trailers 15.40024 2006 Anderson Utility Tra On-HighwayTrallers Miscellaneous Trailers 15.40026 7X18 Asphalt Roller Trir, On-Highway1 Trailers Material Washers 15.40027 Alkota 53551 PI Washer,200 On-Highway Trailers Material Washers 15.40028 Alkota 4355HF PV Washer,200 Aggregate Equipment Misc. Equipment 15.40029 Cargo Mate Sewer Video On-HighwayTrallers Miscellaneous Trailers 15.40031 Kodiak 7x16 Cargo Trailer On-Highway Trailers Miscellaneous Trailers 15.40032 5x10 Trailer,2006 On-HghwayTrallers Miscellaneous Trailers 15.40033 Anderson Con6x14 Trailer On-HighwayTrallers Miscellaneous Trailers 15.40035 Straight Edge Trailer,200 On-Highway Trailers Miscellaneous Trailers 15.40036 2005 6X16 Cone Trailer On-Highway' Trailers Miscellaneous Trailers 15.40037 1998 Customer Built GNTr On-Highway' Trallers Miscellaneous Trailers 15.40038 2007 Alkolta Pressure WTr On-Highway Trailers Miscellaneous Trailers 15.40039 Black Dual Axle On-Highway" Trailers Miscellaneous Trailers 15.40040 Works Straight Edge Trail On-Highway' Trailers Miscellaneous Trailers 15.40041 Pace EnclosedTrailer On-Highway Trailers Miscellaneous Trailers 15.40042 Pressure Washer Trailer 33,001GWW&OV All All All All All All All All All All All All All All Ali AIl All All All All All All All All On-Highway Trailers Miscellaneous Trailers 15.40043 Portable Onsite Fuel Tank On-Highway* Trailers Miscellaneous Trailers 15.40046 2008 Haulmark! EnclosedTr On-Highway Trailers Miscellaneous Trailers 15.40047 Anderson' Trailer On-Highway Trailers Miscellaneous Trailers 15.40049 2004 A-OK Cargo Trailer On-Highway' Trailers Miscellaneous Trailers 15.40050 2006 Anderson' Trailer On-Highway' Trailers Miscellaneous Trailers 15.40055 1998 Redihaul 500 GalTra On-Highwayl Trailers Miscellaneous Trailers 15.40078 Straight Edge Trailer, 20 On-Highway Trailers Miscellaneous Trailers 15.40083 Pace 7X16 Encls Trail,199 On-Highway' Trailers Miscellaneous Trailers 15.40084 Big Tex Black Core Rig, 2 On-Highway" Trailers Miscellaneous Trailers 15.40085 For Riv Conti Encls Trail On-Highwayl Trailers Miscellaneous Trailers 15.40086 Haulmark' 7X161 Trail,2008 On-Highway Trailers Miscellaneous Trailers 15.40089 2009 Straight Edge Traile On-Highway Trailers Miscellaneous Trailers 15.40095 1987 Ditch Witch Trailer On-Highway" Trailers Miscellaneous Trailers 15.40097 1999 Homemade Trailer On-Highway' Trailers Miscellaneous Trailers 15.40098 2006 MOTTrailer On-Highway Trailers Miscellaneous Trailers 15.40099 2007 Enclosed Utility Tra On-Highway' Trailers Miscellaneous Trailers 15.40100 2003 Rdmaster Enclosedi Tr On-Highway" Trailers Miscellaneous Trailers 15.40101 2002 Iron Dog Utility Tra On-Highway* Trailers Miscellaneous Trailers 15.40102 6x16 Black Utility On-Highway" Trailers Miscellaneous Trailers 15.40104 18'x1.2 Freeport On-Highway Trailers Miscellaneous Trailers 15.40105 Blower Trailer 2016 On-Highway" Trailers Miscellaneous Trailers 15.40106 Elite Trailer 2017 On-Highway Trailers Miscellaneous Trailers 15.40108 7x18 Utility Trailer On-Highway' Trailers Miscellaneous Trailers 15.40109 20181 Trimax Trailer Aggregate Equipment Miscellaneous Trailers 15.40110 2018 IronDog Dump Trailer On-Highway' Trailers Miscellaneous Trailers 15.40111 2019 Elite Traile On-Highway" Trailers Miscellaneous Trailers 15.40112 2019 Utility Landscape On-Highwayl Trailers Asphalt Distributor Tra: 15.40113 2008 Leeboy" Tack Trailer On-Highway Trailers Asphalt Distributor Tra 15.40114 1989 Aero Tack Sprayer On-Highway" Trailers Miscellaneous Trailers 15.40115 2010 CTRA Core Trailer On-Highway" Trailers Miscellaneous Trailers 15.40116 2010 Rolling Straight Edg On-Highway' Trailers Miscellaneous Trailers 15.40117 2011 Tilt Trailer On-Highway Trailers Miscellaneous Trailers 15.40118 20131 Tripler Crown Traile All All All All All All All All All All All All All All All All All All All All All All All All All All All On-Highwayl Trailers Miscellaneous Trailers 15.40119 20141 Tilt Trailer On-Highway Trailers Miscellaneous Trailers 15.40120 20161 Lark Enclosed" Traile On-Highway' Trailers Miscellaneous Trailers 15.40123 2019 Elite Heavy Equipmen On-Highway* Trailers Miscellaneous Trailers 15.40124 Trailking Trailer 1999 On-Highway Trailers Asphalt Distributor Tra1 15.40126 Leeboy L500T 2005 On-Highway Trailers Asphalt Distributor Tra 15.40127 Leeboy L500T 1999 On-Highway' Trailers Miscellaneous Trailers 15.40128 DMB 7x20 EQ: 2005 On-Highway Trailers Miscellaneous Trailers 15.40129 Load" Trail 2010 On-Highway' Trailers Miscellaneous Trailers 15.40130 Triple Crown 2016 On-Highway' Trailers Miscellaneous Trailers 15.40131 RORU1 Trailer 2017 On-Highway' Trailers Miscellaneous Trailers 15.40131 RORUT Trailer: 2017 On-Highway' Trailers Miscellaneous Trailers 15.40132 RORU Trailer 2017 On-Highway' Trailers Miscellaneous Trailers 15.40133 2019 Elite Heavy Equipmen On-Highway Trailers Miscellaneous Trailers 15.40134 2020 PJ Dump Trailer On-Highway Trailers Miscellaneous Trailers 15.40135 2000 Pin Black On-Highway Trailers Miscellaneous Trailers 15.40136 2013 Tilt Bed On-Highway" Trailers Miscellaneous Trailers 15.40137 2009 Homemade On-Highway Trailers Miscellaneous Trallers 15.40138 2014 Big Tex Trailer On-Highway' Trailers Miscellaneous Trallers 15.40139 Straight Edge On-Highway Trailers Miscellaneous Trailers 15.40140 Straight Edge Red On-Highway' Trailers Miscellaneous Trailers 15.40141 Dump Trailer 2016 On-Highway" Trailers Miscellaneous Trallers 15.40143 Utility 2014 On-Highway Trailers Miscellaneous Trailers 15.40144 Box Trailer 1994 On-Highway" Trailers Miscellaneous Trailers 15.40152 Water TAnk Traller On-Highway" Trallers Miscellaneous Trailers 15.40153 20201 Triple Crown Trailer On-Highway Trailers Miscellaneous Trailers 15.40154 20201 Triple Crown Trailer On-Highway' Trailers Miscellaneous Trailers 15.40156 2020 Elite Dump Traller On-Highway" Trailers Miscellaneous Trailers 15.40158 2020 North Star: 157595 On-Highway Trailers Miscellaneous Trailers 15.40159 2021 Carry-On Trailer for On-Highway Trailers Miscellaneous Trailers 15.40160 2021 Triple Crown Trailer On-Highway' Trailers Asphalt Distributor' Tra 15.40162 2020 Leeboy! L300 On-Highway Trailers Miscellaneous Trailers 15.40164 2020 Big Tex End Dump Tra On-Highway Trailers Miscellaneous Trailers 15.40165 2016 Big Tex End Dump Tra 33,001GVW&OV All All All All All All All All All All On-HighwayT Trailers Miscellaneous' Trailers 15.40275 2019 Bye-Rite 16'1 Trailer On-HighwayTrallers Miscellaneous Trailers 15.40276 2020E Bye-Rite Trailer On-Highway Trailers Miscellaneous Trailers 15.40277 2020E Bye-Rite 20" Trailer On-Highway Trailers Miscellaneous Trailers 15.40278 20178 Bye-Rite 20" Trailer On-Highway" Trailers Miscellaneous Trailers 15.40279 2007 20' Double Axle Trai On-Highway" Trailers Miscellaneous' Trailers 15.40280 14'JCU Utility" Trailer On-Highway Trailers Miscellaneous Trailers 15.40281 20245 5x10 Utility Trailer On-Highway" Trailers Miscellaneous Trailers 15.40282 20241 16' Elite Trailer On-Highway" Trailers Miscellaneous Trailers 15.40283 2024 Straight Edge Traile On-Highway" Trailers Miscellaneous Trailers 15.40284 2023 Homemade Trailer On-Highway Trailers Miscellaneous Trailers 15.40285 2024J J&C12'6 Enclosed" Tra On-Highway' Trailers Miscellaneous' Trailers 15.40286 2026A Arising 12'E Enclosed On-Highway Trailers Miscellaneous Trailers 15.40287 2024H Homemade Trailer All All All All All 105-129HP 105-129HP 130-159HP 160-189HP 160-189HP 160-189HP 160-189HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 160-189HP 160-1891 HP 160-189HP 160-189HP Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers 15.45021 20040 Cat D5NI LGPI Dozer 15.45022 2006 Cat D5GI LGP Dozer 15.45027 2008 Komatsu D51P1 LGPI Doz 15.45045 2016 CATTractor 15.45046 2017Cat D5K2 Dozer 15.45047 20170 Cat Tractor 15.45048 2018 Cat D5K2 Dozer 15.45049 2019 Cat D5K2 Dozer 15.45050 2019 Cat D5K2 Dozer 15.45053 2013CATD6N 15.45058 2015 CAT D6K2 LGP 15.45061 2018 CAT D6K2 LGP 15.45062 20161 Komatsu 61PX 15.45063 2020 CAT D6K2 15.45064 2020 Cat D3K2 Dozer GPS 15.45065 2021 Cat D3K Dozer GPS 15.45066 2020 D1 LGP Dozerw/SlopeA 15.45067 2021 CATI D4/ Accugrade Doz 15.45068 2021 D1 Dozer w GPS 15.45069 2019J JD: 700KL LGP Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Crawler Tractors Crawler Dozers Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders 15.45070 2016. JD! 550KLGP 15.45072 2017 Komatsu D37PC-24 15.45074 2018 CATTractor 15.45075 2021 D1 Dozer 15.45076 2020 Komatsu D39PXi-24 15.45077 2018. JD 550KLGP 15.45081 2018. JDE 650KL LGP 15.45082 2019. JDE 650KL LGP 15.45083 2019. JDE 650KL LGP 15.45087 2018 JD7 750K LGP 15.45088 2018. JD: 750K LGP 15.45089 2022 D3KI LGP Dozer 15.45090 2019 JD4 450K Dozer 15.45091 2021 CAT D4 Dozer 15.45092 2021 D3KI Dozer 15.45093 2023 D3 LPG Dozer 15.45094 2023 D3 LPG Dozer 15.45095 20241 D3 Dozer 15.45096 2024 D3 Dozer 15.46014 2002 Cat 938G Loader 15.46030 2006 Cat 950H Loader 15.46044 2007 Komatsu WA250 Loader 15.46051 2008 CAT 938H LOADER 15.46053 2009 CAT 938H LOADER 15.46065 2006 Cat 950H Loader 15.46076 2018 CAT 930MI Loader 15.46077 2018 CAT 930M Loader 15.46078 2018 John Deere 544K 15.46081 2019 CAT Loader 966M 15.46082 2019 CAT Loader 966M 15.46088 2005. JD5 544J Loader 15.46095 2014 CAT930K Loader 15.46097 2014 CAT 930K Loader 160-189 HP 160-189 HP 160-189H HP 160-189HP 160-189HP 160-189 HP 160-189 HP 160-189H HP 160-189HP 160-189 HP 160-189H HP Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders 150-174HP 150-174HP 150-174HP 150-174HP 150-174HP 150-174HP 150-174HP 105-129HP 105-129HP 105-129! HP Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders 15.46098 2013. JD5 544KLoader 15.46100 20181 Komatsu WA270 15.46102 2019. JD! 544L Loader 15.46103 2015. JD 624K Loader 15.46104 2015 Volvo L150G 15.46108 2020 CAT 938M 15.46109 2021 CAT 938M 15.46110 2021. JD 624P Loader 15.46111 2021 JD 624P Loader 15.46112 20171 Komatsu' WA380-8 15.46113 2018 John Deere! 544K-II 15.46114 2015. John Deere 15.46116 2021 John Deere 744L 15.46117 2022 CAT 966M 15.46118 2017. JD5 524KI IIL Loader 15.46119 2018. JD5 524KIILoader 15.46120 2018. JD5 524KI IIL Loader 15.46121 2018. JD! 524KI IIL Loader 15.46122 2018 JD! 524KI "Loader 15.46123 2018. JD5 524KI IIL Loader 15.46125 2015. JD5 544K Loader 15.46126 2017. JD 544K IILoader 15.46127 2017 JD! 544K II Loader 15.46128 2018. JD! 544K IILoader 15.46131 2013. JD! 544K Wheel Loader 15.46133 2015. JD: 544K Wheel Loader 15.46134 2013. JD 624K Wheel Loader 15.46135 2013. JD 624K Wheel Loader 15.46136 2018 Komatsu' WA320-8 15.46137 2021 JDI Loader 544 15.46138 2021. John Deere! 544 Loade 15.46140 2022J JDE 824L Loader 105-129HP 105-129HP 105-129HP 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP 105-129HP Skid Steer Loaders Skid Steer Loaders 15.46139 2019. JD3 317G Loader Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheell Loaders Wheell Loaders Wheell Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheel Loaders Wheell Loaders Wheell Loaders Wheell Loaders Wheel Loaders Wheell Loaders Wheel Loaders Wheell Loaders Wheell Loaders Wheel Loaders Wheell Loaders Wheel Loaders Wheel Loaders Wheell Loaders Wheell Loaders Wheel Loaders 15.46141 2022 CAT966MLL 15.46142 2022H Komatsu' WA475-10 15.46143 2021 CATS 930M Loader 15.46144 2021. JD! 544P Wheel Loader 15.46145 2020J JD! 524L Loader 15.46146 2019 John Deere! 544L Load 15.46147 2019J John Deere! 544L Load 15.46148 2022H Komatsu WA320-8 15.46149 2023 CAT938M 15.46150 2023 CAT 980XE-LR 15.46151 2023. JD6 624 Loader 15.46152 2023 CAT 950GC 15.46153 2021 Hitachi ZW180-6 Load 15.46155 2023 CATS 950GC Loader 15.46156 2024 CATS 972 Loader 15.47002 2002 Challenger MT4457 Tra 15.47049 5100E Utility Tractor 105-129HP 260-359HP 150-174HP 105-129HP 105-129HP 105-129HP 160-189HP 360-519HP 105-129HP 360-519HP 150-174HP Unknown 15' to Under 16 15' to Under 16 15'1 tol Under 16 15' to Under 16 15'1 to Under 16 15' to Under: 16 15' to Under 16 Unknown 15' to Under 16 15' to Under 16 15' to Under 16 Unknown Unknown Unknown Skid Steer Loaders 15.46154 2024 CAT: 299D3 Agricuitural Tractors Wheel Tractors AgriçulturalTractors Wheell Tractors Tadorionceréadixioiser. Dragbox 15.47022 2006 Cat4 416D Loader/Drag Tactorloader-Backhcl Tadorloaderadhcs4pes 2004 CAT 416D Loader/Back Tractorloader-sacknd Loader Dragbox 15.47044 2008 Cat4 414E Loader/Drag tractor-loader-sacknctactorloacersBacknc15.47050 2016 Cat4 4201 Loader/Backh Tractor-loader-BacknctractorloasersBacknc15.47051 2017J John Deere 310SL Tractor-Loader-Backhcloader- Dragbox 15.47053 2017J John Deere 210L Load Skid Steerl Loaders Skids Steer Loaders 15.47054 2018 CAT 299D2 TadorlosderésdnTasonacorbacereac54P6s 2013 Case! 590SN Tractor-loader-sacknctractorloadereacknc15.47065 2020 CAT 420F2 Skid Steer Loaders Skid Steerl Loaders 15,47066 2021 John Deere 333GL Load Tractor-loader-sacknctractorloadereacknc15.47067 2015J JD310SL Agricultural Tractors Wheel" Tractors AgriculturalTractors WheelT Tractors Agricultural Tractors WheelTractors AgriçulturalTractors Wheel Tractors 15.47056 20031 New Holland Tractor 15.47061 2012 Kubotal M126XTractor 15.47064 2018 Kubota M6S Tractor 15.47069 2019! Kubota M7060D Agricultural Tractors Wheel Tractors 15.47076 2021 Kubota L4760HSTCTra 15' to Under 16 15' to Under 16 Under 12CY 12& Under 18C Under 12 CY Under 12CY 12& Under 18C Under 12CY 12& Under 18C 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 19,501-26,000G 19,501-26,000G 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP 130-144HP Tractor-loader-BackhcTactorloadersader-Bac4hc15.47077 2023CAT420XE tractor-loader-Backnctactorloasersacknc15.47078 2024 Cat 420XE Loader/Bac Tacorloieradhnloser: -Dragbox 15.47079 2024. John Deere 210P1 Load Scrapers & Box Blades Elevating Scrapers 15.48007 2006 Cat 613C Scraper Scrapers & Box Blades Elevating Scrapers 15.48008 2005 Cat 615CII Scraper Scrapers & Box Blades Elevating Scrapers 15.48015 2005 Cat 613C Scraper Scrapers & Box Blades Elevating Scrapers 15.48016 2005 Cat 613C Scraper Scrapers &E Box Blades Elevating Scrapers 15.48017 2006 Cat 615CII Scraper Scrapers & Box Blades Elevating Scrapers 15.48018 2005 Cat 615C Scraper Scrapers & Box Blades Elevating Scrapers 15.48019 2006 Cat 615CII Scraper Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders Motor Graders 15.49014 2005 Cat 12H Motorgrader 15.49015 2004 Cat 140H Motorgrader 15.49026 2007 Cat 12H Motorgrader 15.49027 2008 Cat 12M Motorgrader 15.49028 2009 Cat 12M Motorgrader 15.49039 2012 Cat 12M Motorgrader 15.49040 2012 Cat 12M Motorgrader 15.49041 2016 672G Motor Grader 15.49042 2018: 12M3 MotorGrader 15.49043 2018: 12M3 Motor Grader 15.49044 2011 Cat 12M Motorgrader 15.49046 2019 965B Leeboy Grader 15.49053 2006 Cat 12H Grader 15.49054 1994. John Deere 670B 15.49055 2022. JDI 672G w/ Robotics 15.49056 2005 CAT1 120H Motorgrader 15.49057 2011 Cat 12M Motorgrader 15.49058 2017 Cat 12M3 Motorgrader 15.49059 2011. John Deere 670G Moto 15.49060 2012. John Deere 670GP Mot 15.49061 2015 John Deere 772G AWD 15.49062 2020 CAT120JOY Graders Dump Off Rd Dump Off Rd Dump Off Rd Dump Off Rd Dump Off Rd Dump Off Rd Dump Off Rd Dump Off Rd Motor Graders 15.49063 RPO: 2022. John Deere 672G Articulated Rear Dump15.50018 2014 Cat7 725 Articulated Rear Dump1 15.50019 20140 Off Road Dump 725 Articulated Rear Dump15.50020 2017. JD: 300D2 Articulated Rear Dump1 15.50021 2020' Volvo A30G Articulated Rear Dump1 15.50023 2019 Volvo A25G Articulated Rear Dump1 15.50027 2019 Volvo A25G Articulated Rear Dump1 15.50028 2019 Volvo A25G Articulated Rear Dump1 15.50029 2019 Hydrema 912H7 Excavation Equipment Crawler Hydraulic Exca: 15.51020 2006 Cat: 330DL Excavation Equipment Crawler Hydraulic Exca 15.51045 2005 Cat: 320CL Excavator Excavation Equipment Crawler Mini Excavato:15.51060 2015 Cat: 308E Excavation Equipment Crawler Mini Excavatoi1 15.51061 2017. John Deere 50G Excavation Equipment Crawler Mini Excavator1 15.51062 2016. John! Deere 60G Excavation Equipment Crawlerk Hydraulic Exca: 15.51063 2017 Cat: 326F Excavator Excavation Equipment Crawler Hydraulic Exca: 15.51064 2017 John Deere! Excavator Excavation Equipment Crawler Hydraulic Exca: 15.51065 2018. John Deere Excavator Excavation Equipment Crawler Mini Excavatoi: 15.51068 2019J JD85G Excavation! Equipment Crawler Hydraulic Exca1 15.51074 2017 PC200 Komatsu Excavation! Equipment Crawler Mini Excavatoi1 15.51084 20175 Bobcat E63 Mini Excavation! Equipment Crawlerk Hydraulic Exca: 15.51085 2017F PC210 Komatsu Excavation! Equipment Crawler Hydraulic Exca: 15,51088 2018 CAT336FL Excavator Excavation Equipment Crawler Mini Excavatoi: 15.51089 2015 CAT: 305.5E Excavation! Equipment Crawler Mini Excavato:15.51090 2020J John Deere 85G Excavation Equipment Crawler Hydraulic Exca1 15.51092 2020 CAT: 336 Excavation Equipment Crawler Hydraulic Excai 15.51093 2021 CAT: 330GC Excavation Equipment Crawler Hydraulic Excai 15.51094 2021 Cat 330GC Excavator Excavation! Equipment Crawler Hydraulic Exca 15.51095 2021 CAT: 315GC Excavator Excavation! Equipment Crawler Hydraulic Exca 15.51096 2018J John Deere 300G Excavation! Equipment Crawler Hydraulic Excai 15.51099 20161 Komatsu PC210LC-11 Excavation Equipment Crawler Hydraulic Exca 15.51100 2019J John Deere 135G Excavation Equipment Crawler Minl Excavator1 15.51101 2019E Bobcat E55 Excavation! Equipment Crawler Mini Excavator 15.51102 2018 CAT 305.5E2 33.1-40.0MTons 19.1-21.0MTons 19.1-21.0MTons 33.1-40.0MTons 33.1-40.0MTons 33.1-40.0MTOns 19,501-26,000G 19,501-26,000G 19.1-21.0MTOns Excavation Equipment Crawler Mini Excavatoi15.51103 2012 Kubota KX057-4 Excavation Equipment Crawler Mini Excavato115.51104 2015 Bobcat E42 Excavation Equipment Crawler Mini Excavatoi15.51105 2020 Bobcat E35i Excavation Equipment Crawler Mini Excavato:15.51106 2014 Bobcat E26 Excavation Equipment Crawler Mini Excavato115.51107 2021. John Deere 60G wl Thu Excavation Equipment Crawler Mini Excavatoi15.51108 2021. John Deere 60G wl Thu Excavation Equipment Crawler Hydraulic Excal 15.51109 2017J John Deere 160G Exca Excavation Equipment Crawler Hydraulic Exca 15.51111 2018 John Deere 245G Exca Excavation Equipment Crawler Hydraulic Exca15.51114 20171 Komatsu PC228US Exca Excavation Equipment Crawler Hydraulic Excai 15.51115 2017 Komatsu PC290LC Exca Excavation Equipment Crawler Hydraulic Exca 15.51116 2015 Hitachi 350LC Excava Excavation Equipment Crawler Hydraulic Exca15.51117 2015. John Deere 350G Exca Excavation Equipment Crawler Hydraulic Exca15.51119 2019. John Deere 210G Exca Excavation Equipment Crawler Hydraulic Exca1 15.51120 2020. John Deere 245G Exca Excavation Equipment Crawler Hydraulic Exca 15.51121 2019. John Deere 300GE Exca Excavation Equipment Crawler Hydraulic Exca 15.51123 2020. John Deere 245G Exca Excavation Equipment Crawler Hydraulic Exca 15.51124 2019. John Deere 210G Exca Excavation Equipment Crawler Hydraulic Exca 15.51125 2020. John Deere 245GE Exca Excavation Equipment Crawler Hydraulic Exca 15.51126 2017. John Deere 210G Exca Excavation Equipment Crawler Hydraulic Exca 15.51127 2019. John Deere 300G Exca Excavation Equipment Crawler Hydraulic Exca 15.51128 2019. John Deere 300GE Exca Excavation Equipment Crawler Hydraulic Exca 15.51129 2008 John Deere 350G Exca Excavation Equipment Crawler Mini Excavatoi15.51130 2015. John Deere 85G Excav Excavation Equipment Crawler Mini Excavato:15.51131 2019. John Deere! 50G Excav Excavation Equipment Crawler Mini Excavatoi15.51137 2016. John Deere 50G Excav Excavation Equipment Crawler Mini Excavato:15.51138 2017. John Deere 35G Excav Skid Steer Loaders Skid Steer Loaders 15.51140 19. John Deere 325G Skids Excavation Equipment Crawler Hydraulic Exca15.51141 2022 CAT349 Excavation Equipment Crawler Hydraulic Exca15.51142 2022 Komatsu PC360LC-11 Excavation Equipment Crawler Hydraulic Exca 15.51143 2019. John Deere 300G Exca Excavation Equipment Crawler Hydraulic Exca 15.51144 2022 CAT330 Excavator Excavation Equipment Crawler Hydraulic Exca: 15.51145 22 Komatsu PC238 Excavato Excavation Equipment Crawler Mini Excavatoi: 15.51146 2022. JD: 30G Excavator 19,501-26,000G 19.1-21.0MTons Excavation Equipment Crawler Hydraulic Exca 15.51147 2021 JD: 135G Excavator Excavation Equipment Crawier Mini Excavatoi: 15.51148 2023. JD 85 Excavator Excavation Equipment Crawler Hydraulic Exca 15.51149 2023 Komatsu PC290LCExca Excavation Equipment Crawler Mini Excavator: 15.51150 2024 CAT 308 Excavator Excavation Equipment Crawler Mini Excavatoi: 15.51151 2024 CAT 308 Excavator Excavation Equipment Crawler Hydraulic Exca: 15.51152 2024 CAT325 Excavator Excavation Equipment Crawler Mini Excavatoi15.51153 2019 JD: 30G Excavator Compaction Equipmer Rubber Tire Rollers 15.53009 2001 Ing-Rand PT125R Traf Compaction Equipmer Towed Padfoot Rollers 15.53021 Tampo 48" Sheepfoot Rolle Compaction Equipmer Towed Padfoot Rollers 15.53022 Tampo 48" Sheepfoot Rolle Compaction Equipmer Towed Grid Rollers 15.53023 Grid Roller/Pull Type Compaction Equipmer Rubber Tire Rollers 15.53053 2003 Ing-Rand PT125R Roll Compaction Equipmer Rubber Tire Rollers 15.53065 2002 Bomag! 530AH Roller Compaction Equipmer Vibratory Base Rollers 15.53088 2007 Cat CS423E Vibratory Compaction Equipmer Combination Rollers 15.53092 2008 Dynapac CS142: 3Wheel Compaction Equipmer Rubber Tire Rollers 15.53093 2008 Ing-Rand PT240R Traf Compaction Equipmer Rubber Tire Rollers 15.53094 2008 Ing-Rand PT240R Traf Compaction Equipmer Combination Rollers 15.53104 2014CS141 Dynapac: 3Whee Compaction Equipmer Vibratory Base Rollers 15.53108 2005 Cat CS533E Vibratory Compaction Equipmer Vibratory Base Rollers 15.53109 2006 Cat CS533E Vibratory Compaction Equipmer Vibratory Base Rollers 15.53112 2006 Cat CB334E Vib Rolle Compaction! Equipmer Vibratory Base Rollers 15.53117 2005 Cat CS54 VibratoryR Compaction Equipmer Combination Rollers 15.53118 2009 Cat CB34 Vib Roller Compaction Equipmer Combination Rollers 15.53120 2009 Cat CB434D Vib Rolle Compaction Equipmer Combination Rollers 15.53121 2009 Cat CB34 Vib Roller Compaction Equipmer Combination Rollers 15.53128 2010 Cat CB54XW Vib Rolle Compaction Equipmer Combination Rollers 15.53131 CB54XW 2014 Compaction Equipmer Combination Rollers 15.53133 2016 CB34B CAT Asphalt Ro Compaction Equipmer Combination Rollers 15.53135 2015 CB54XW. Asphalt Rolle Compaction Equipmer Combination Rollers 15.53136 2016 CB64 Roller Vibrator Compaction! Equipmer Vibratory Base Rollers 15.53137 2018 Cat CS54B Vib Roll( Compaction Equipmer Combination Rollers 15.53138 2014 Bomag CB224E Compact Compaction Equipmer Vibratory Base Rollers 15.53139 2006 Cat CB224E Vib To2.4MTons Unknown Unknown Unknown To2.4MTons To2.4MTons 8.0-11.9 MTons Unknown To2.4MTons To2.4MTons 8.0-11.9 MTons 8.0-11.9 MTons 1.8-2.9 MTons 8.0-11.9 MTons 1.8-2.9MTons 8.0-11.2MTons 1.8-2.9MTOns 8.0-11.2 MTons 8.0-11.9 MTons 8.0-11.9 MTons 8.0-11.9 MTons Compaction Equipmer Vibratory Base Rollers 15.53142 2013 Sakais Sv505 Dirt Rol Compaction Equipmer Vibratory Base Rollers 15.53148 2005 CATCS423 Compaction Equipmer Vibratory Base Rollers 15.53151 2011 Hamm 3410 Roller Compaction Equipmer Rubber Tire Rollers 15.53155 2005 Bomag BW11RH Compaction Equipmer Combination Rollers 15.53157 2015 CAT CB54 Compaction Equipmer Rubber Tire Rollers 15.53158 2015 Bomag BW11RH Compaction Equipmer Vibratory Base Rollers 15.53159 2013 Hamm 3410 Roller Compaction Equipmer Vibratory Base Rollers 15.53160 2004 CAT CS433 Compaction Equipmer Combination Rollers 15.53161 2020H Hamm HD70 w/ Cutting Compaction Equipmer Vibratory Base Rollers 15.53162 2019 Bomag BW138AD Compaction Equipmer Combination Rollers 15.53166 2002 Ing Rand DD110 Compaction Equipmer Combination Rollers 15.53167 2020 CB34B CAT Asphalt Ro Compaction Equipmer Rubber Tire Rollers 15.53168 2020 CAT CW16 Compaction Equipmer Combination Rollers 15.53169 2020S Sakai SW8840171C Compaction Equipmer Combination Rollers 15.53170 2021 CATCB13 Compaction Equipmer Rubber Tire Rollers 15.53171 2021 CAT CW16 Compaction Equipmer Combination Rollers 15.53172 2021 Hamm HD120 Roller Compaction Equipmer Combination Rollers 15.53173 2021 Hamm HD70 Roller Compaction Equipmer Combination Rollers 15.53174 HD12) Vibratory Asphalt Ro Compaction Equipmer Combination Rollers 15.53175 2021 Hamm 12WVF Roller Compaction Equipmer Combination Rollers 15.53176 2020 CAT CB15 Roller Compaction Equipmer Combination Rollers 15.53177 2021 CAT CB15 Roller Compaction Equipmer Combination Rollers 15.53178 2021 CAT CB15 Roller Compaction Equipmer Combination Rollers 15.53179 2020 Sakai SW884ND Compaction Equipmer Rubber Tire Rollers 15.53180 2019CATCW16 Compaction Equipmer Combination Rollers 15.53181 2021 CAT CB13 Compaction Equipmer Vibratory Base Rollers 15.53182 2017 Bomag BW177D Roller Compaction Equipmer' Vibratory Base Rollers 15.53183 2007 Bomag BW177D Roller Compaction Equipmer Combination Rollers 15.53184 2020 CAT CB36B Compaction Equipmer Combination Rollers 15.53185 2014 Bomag BW138AD-5Roll Compaction Equipmer Combination Rollers 15,53186 2016 Multiquip AR14H Compaction Equipmer Vibratory Base Rollers 15.53188 2020 CAT CS56B Compaction Equipmer Vibratory Base Rollers 15.53189 2020CAT CS56B 8.0-11.9MTons 1.8-2.9MTons 1.8-2.9MTons 1.8-2.9MTons 1.8-2.9MTons 1.8-2.9MTons 1.8-2.9MTons 1.8-2.9MTons 8.0-11.9MTons 8.0-11.9MTons 19,501-26,000G 1.8-2.9MTons 8.0-11.9MTONS 1.8-2.9MTons 8.0-11.2 MTons 8.0-11.2 MTons 8.0-11.2 MTons 8.0-11.2 MTons 8.0-11.9 MTons 1.8-2.9MTons 1.8-2.9MTons Compaction Equipmer Combination Rollers 15.53190 2021 Sakai SW884ND Compaction Equipmer Combination Rollers 15.53191 2021 Sakai SW884ND Compaction Equipmer Vibratory Base Rollers 15.53192 20201 HAMM H10I Compaction Equipmer Rubber' Tire Rollers 15.53193 2005 Cat PS150C Compaction Equipmer Combination Rollers 15.53196 2011 CAT CB54) XW Compaction! Equipmer Combination Rollers 15.53198 20181 Hamm HD12WV Compaction Equipmer Combination Rollers 15.53199 2018 Hamm HD+70W/Double Compaction Equipmer Vibratory Base Rollers 15.53200 20161 Hamm H71 Smooth Drum Compaction! Equipmer Vibratory Base Rollers 15.53203 2005 Bomag BW211D-3 Compaction Equipmer Vibratory Base Rollers 15.53204 2017 Bomag BW211D-5 Compaction Equipmer Combination Rollers 15.53206 2022 Sakai SW504 Compaction! Equipmer Vibratory Base Rollers 15.53207 2019 Bomag Single Drum Ro Compaction Equipmer Combination Rollers 15.53208 2022 Sakai SW884ND Compaction Equipmer Combination Rollers 15.53209 2022 CAT CB13 Roller Compaction Equipmer Combination Rollers 15.53210 2022 CAT CB13 Roller Compaction Equipmer Combination Rollers 15.53211 2022 CAT CB15 Roller Compaction Equipmer Combination Rollers 15.53212 2021 Hamm HD701 Roller Compaction Equipmer Combination Rollers 15.53213 2021 CAT CB7 Roller Compaction Equipmer Combination Rollers 15.53214 2021 Hamm HD120 Roller Compaction Equipmer Combination Rollers 15.53215 2020 Hamm HD120 Roller Compaction Equipmer Combination Rollers 15.53216 2022 Hamm HD14ivV Roller Compaction Equipmer Vibratory Base Rollers 15.53217 2021 Bomag BW177D Roller Compaction Equipmer Vibratory Base Rollers 15.53218 2020 Bomag BW211D-5 Compaction! Equipmer Vibratory Base Rollers 15.53219 2020 Bomag BW145D Roller Compaction Equipmer Vibratory Base Rollers 15.53220 2020 Bomag BW177D Roller Compaction Equipmer Combination Rollers 15.53221 2020 Bomag BW138D Roller Compaction Equipmer Vibratory Base Rollers 15.53222 2017 Bomag BW145D Roller Compaction Equipmer Combination Rollers 15.53224 2018 Hamm HD14iWVF Roller Compaction Equipmer Combination Rollers 15.53225 2017 Hamm HD14WV/Roller Compaction Equipmer Vibratory Base Rollers 15.53226 2022 HAMMI H10i Roller Compaction! Equipmer Combination Rollers 15.53227 2023 Sakai 884 Roller Compaction Equipmer Combination Rollers 15.53228 2017Sakai 850 Roller Compaction Equipmer Combination Rollers 15.53229 2020 CATCB13 Roller 1.8-2.9MTons 1.8-2.9MTons 8.0-11.9MTons 8.0-11.9N MTons 8.0-11.9 MTons 8.0-11.91 MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 1.8-2.9MTons 8.0-11.9MTons 8.0-11.2MTons 8.0-11.2MTons 8.0-11.2MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons 8.0-11.9MTons Compaction Equipmer Rubber Tire Rollers 15.53230 2021 CATCW16 Roller Compaction! Equipmer Combination Rollers 15.53231 2018 Sakai SW850ND Compac Compaction! Equipmer Combination Rollers 15.53232 2021 Hamm HD120 Roller Compaction Equipmer Combination Rollers 15.53233 2023 CATC CB13 Roller Compaction Equipmer Rubber Tire Rollers 15.53234 2023 Weiler CT3AFV Roller Compaction Equipmer Combination Rollers 15.53236 2023 Hamm HD: 12W Compaction! Equipmer Rubber Tirel Rollers 15.53237 2024! Hamm HP1 100i Compaction Equipmer Combination Rollers 15.53238 2022H Hamm HD: 120i VO Compaction! Equipmer Combination Rollers 15.53239 20241 Hamm HD: 70iv VO Compaction! Equipmer Rubber Tirel Rollers 15.53240 2024 CATCW34 PneumaticR Compaction Equipmer Combination Rollers 15.53241 2024 CAT CB15 Roller Compaction Equipmer Combination Rollers 15.53242 2024 CAT CB10 Roller Compaction Equipmer Combination Rollers 15.53243 RPO: 2023 CATCB15 Roller Compaction Equipmer Combination Rollers 15.53244 2022 Hamm HD: 120i VO 8.0-11.9MTons 8.0-11.2MTons 8.0-11.9MTons 29,000-35,4991 29,000-35,4991 29,000-35,4991 19,501-26,000G 19,501-26,000G 19,501-26,000G 29,000-35,4991 29,000-35,4991 19,501-26,000G 29,000-35,4991 29,000-35,4991 29,000-35,4991 29,000-35,4991 29,000-35,4991 29,000-35,4991 Paver 10ft Paver 10ft Paver 8ft Paver 10ft Paver: 10ft Paver 10ft Paver 8ft Paver 8ft Paver 8ft Paver 10ft Paver 10ft Paver 8ft Paver 10ft Paver 10ft Paver 8ft Paver: 10ft Paver 8ft Paver: 10ft Paver: 10ft Rubber Tire Pavers 15.54029 2010 Cat AP1000D Paver Rubber Tire Pavers 15.54031 2016/ AP1055F CAT Paver Rubber Tire Pavers 15.54033 2017 Cat AP600F Paver Rubber Tire Pavers 15.54038 2019 Cat/ AP1055F Rubber Tire Pavers 15.54039 2019 Cat/ AB1055F Rubber Tire Pavers 15.54046 2020 Cat AP1055F Paver Rubber Tire Pavers 15.54047 2020F RP170E Rubber Tire Pavers 15.54048 2020 AP655F Rubber Tire Pavers 15.54049 2021 Roadtec Paver Rubber Tire Pavers 15.54050 2021 CAT Paver 10FT Rubber Tire! Pavers 15.54051 2021 CAT Paver Rubber Tire Pavers 15.54052 2020 Weiler 8' Paver Rubber Tire Pavers 15.54053 2021 CAT Paver Rubber Tire Pavers 15.54054 2021 CAT Paver Rubber Tire Pavers 15.54055 2021 CAT Paver Rubber Tire Pavers 15.54058 2020 CAT AP1000F Paver Rubber Tire Pavers 15.54059 2020 CAT AP600F Paver Rubber Tire Pavers 15.54061 2022 CAT AP1055F Paver Rubber Tire Pavers 15.54062 2021 AP1055F CAT Paver Paver 10ft Paver 8ft Paver 10ft Paver: 10ft Rubber Tire Pavers 15.54063 2023 AP1055F CAT Paver Rubber Tire Pavers 15.54064 2023 AP655 CAT Paver Rubber Tire Pavers 15.54065 2022 Vogele Super2000-3i Rubber" Tire Pavers 15.54066 2023 AP1055F CAT Paver 29,000-35,4991 35,500lbs&0v 29,000-35,4991 Unknown Unknown Unknown Unknown Unknown To400HP Aggregate Equipment Road Wideners Aggregate Equipment Road Wideners Aggregate Equipment Road Wideners Aggregate Equipment Road Wideners Aggregate Equipment Road Wideners 15.55003 2008 W530 Shoulder Spread 15.55004 2008 W530 Shoulder Spread 15.55005 2010 Weiler Shoulder 15.55006 2018F Road Widener FH 15.55008 Weiler W430A Road Maintenance Eg.Redlaimer/Saliliters 15.56003 2002 CatR RM2501 Mixer Aggregate Equipment Tractor Attachment 15.56009 2006 Cat Milling Head Road Maintenance EgRedlaimer/Staliers 15.56010 Cat RM300 Mixer/Reclaimer Road Maintenance EgRedaimer/Sabilizer: 15.56013 Cat RM300 Mixer/Reclaimer Aggregate Equipment Tractor Attachment 15.56019 2018 Cat Milling Head Road Maintenance Eq/Redaimers/Stabilizers 15.56020 1990E Bomag 1000 Mixer Aggregate Equipment Tractor Attachment 15.56023 2018 Cat Milling Head Aggregate Equipment Tractor Attachment 15.56024 2020 CATPC310B Aggregate Equipment Tractor Attachment 15.56025 2020 CATPC310 Aggregate Equipment Crawler Pavement Mill15.56026 2021 CATPM822 Aggregate Equipment Tractor Attachment 15.56027 2021 CATPC310B Aggregate Equipment Tractor Attachment 15.56028 2017 Cat Milling! Head PC3 Aggregate Equipment Tractor Attachment 15.56029 Bobcat Milling! Head Aggregate Equipment Crawier Pavement Mill 15.56030 2022 Wirtgen W210FI Milli Aggregate Equipment Crawler Pavement Mill1 15.56031 2022 Wirtgen' W210FIMillin Aggregate Equipment Tractor Attachment 15.56032 2019 Cat Milling Head Aggregate Equipment Tractor Attachment 15.56033 2022 Cat Milling Head Aggregate Equipment Crawler Pavement Mill 15.56034 2023 Wirtgen W210Fi Milli Aggregate Equipment Crawler Pavement Mill: 15.56035 2023 Wirtgen W210FIMillin Aggregate Equipment Tractor Attachment 15.56036 2022 Cat Milling! Head Aggregate Equipment Tractor Attachment 15.56037 2024 Cat Milling! Head Aggregate Equipment Tractor Attachment 15.56038 2024J JD CP24G Milling Hea Road Maintenance EqiSelf-Propelled Paveme 15.57023 2006L LB/Rosco Sweep! ProB Road Maintenance EqISelf-Propelled Paveme 15.57041 20101 LB/Rosco Sweep ProB B To400HP To400HP All All Road Maintenance Eqis Self-Propelled Paveme 15.57047 20101 LB/Rosco! Sweep Pro B Road Maintenance EqSelf-Propelled Paveme 15.57048 2015 Roadtec FB100 S/N100 Road Maintenance EqISelf-Propelled Paveme 15.57051 2016 Rosco Sweep Pro Broo Road! Maintenance EqISelf-Propelled Paveme 15.57052 20181 Leeboy Sweep Prol Bro Road Maintenance EqiSelf-Propelled Paveme 15.57053 20181 Leeboy Sweep Pro Bro Road Maintenance Eqis Self-Propelled Paveme 15.57054 2008 Broce Broom Miscellaneous Equipm Tractor Attachment 15.57056 20181 Maya Pick Up Broom Road Maintenance EqiSelf-Propelled Paveme 15.57058 20061 LayMor 8HC Broom Road Maintenance EqiSelf-Propelled Paveme: 15.57059 20141 Kubotal MX5200 Sweepe Road Maintenance EqiSelf-Propelled Paveme 15.57060 2018F Ferguson 4607M Road Maintenance Eqis Self-Propelledi Paveme 15.57061 2020 Superior Broom 400 Road Maintenance Eqis Self-Propelled Paveme 15.57062 2020 Superior Broom Road Maintenance Eqis Self-Propelled: Paveme 15.57063 2020 Rosco NV55 Broom Road Maintenance EqiSelf-Propelled Paveme 15.57064 2021 Massey Ferguson 4607 Road Maintenance EqISelf-Propelled Paveme 15.57065 2021 Massey Ferguson 4607 Road Maintenance EqiSelt-Propelled Paveme 15.57066 2021 Superior Broom Road Maintenance Eqis Self-Propelled Paveme 15.57067 2021 Rosco NV55 Broom Miscellaneous Equipm Tractor Attachment 15.57068 Sweepster Broom Attachmen Road Maintenance EqISelf-Propelled Paveme 15.57069 2021 SCM400 2021 Road Maintenance EqISelf-Propelled Paveme: 15.57070 2021 SCM4002 2021 Road Maintenance EqISelf-Propelled Paveme 15.57071 2014Laymor: SM300 Road Maintenance EqiSelt-Propelled Paveme 15.57072 2013 Laymor SM300 Road Maintenance EqISelf-Propelled Paveme 15.57073 2017 Broce KR350 Broom Road Maintenance EqiSelf-Propelled Paveme 15.57074 2017LeeBoy! Sweep! Prol Bro Miscellaneous Equipm Tractor Attachment 15.57077 19 Sweepster Broom Attach Road Maintenance EqISelf-Propelled Paveme 15.57078 20191 LeeBoy! Sweep Pro RoadN Maintenance EqiSelf-Propelled Paveme 15.57079 2020LeeBoy! Sweep Pro Road Maintenance EqiSelf-Propelled Paveme 15.57080 2021 Massey Ferguson 4607 RoadN Maintenance EgiSelf-Propelled Paveme 15.57081 2022 Superior Broom Road Maintenance EgiSelf-Propelled Paveme 15.57082 2022 Superior Broom Road Maintenance EqSelf-Propelled Paveme 15.57083 2022 Superior Broom RoadN Maintenance EqiSelf-Propelled Paveme 15.57084 2021 Rosco SweepProl II'Br Road Maintenance Eqis Self-Propelled! Paveme 15.57085 2021 Leeboy RB50A Broom All All All All All All All 19,501-26,000G 19,501-26,000G 19,501-26,000G All All 19,501-26,000G 19,501-26,000G All 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G 19,501-26,000G All All All All 19,501-26,000G 19,501-26,000G 19,501-26,000G All Roadi Maintenance Eqis Self-Propelled Paveme 15.57086 2023 Massey Broom 4607M Road! Maintenance Eqi Self-Propelled Paveme 15.57087 2022 Brocel MK1 Broom Road! Maintenance Eqis Self-Propelled Paveme 15.57088 2022 Massey Ferguson Broo Road! Maintenance Eqi Self-Propelled! Paveme 15.57089 20241 Kubota L6060HSTCI Bro Road! Maintenance Eqis Self-Propelled Paveme 15.57090 2023 Roscol NV55 Broom Road Maintenance Equ Misc. Equipment 15.58002 1964 Ulrich Base! Spreader Miscellaneous Equipm Misc. Equipment 15.59001 Rome Offset Disk Harrow Miscellaneous Equipm! Misc. Equipment 15.59002 Rome TRH1 1430 Disk Harrow Miscellaneous Equipm! Misc. Equipment 15.59003 Romel TRH: 2030 Disk Harrow Forestry Equipment Misc. Equipment 15.59004 Marden S-8 Chopper Forestry Equipment Misc. Equipment 15.59011 Marden B7GK Chopper Offse Miscellaneous Equipm! Misc. Equipment 15.59018 Fleco DAI Rock &F Root Rake Miscellaneous Equipm Misc. Equipment 15.59020 FlecoF Fire Fan Miscellaneous Equipm! Misc.E Equipment 15.59035 Air Curtain Blower w/trai Miscellaneous Equipm! Misc. Equipment 15.59037 BTCK84 Buffalo Blower Miscellaneous Equipm! Misc. Equipment 15.59038 BTCK84 Blower Agricultural Tractors Misc. Equipment 15.59039 2002 CTCKB3SQ Blower Excavation! Equipment Hydraulic Hammers 15.60008 Cat H55DSHMR Hyd. Hammer, All All All All All All Pumps Trenchers Trenchers Trenchers Trenchers Pumps Pumps Pumps Pumps Pumps Pumps Pumps High Pressure. Jet Pumj1 15.61009 Thompson 4". Jet Misc. Equipment 15.61013 Misc. Equipment 15.61014 Misc. Equipment 15.61015 Misc. Equipment 15.61016 Miscellaneous Equipm Misc. Equipment 15.61017 Diaphragm Pumps 15.61020 6" Thompson Pump Diaphragm Pumps 15.61021 6" Thompson Pump Centrifugal Pumps 15.61023 6" Thompson Hydraulic Pu Centrifugal Pumps 15.61026 12" Holland Hydraulic Pum Diaphragm Pumps 15.61030 8"1 Thompson' Vacuum Pump Diaphragm Pumps 15.61034 6" Vacuum Well Point Pump Centrifugal Pumps 15.61035 6" Hydraulic Mac Pump Miscellaneous Equipm Misc. Equipment 15.61037 2017 Burchland 84" Offset Miscellaneous Equipm Misc. Equipment 15.61040 Honda 4000PSI Miscellaneous Equipm Misc. Equipment 15.61041 2019Tamp Miscellaneous Equipm Misc. Equipment 15.61043 Champion Model 1000 Miscellaneous Equipm Misc. Equipment 15.61044 Hobart Welder 2000 Miscellaneous Equipm! Misc. Equipment 15.61045 North Star Power 2012 Miscellaneous Equipm! Misc. Equipment 15.61046 Bobcat Hydraulic Clamp 20 Miscellaneous Equipm! Misc. Equipment 15.61047 Nissan CPF02A20V: 1985 Miscellaneous Equipm Misc. Equipment 15.61051 Miscellaneous Equipm! Misc. Equipment 15.61052 Miscellaneous Equipm! Misc. Equipment 15.61054 Miscellaneous Equipm! Misc. Equipment 15.61055 Miscellaneous Equipm! Misc. Equipment 15.61056 Miscellaneous Equipm! Misc. Equipment 15.61057 Miscellaneous Equipm! Misc. Equipment 15.61058 Miscellaneous Equipm! Misc. Equipment 15.61059 Miscellaneous Equipm! Misc. Equipment 15.61060 Miscellaneous Equipm! Misc. Equipment 15.61061 Miscellaneous Equipm! Misc. Equipment 15.61062 Miscellaneous Equipm! Misc. Equipment 15.61063 Miscellaneous Equipm! Misc. Equipment 15.61064 2017: Speed Shore Miscellaneous Equipm! Misc. Equipment 15.61065 2020Speed Shore Miscellaneous Equipm! Misc. Equipment 15.61066 2021 Challenger Lifts 440 Miscellaneous Equipm! Misc. Equipment 15.61067 Optima Axle Truck Scale Miscellaneous Equipm Misc. Equipment 15.61068 2002 4800 Gallon wAter Ta Miscellaneous Equipm Misc. Equipment 15.61069 2023 Vibratory Tamp Miscellaneous Equipm Misc. Equipment 15.61070 2023 Vibratory" Tamp Miscellaneous Equipm! Misc. Equipment 15.61071 2023 Vibratory Tamp Miscellaneous Equipm! Misc. Equipment 15.61072 2023 Vibratory" Tamp Miscellaneous Equipm Misc. Equipment 15.61075 2024 Vibratory Tamp Trenchers Trenchers Trenchers Misc. Equipment 15.61073 Misc. Equipment 15.61074 Misc. Equipment 15.61076 Miscellaneous Equipm Office Trailers Miscellaneous Equipm Office Trailers 15.62002 1987 Williams 8x36 LabTr 15.62003 1991 Acton 10x40 OfficeT Miscellaneous Equipm Office Trailers 15.62004 2000 Williams 10x40 Offic Miscellaneous Equipm Trailers, Unknown Typ 15.62008 20184 40FT Storage Contain Miscellaneous Equipm Trailers, Unknown Typ 15.62009 20184 40FT Storage Contain Miscellaneous Equipm Trailers, Unknown Typ: 15.62010 20184 40FT Storage Contain Miscellaneous Equipm Trailers, Unknown' Typ:15.62011 2020 20FT Storage Contain Miscellaneous Equipm Trailers, Unknown Typ: 15.62012 2020 20FT Storage Contain Miscellaneous Equipm Trailers, Unknown' Typ: 15.62013 2003 Ningbo) Xinhuachang4 Miscellaneous Equipm! Misc. Equipment 15.62014 2023 DarkHorse' Vid Rig Tr Miscellaneous Equipm Trailers, Unknown Typ: 15.62015 20FT Conex Storage Contai Miscellaneous EquipmSurvey! Equipment 15.63016 LCA-TC805L Level Miscellaneous EquipmSurveyl Equipment 15.63040 Prism, RM 606 Miscellaneous Equipm Misc. Equlpment 15.63041 600 Georadio Miscellaneous Equipm! Misc. Equipment 15.63042 Super Charger Kit 5600 Miscellaneous EquipmSurvey! Equipment 15.63043 Display SV170 (FRU) Aggregate Equipment Survey Equipment 15.63047 attached to EQ. 15.45029 Miscellaneous Equipms Survey Equipment 15.63048 R780 Survey Rover Miscellaneous Equipm Survey Equipment 15.63049 Data Collector Miscellaneous EquipmSurvey! Equipment 15.63050 SPS Series Survey Rover Miscellaneous EquipmSurvey! Equipment 15.63051 R780 Survey Rover Excavation Equipment Misc. Equipment 15.65005 1999 Cat LT13 LandscapeT Miscellaneous Equipm Misc. Equipment 15.65013 Box, Gravel Bedding Road Maintenance Equ Misc. Equipment 15.65018 Tucker Spreading Box Miscellaneous Equipm! Misc. Equipment 15.65020 Clam Shell BUcket 1/2yd Miscellaneous Equipm Misc. Equipment 15.65026 Cline Rolling Straight Ed Skid Steer Loaders Skid Steer Loaders 15.65038 2007 Caterpillar 236B Miscellaneous Equipm Misc. Equipment 15.65080 20cy Rolloff Container Asphalt Equipment Material Transfer Devi 15.65088 2016 Roadtec MTV100E Road Maintenance EquTractor Attachment 15.65090 2008 BA18HYD Cat Broom Asphalt Equipment Material Transfer Devi 15.65093 2009 Roadtec Shuttle Bugg Road Maintenance EqiArrow Boards 15.64003 Flashing Arrow Board (sol All Unknown Lift Trucks Pneumatic Tirel Lift Tru: 15.65001 1996 Komatsu FG15H Forkli Aggregate Equipment Jaw Crushers Generator Sets 15.65021 NPK 618A Concrete Crusher 15.65024 Cat 58kw Generator Generator Sets Unknown Unknown Off-Highway' Trucks Off-Highway Water Tai 15.65101 1994 Cat 613C Water Wagon Off-Highway' Trucks Off-Highway Water Tar15.65103 1995 Cat 613C Water Wagon Miscellaneous Equipm Misc. Equipment 15.65107 Puller, Mity Mite MM515P Skid Steer! Loaders Skid Steer Loaders 15.65112 2017Cat297D2 MTL Miscellaneous Equipm Misc. Equipment 15.65116 Miscellaneous Equipm Misc. Equipment 15.65118 Skid SteerLoaders Skid Steer Loaders 15.65119 2015 CAT297DHF MTL To: 199HP To: 199HP Light Plant Light Plant Portable Light Towers 15.65104 Light Plant, Lightsource Portable Light Towers 15.65105 Light Plant, Lightsource Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Light Plant Portable Light Towers 15.65120 2012 PRO Light Portable Light Towers 15.65122 2012PROI lILight Portable Light Towers 15.65123 2012 PROI lILight Portable Light Towers 15.65124 2015 PROIIL LT Portable Light Towers 15.65125 2015 PROIIL LT Portable Light Towers 15.65126 2015 PROII LT Portable Light Towers 15.65127 2015 PROII LT Portable Light Towers 15.65128 2013 PROI IIA Allmand Portable Light Towers 15.65129 2014 PROI IIA Allmand Portable Light Towers 15.65130 2014 PRO II Light Portable Light Towers 15.65131 2014 PRO II Light Miscellaneous Equipm Telescopic Boom Aeria 15.65132 Genie S-40 Miscellaneous Equipm Telescopic Boom Aeria: 15.65133 Genie S65 DSL Miscellaneous Equipml Telescopic Boom Aeria 15.65134 Genie S65 DSL 2016 Air Compressors Air Compressors 15.65135 2016 Air Compressor Miscellaneous Equipm Telescopic Boom Aeria 15.65139 JLG 400S2007 Skid Steer Loaders Skid Steer Loaders 15.65142 2018 Cat: 299D2 MTL Skid Steer Loaders Skid: Steer Loaders 15.65144 2015 Cat226DI MTL Miscellaneous Equipm Misc. Equipment 15.65148 Base Station Miscellaneous Equipm! Misc. Equipment 15.65149 OKE Fuel Master Generator Sets Light Plant Light Plant Generator. Sets Portable Light Towers 15.65138 Portable Light Towers 15.65143 15.65136 2012 CAT Generator Unknown Miscellaneous Equipm Electric Vehicle 15.65147 2019. JD Gator Miscellaneous Equipm Misc. Equipment 15.65150 Nuclear Power Density Gau Miscellaneous Equipm Misc. Equipment 15.65151 Power Density Gauge Skid Steer Loaders Skid Steer Loaders 15.65152 2019 CAT: 299D3 MTL Skid Steer Loaders Skid Steer Loaders 15.65159 2019 CAT: 289D MTL Road Maintenance Eqis Self-Propelled Paveme 15.65160 Kubotal MX5100F 2012 Skid Steer Loaders Skid Steer Loaders 15.65161 2019. JD: 325GI MTL Skid Steer Loaders Skid Steer Loaders 15.65162 2019. JD3 333G MTL Skid Steer Loaders Skid Steer Loaders 15.65163 2020 CAT299D Asphalt Equipment Material Transfer Devi: 15.65165 2010 Roadtec 1000D Skid Steer Loaders Skid Steer Loaders 15.65166 2019J JD332GN MTL Miscellaneous Equipm! Misc. Equipment 15.65169 PALFuel Master Asphalt Equipment Material Transfer Devi15.65170 2019 Roadtec 1000E Miscellaneous Equipm Misc. Equipment 15.65173 PEN Fuel Master Skid SteerLoaders Skid Steer Loaders 15.65174 2020 CAT299D3 Miscellaneous Equipm! Misc. Equipment 15.65175 PLCSurvey Equipment Skid SteerLoaders Skid Steerl Loaders 15.65176 2020 CAT236D Miscellaneous Equipm! Misc. Equipment 15.65177 DEF Fuell Master Miscellaneous Equipm! Misc. Equipment 15.65178 Mobile Screen wJ JD engine Skid Steerl Loaders Skid Steer Loaders 15.65179 2020 CAT: 299D3XE and Cold Skid Steer Loaders Skid Steer Loaders 15.65180 2016. JD318 Asphalt Equipment Material" Transfer Devi 15.65181 2017 Roadtec MTV1100E Air Compressors Air Compressors 15.65182 2020, SulairA Air Compress Asphalt Equipment Material" Transfer Devi 15.65183 2021 Weller E1250B Miscellaneous EquipmN Misc. Equipment 15.65184 Base Station Skid Steer Loaders Skid Steer Loaders 15.65185 2021. JD333GN MTL Skids Steerl Loaders Skid Steer Loaders 15.65186 2021. JD: 333GI MTL Skid! Steerl Loaders Skid Steer Loaders 15.65187 2021 JD: 333G MTL Miscellaneous Equipm Telescopic Boom Aeriai 15.65188 2021 Genie! S65 DSL Skids Steer Loaders Skid Steer Loaders 15.65189 2021 CAT: 299D3 MTL Air Compressors Air Compressors 15.65190 2021 Atlas Copcol Portable 19,501-26,000G 19,501-26,000G 19,501-26,000G Light Plant Light Plant Portable Light Towers 15.65167 Portable Light Towers 15.65168 19,501-26,000G 19,501-26,000G Light Piant Portable Light Towers 15.65191 2021 PROIILight Miscellaneous Equipm Misc. Equipment 15.65285 Radiodetection Grid Radar Miscellaneous Equipm Misc. Equipment 15.65286 2015 Yamaha' Viking 4x4 AT Miscellaneous EquipmN Misc. Equipment 15.65289 2014E Bad Boy Elite Mower Miscellaneous EquipmN Misc. Equipment 15.65291 Earthcam: Solar Trailer Ca Miscellaneous Equipm! Misc. Equipment 15.65292 20184 40' Storage Containe Miscellaneous Equipm Misc. Equipment 15.65293 Coats Balancer Tire Chang Miscellaneous Equipm! Misc. Equipment 15.65294 Coats HIT 50001 Tire Chang Miscellaneous Equipm! Misc. Equipment 15.65295 Coats RC-551 Tire Changer On-HighwayT Trailers Miscellaneous Trailers 15.65296 Sanchez! Straight Edge Tra On-Highway Trailers Miscellaneous Trailers 15.65297 Sanchez! Straight Edge Tra Skid Steerl Loaders Skid SteerLoaders 15.65298 2018J John Deer 317GI Loade Miscellaneous Equipm Misc. Equipment 15.65300 2018J John Deer 317GL Loade Miscellaneous Equipm Tractor Attachment 15.65301 2018J John Deer 317G! Loade Miscellaneous Equipm Tractor Attachment 15.65303 2005 Magnum Mini Miscellaneous EquipmT Tractor Attachment 15.65304 2020J JD CP24E Skid Steer Loaders Skid! Steerl Loaders 15.65305 2022 CAT23D3 Skid Steerl Loaders Skid Steerl Loaders 15.65306 2022 CAT 299D3XE Skid! Steerl Loaders Skid Steer! Loaders 15.65307 2018J John Deer 331GI Loade Air Compressors Air Compressors 15.65308 2006 Sullair Air Compress Skid! Steer Loaders Skids Steerl Loaders 15.65309 2021. John Deere 333G Asphalt Equipment Material Transfer Devi 15.65310 2023 Weiler E1250C Shutti Asphalt Equipment Material Transfer Devi 15.65311 2022 Roadtec MTV1100E Asphalt Equipment Material Transfer Devi 15.65312 2023 Weiler E1250: Shuttle Asphalt Equipment Material" Transfer Devi 15.65313 2023 Weiler E1250 Shuttle Asphalt Equipment Material Transfer Devi 15.65314 2023 WeilerE E1250 Shuttle Asphalt Equipment Material Transfer Devi 15.65315 2023 WeilerE E1250 Shuttle Miscellaneous Equipm Telescopic BoomA Aeria 15.65316 2019 CATTL642D Lull Asphalt Equipment Material Transfer Devi 15.65317 2024 WeilerE E1250C Shutti Skid Steerl Loaders Skids Steerl Loaders 15.65318 2024 CAT 265 Tractor Miscellaneous Equipm Tractor Attachment 15.65319 2024CATSW360B Road Maintenance Equ Arrow Boards RoadN Maintenance Equ Arrow Boards Road Maintenance Equ Arrow Boards 15.65287 Work Areal Protection! Msg 15.65288 Work Areal Protection! Msg 15.65290 Work Areal Protection! Msg Unknown 19,501-26,000G Ron DeSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA dbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIONINDUSTRYLICENSING BOARD THE GENERAL CONTRACTORHERENISCERIFIED UNDERTHE PROVISIONSOFCHAPTER 89,FIORDASTATUTES SAVOY, STUART THOMAS CWROBERTS,CONTRACTING INCORPORATED 1740E SILVER SPRINGS BLVD, OCALA FL34470, LICENSE NUMBER.CGC150856 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridalLicense.com ISSUED: 11/12/2024. Do not alter this document in any form. This is your license. Iti is unlawful for anyone other than the licensee to use this document. Batmiainsuiry.Menu Contractors N Name CW.F ROBERTS CONTRACTING, INC. 1-1dfia contractors Printar FlendyVenian VEKDORI NAME CW.F ROBERTS CONTRACTING, INC. F591683951003 EXPIRES: 3/30/2025 WORKCLASSES DRAINAGE FLEXIBLEPAVING GRASSING, SEEDINGANDS SODOING HOTF PLANT-MIXEDE BITUM. COURSES MINORB BRIDGES ROADWAYS SIGNING MOMEOFFICE ADDRESS SOHASISFEIDROAD TALLAHASSEE. FL32303 (850)385-5060 BIDDING OFFIC 660 TALLAHASSEE FENCING GRADING GUARDRAIL INTERMEDIATE BRIDGES PORTLANDO CEMENT CONCRETER ROADWAY PAVING SIDEWALK CubaGuter, Dilversys. Mllng. ReinforcadEerthy Wals, RipRapR Rubble. Undergroundy Umes (Water& Sever). DATE( (MMDDWYYY) 10/01/2024 ACORb CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.T THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policylles) must have ADDITIONAL INSURED provislons or be endorsed. "SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pollcles may require an endorsement. A statement on REPRESENTATIVE OR PRODUCER, ANDTHE CERTIFICATE! HOLDER. this certificate does not confer rights to the certificate hoider in lieu ofs such endorsement(s). PRODUCER McGriff Insurance: Services, LLC 2000 Intemational Park Drive Suite 600 Birmingham, AL: 35243 INSURED C.W. Roberts Contracting, Inc. 42081 Hwy 124-A Wildwood, FL34785 COVERAGES LTR INSR NAME: CONTACT Marthal Leel Hawkins /Ext 9406 PHONE (AC.No.Ex: 1-800-476-2211 ADDRESS: E-MAIL mhawAans@mog8.com INSURER A: Arch Insurance Company INSURERE B: :Allied' World National Assurance Company INSURER C: INSURERI D: INSURERE E: INSURERE F: FAX (A/C.No): INSURER(S) AFFORDING COVERAGE NAIC# 11150 10690 CERTIFICATE NUMBER:B3ETC.7H REVISION NUMBER: THIS IST TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN! ISSUED TO THE INSUREDI NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY7 THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCHF POLICIES. LIMITS SHOWNI MAY HAVEE BEEN REDUCED! BYF PAID CLAIMS. TYPE OFI INSURANCE A COMMERCIAL GENERAL LIABILITY CLAIMS-MADE X OCCUR GEN'LA AGGREGATE LIMIT APPLIES PER: POLICY xJ SB8F OTHER: - ALTOMOBLEUABILITY X ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY B UMBRELLAI LIAB XJ OCCUR XJ EXCESS LIAB DED RETENTIONS A WORKERS COMPENSATION ANDE EMPLOYERS LIABILITY ANYP PROPRIETORPAFINEREXECUTIVE Y/N OFFICERMEMBERI EXCLUDED? (Mandatory In! NH) yes,describe under DÉSCRIPTION OF OPERATIONS! below ADDLSUBR INSD! wyp X POLICY NUMBER ZAGLB9247603 MM/DDNYYY POLICYE EFF MM/DDMYYY POLICYEXP 10/01/2024 10/01/2025 EACHOCCURRENCE LIMITS $ 6,000,000 100,000 10,000 6,000,000 12,000,000 12,000,000 6,000,000 DAMAGE PREMISES TOT (Eac RENTED occurrence) $ MED EXP (Any one person) $ PEASONAL&A ADV! INJURY $ GENERAL AGGREGATE $ PRODUCTS. COMPIOP AGG $ (Eaa accident) BODILY INJURY (Perperson) $ BODILYI INJURY (Per accident) $ PROPERTY DAMAGE (Pera accident) AGGREGATE XISALTE E.L.E EACHA ACCIDENT E.L. DISEASE- -EAE EMPLOYEE $ E.L. DISEASE. -POLICYLIMIT LOC SCHEDULED AUTOS NON-OWNED AUTOS ONLY CLAIMS-MADE X ZACAT9276803 10/01/2024 10/01/2025 ÇOMBINED SINGLELMIT $ $ $ $ 03125099 ZAWCI9966603 10/01/2024 10/01/2025 EACHOCCURRENCE 10/01/2024 10/01/2025 5,000,000 5,000,000 1,000,000 1,000,000 1,000,000 N N/A DESCRIPTION OFC OPERATIONS/ /LOCATIONS IVEHICLES (ACORD1 101, Additional Remarks Schedule, mayb bea atlached Ifr more spacel Isr required) RE: AIlI locations atv which the! Named Insuredi is performing ongoing operations. Florida Department ofTransportation, Florida's' Turnpike Enterprise is Additional Insured under General! Liability and Excess Liability as required! by written contract. CERTIFICATE HOLDER Florida Department of Transportation Florida's Tumpike Enterprise Turkey! Lake Service Plaza Milepost 263.0, Building 5315 Ocoee, FL: 34761 Arnon 2E onseinal CANCELLATION SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCEWTMTHE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Page1of1 01988-2015 ACORD E CORPORATION. All rights reserved. Thn Arnon and Innn nvn maiotarnd mavke nf Arnon RFB 2025-01: York Street Overlay RFB COVER PAGE Name of VENDOR," Entity or Organization: Pave-Rite, Inc. Federal Employer Identification Number (FEIN): 59-2992809 Unique Entity Identification Number (UE!#): State of Florida License Number (lf Applicable): Name of Contact Person: Jerry Zielinski Title: Vice President Email Address: etrvygpavenlelonca.com Mailing Address: 3411 W. Crigger Ct. Street Address (lf Different): City, State, ZIP: Lecanto, FL 34461 Telephone: 352-621-1600 Fax: 352-621-1645 Organizational Structure - Please Check One: Corporation OPartnership OProprietorship OJoint Venture OOther Ifa Corporation: Date of Incorporation: State of Incorporation: Florida States Registered in as Foreign Corporation: Authorized Signature: Print Name: Jerry yZielinski, Signature: AI Title: Vice President Phone: 352-621-1600 This document must be completed and returned with your submission. 16 RFB 2025-01: York Street Overlay PROPOSER'S CERTIFICATION Submit To: City of Bushnell 117 E. Joe P. Strickland Jr. Ave. Bushnell, FL 33513 352-793-2951 352-793-2711 (Fax) Title: York Street Overlay Vendor Name: Pave-Rite, Inc. City of Bushnell Request for Proposal (RFB) Certification and Addenda Acknowledgement Due Date: November 22, 2024 Due Time: 3:00 p.m. RFB: 2025-01 Phone Number: 352-621-1600 Fax Number: 352-621-1645 Email Address: Vendor Mailing Address: 3411V W. Crigger Ct. City/State/ZIP: Lecanto, FL 34461 ety@paventelonca.com ",the undersigned, certify that have reviewed the addenda listed below (list all addenda received to date). understand that timely commencement will be considered in award oft this RFB and that cancellation of award will be considered if commencement time is not met, and that untimely commencement. may be cause fort termination of contract. further certify that the services will meet or exceed the RFBI requirements. 1,t the undersigned, declare that have carefully examined the RFB, specifications, terms, and conditions as applicable for this Request, and that am thoroughly familiar with all provisions and the quality and type of coverage and services specified. Ifurther declare that have not divulged, discussed, or compared this RFB with any other Offeror and have not colluded with any Offerors or parties to an RFB whatsoever for any fraudulent purpose." 1 Addendum: # Addendum # Addendum # Addendum # Addendum# "lo certify that this quote is made without prior understanding, agreement, or connection with any corporation, "VENDOR," or person submitting an RFB for the same material, supplies, equipment or services and is in all respects fair and without collusion orf fraud. l'agree to abide! by all conditions oft this RFB and certify that! am authorized tos sign this response and that the offer is in compliance with all requirements of the RFB, including but not limited to certification requirements. In conducting offers with an agency for "CITY" of Bushnell, respondent agrees thati if this RFB is accepted, the respondent will convey, sell, assign, or transfer tot the "CITY" of Bushnell all rights, title and interesti in and to all causes of action itr may now or hereafter acquire under the anti-trust laws oft the United States for price fixing relating to the particular commodities or services purchased or acquired Att the "CITY" of Bushnell's discretion, such assignment shall be made add become effective at the time the the CITY." by purchasing agency renders final payment to the respondent." Jerry Zielinski, Vice President Authorized. Agent Name, Title (Print) 11/22/24 Date AL This form must be completed and returned with your submission. 17 RFB 2025-01: York Street Overlay BIDDER'S ACKNOWLELEDGMENT FOR CITY OF BUSHNELL Name of "VENDOR" Submitting Bid Pave-Rite, Inc. Name of Person Submitting Bid Jerry Zielinski, Vice President BIDDER ACKNOWLEDGMENT "The undersigned hereby declares that helshe has informed himsel/herself fullyi in regard to all conditions tot the work to be done, and that he/she has examined the RFB and Specifications for the work and comments here to attached. The VENDOR" proposes and agrees, ift this submission is accepted, to contract with the' "CITY" of Bushnell to furnish all necessary materials, equipment, labor, and services necessary to complete the work covered by the RFB and Contract Documents for this Project. The "VENDOR" agrees to accept in full compensation for each item the prices named in the schedules incorparated herein." 7 11/22/24 Date 2025-01 RFB Number [_JCheck if exception(s) or deviation(s) to specifications. Attach separate sheet(s) detailing reason and type for the exception or deviation. This form must be completed and returned with your: submission. 18 RFB 2025-01: York Street Overlay Statement of Terms and Conditions PUBLICE ENTITY CRIME: Apersonora affiliate whoh hast beenp plaçed ont the convicted VENDOR list PUBLICR RECORDS LAW: Correspondence, materialsa andd documents rocoivedp pursuant tothis followinga conviction fora apublice entilycr crimen mayr notsubmita aproposallidonac contractte toprovide RFB/BID! becomep public recordss subjectt tothep provisionso of Chapler1 119,F Florida Statutes. anyp goods ors servicest toa publice entity, forthec constructiono orn repair ofap publicb buildingorp public VERIFICATION OF TIME: Nextel timeish hereby establisheda ast theOficialT Timeo ofthe awardedorp performw worka asa Contractor, supplier, sub-Contractor, orContractoru undera contract Signature ofthe Bidder: TheB Biddorn musts sign theR RFB/BIDF FORMSI inthe spacep amountp ins 287.017, for CATEGORYT TWOT for aperiodo of36m months fromt thed date beneaths suchs signature. Inthe cased ofap partnership, thes businessa ofa atl leasto one ofthep appear INDEM TION: The Contractora agreest toindemnify andholdh harlesst the" "CITY ofBushnell, beneaths suchs signature. Ifthe Proposer/Bidder! isa "Member thet VENDOR" title ofthed officer be written the expenses, includingke legalo costs, arisingo outoforn resulting! from,! thep performance ofthiso contract, RFB/BID must bes submitted. TheF Proposer/Bidder: shalls stateint theF RFB/BIDF authoritytos ther and disease, personal injuryor death, orte toinjuryt toor destruction oft tangibley propertyk includingt theloss Basis for Bidding: Thep pricep proposed fore each items shall OF LOBBYING: Duringtheb blackoutp periodw whichi is thep periodb betweent theti timet the considered, unless otherwise applicable, arer receivedatc Contracis/Purchasing: and thet timet the" cmya awardst thec contract,no shallbet thea aggregatec of thel lump sump prices proposeda andloru unitp pricesr thet totalp multipliedb bidfort byt the proposer, nolobbyist. principal, ord personr may! lobby, onb behalf ofac compolingp partyina appropriatoe estimatedg fort thei individualit items ands shall bes particularp procurement matter, anyr member ofthe CITY," ora any employee othert thant the appropriatep place ont the RFB/BIDF FORM. Inthe event! thatt therei isa discrepancyo figuresinthe ont GrantFinance Administrator. Violationo ofthisp provisionr mayr result indisproposal ofv violating party. FORMO duet tounitp pricee extensionso ora additions, thec correctede extonsionsa Alquestionsn regardingt thisR Request Proposals (RFB)orir Invitationte loBid( (BID) mustbes submitted usedtod thep project! bida amount. Chapter1 112oftheF Florida Statutes." VENDOR'ss shallo discloset then of any Officer, Director, proposerbidder willb becomec contractual obligationsif Partner,A Associate, orA Agenty whoisa also and Officer, Appointee, orE Employeo ofanyo ofthe "CIY'sat successful Proposer/Biddert to accept these obligationsir acquisitiona actione ensues. Failuroofthe INTERPRETATION CLARIFICATIONSA AND ADDENDA: Noo oralin interpretations) willber madeto AWARD OFE BID: tisthe CITY" tos selecta" fromf futuro participation. within any" VENDOR' as tothon meaningofthe RFB/BID Contract Documents. Anyk inquiryorn requestfor thed deadlinef forr Proposals/Bids. However, Proposals/Bids VENDOR" must sixty bey (60) validf calendar daysof acknowledger receipto sucha addendac ora addendum, his offerv willr nevertheless boc construedas PREPARATION COSTS: The" CITY shallr notbec ort ofther receipt ofs same. Alla addenda area part ofthe FORMSa ande each RFB/BIDs shall bet boreb byt theF Proposer/Bidder. dor note expressly orbyi implicationr representu thatt thes actual quantitiesir involvedw will DELIVERY:A Allpricess shallbe FOBD Destination, Sumter quantities ofwork performedorn material Ina accordancew with ADDITIONALS SERVIÇESPURCHASESI BYC diminisheda asp providedh hereiny na anyv wayin invalidating anyof Back' undert thes same terms work, nots submit ofbeingy placed on thec convicted" VENDOR" list. andtheire plected officials, providedt thatanys sucho claims, damage, loss ofe ofthe Contractor. ofreaip propertyt toap public entity, mayn notbe from anda against allo claims, losses and OF PROPOSALS S/BIDS: musti follow the VENDOR RFB/BIDO onb behalf ofthe "cIYs. should signingt sign the FORMS basis ofthe unchangedfor work willbe duringt thep progress the RFB/BID anda additionss shalbo successful contractn may resulti incancollationc ofthe witha any public entity, andr mayn nottr transactb witha anyp public entityi ine excess ofthet orloss of usen resultingt therefroma andisc causedinw wholeo ori inpartb by: anyn negligenta actoro submittalsf forl InvitationtoB Bidort the for Proposals, orP Proposals, ori information, as inwritingtothe" ANTIT TRUSTI LAWS: CITYS Bys Grant/Fi inance signed RFBorB BID, thos successful VENDOR acknowiedges compliancey with alla antitrustk laws ofthou United Statesa andthes StateofFiorida,in order toprotectth thep from oftrade, whichi llegallyi increases prices. Thea award ofu the theti timec ofthe RFB or BID, time ofo occurronces ofthec Conficto ofl Interestt thereafter. receivedbyt the Alsuch ori and," fissued, wilb ben maledors sentbyav viable electronicr toalla attendingp prospective Submitters, priorto theo receipt ofs sucha addendai inthes space provided.I Inc case any Proposer/Biddert failsto thoughi had beenr and acknowledgeda andt thes submissiono ofhis bidw willo constitute Proposer/Biddery willbe bound! bys such addenda, whethero orr notr recelvedbyhim. Itisthe ofoachp proposerbiddert tov that RFB's/BID'sa areo opened. Inthe fu unitp pricet tems, theg materialst tob bef useds solely fort thec comparisono ofR RFB's/BID'sr received. The" CITY and/orhis corresponde exactly therewith; nors shallt the VENDOR plead misunderstandingord deception becausec ofs suche thes Specifications and/or Drawings ando other quantitiesn mayb bel theunitork ump sump prices bid. manner affect! thev PROPRIET tend days afler openingo oft theR TAXES:T The" CITY signature. IftheF Proposer/Bidderk isanir individual, thew words" doing! as," must providedforthe accordingto specific ont the RFB/BIDF FORM. Thep beonalumpsumo prices shall orunitp remain priceb thed duration ofthe andno claims forcoste escalation proposed Total ProposedP Price/Total Contracts SumP Proposed:! Ifapplicable, pricet thes work RFB/BIDa TABULATION: aretos submita Thosev self-a addressed, tor ano officialtabulationo ofther results oftheo opening ofthis onthefr front! lower) lefts side, theF RFBK business size (No.1 10)e envelope, prominently faxore electronicn wiln accopted. identification.1 Tabulationr requested byt tolephone, words, signature oft the" stateda ande evidenced ofhis andy S attributedtob bodilyi injury, sickness, addresso ofe each person intorestedt therein. CONFLICTO OF! iss subjecttot thep provisionsof OBLIGATION OF WINNINGE BIDDER: Thec contents oftheF RFB/BIDofthos awarda and: such" VENDOR" may ber removedh REQUIREMENTS: The VENDOR'ss shallf "cymayn reasonablyr require.7 Thisi includesi furnishs whichi sucha additional informationa asthe oftho" VENDOR' asit doems appropriate. ther righttomakeln investigations ofthe Proposers/Bidders prior! toissuancec ofacontract. Allcostst obligatedo bel liablef for anyo costsi incurredby TIMELINESS: Aly worky willo commence upon authorizationf from! the cmY's representative.. Administratort beforet thec datel listed hereiny willl beg given leastninety (90) calendar days aftert the form receipto oftheF RFB/BID. for award forat RFB/BID openingd date. Each VENDOR" shall acknowledge as abilityt top providet the services. The" "CIY reservest informationw indicatesf fnancialr resourcesa as well willl ben madeinw writingint thef formo ofa ana addendum. toprepare ands submitaresponset tothis shallo commencet they work UPON ando outlineda anda agreed County, Florida, Insided deliveryu unless during! thato other Public Agenciesn mays sook to" Piggy- -withoutt the" VENDOR"s Backa contract. the Agencyn mustf first obtain alla addendais issuedbefore v tobe done and. willp proceedi at timely mannerv RECEIPT OF NOTICE TOF PROCEED delays.7 and/or upon herein. otherwises specified. the VENDOR"s Back The Contractors Allwork thisF Contracta areto tobec as approximated onlyand PRESENTED), ands shall deliverk accordance ORDERPLACED tothet terms (PURCHASEC ORDER Documents, anditisu understoodu thatthe The" VENDOR" bys submittinga Bida acknowledgest OTHERF PUBLICA AGENCIES( ("PIGGY-B -BACK"): servicesa andlorp purchases beingo ando conditions, offeredi inthis thee fort thes effectivep periodo ofanyr resulting LAWSA ANDF REGULATIONS: The" VENDOR' isrequiredte tobef familarw witha ands shall VENDOR" has thec optiont o agreeo or disagroet Bid, samep prices andort termsp proposed. beresponsiblef for complyingw witha all federal, state andk locall laws, ordinances, rulesa andregulations basis. Beforea Agencyi is allowedt Piggy- toallowo contractP anyo Piggy-E Backs onac case- by-case responseto toth thiss solicitationt becomet thep propertyo oftho" CITY." Unless informations submittedis requiredtouset thec official RFB/ /BIDF FORMS, andalla number attachmentsit (UPS, FodEx etc.) Proposers/Bidders: are INFORMATION: VENDOR's areh hereby notifiedthatall untilas short listis thes seekingA Agencyc cannot Piggy- lfroquested tomail, the then itemizedherein, aretobe charge and are online. unless numbers listed pecification are for information indicated. The Proposer/Bidderr may offera any proposede equivalentv willn meett the thereto. RFB's/BID's which dor noto comply with inn FORM, Grant/Finance/ Administratoris istoben notified, In used, manufacturing process, or construction. GranV/Finance/ ass Administrator, ord designatedn representative. asg Theg quantitiesa specifiedi inthis RFB/BID aree onlya andaren nottobe manufacturerb brand andn number, RFB/BIDr number ofthod contract. Sampleso forr successful ofs Proposer's itoms mayn remaino onfilef fort thet tem sampless shallbea accompaniedbyl Instructions whichincludo disposedo shippingauthontzation: ofbythe" CITY andm withina mustb ber receiveda attimed ofd opening. Samplesn notr returnedn may be re-croatedo document. Submittalsr may bed deemedn non-responsiveit ifrequired submitteda asp orins OfRFB'S/BID's, willbea available for public inspection PLANS, FORMS s SPECIFICATIONS: incompliancey with Chaptor 119, and2 2870 oftheF Floridas Statutes. AIIF RFB's/BID's copyw written, trademarked, orpatentod, the" CITYn reservest ther righttou utize anyoral submitteda asa document. ideas, conceptions, orp portions ofany! RFB/BID, initsb besti Government.E Exemptionc certificatesv willbe providedu uponr request. DECLARATION: Bys signingt thisR RFB/BID, 'VENDORsshat shallnoto collude, conspire, conniveo ora agree, directly ori indirectly, witha anyo otherF Proposer, VENDOR,"orp persontosubmita collusiveors proposalin no connectiony witht thew work fory which andnotir intondod! toli limit theirF RFB/BIDH hasb been submittod; ort torefrainf from Biddingin inc connectiony withs such work; orhave anyotherB Bidder, anyo overhead, profit, or coste olements ofthe RFBBIDpricecrthe unlawfula agroementa anya advantage againsta anyo otherB Bidder, oranyp personir inthe PROPOSERF RESPONSIBILITY: Invitationb byt the" cmr to-VENDORsisb based onthen recipient's thesen requirements ares subjectton CITYSHIP OFS SUBMITTALS:A Allresponses, inquirieso orc correspondencer relatingtoorinm reference submittedb byt the VENDOR's willl becomet the; property ofthe" CITY." Referenceto toli literature whichever comesf first, Administrator, These packagesa area availablef BidP Packagesa forp pickupo area or availablef byn mail. fromt the Grant/Finance musts supply ac courier stated ont theF RFB/BID FORM and/or Anyy fromt minimums specificationsn mustbec clearly RFB/BIDF FORM company fort thisp corporationir aref free interestedi ns submitinga MANUFACTURERS) NAME AND APPROVEDE names, brandr names, informationa and/or catalogn EQUIVALENTS:/ Anym which heis ana competitionu RFB/BIDF FORMI then manufacturer's RFB's/BID's areb name basedo one equivalent products, indicatec onthe ProposerBidders shall explaini ind detal! ther reason(s) why willnot satisly this provision.1 The spedifications andnott bec considered ane writing, ofany proposedo shall changesi notbe QUANTITIES: SAMPLES: construeda ise exempth froma anyt taxes Imposedbyt thes State and/orF Federal ands specificationsw willl bef furnishede ExceptionsDewiations: or Sheet(s). Onlyones seto ofplans, forms, trade inanyr manner, directlyo indirectly, soughtbyp persont tof fixt thep priceo orp pricesi inthe RFB/BIDorof spedificationf for any tem(s). reprosentative, which meets ore exceedst the RFB/BID RFB/BIDP price ofa anyo other Bidder, ortos secure througha anyo collusion, conspiracy, connivance, or Referencet tol Btoratures submittedy witha productr and literature, andoro completes specifications. specificn requestora asthen resulto ofresponset bythep publict tot thele legala advertisements requiredby quote ana alternateb brand rejection. ando RFB's/BID's lacking any written indicationo ofintentto Statel law." VENDOR'sori individualss submit! theirr responses onav voluntaryb basis, andi thereforea are specifications as listed ont wilben the RFB/BIDF receiveda TheG incomplete complancey witht the lothisF RFB/BID, otherr reports, charts, displays, schodules, exhibits ando other documentation However, and changes signed by the binding upon! the CITY unlesse evidencedbya Change Notice EXAMINATIONG OF BIDD DOCUMENTS: EachE Bidder shallo carefully examinet the RFBBID Document destroyedn Samples ofitems, ben calledfor, attheF shalbef furishedfr freed expense, andifnot toensure allp pages haveb beenn received, alldrawingsa and/or Specifications ando other applicable labeledv may. the uponn Proposer's request, s/Bidder'sr roturneda name, Proposer's s/Bidder's expense. Eachs samples shallbe proposedy toc pensa anyk kind. submittedy witha witht this RFB/BID. requirements! thatn performedu undert the Contract.I Ignoranceo on! thep hoc obligations andr "VENDOR"F RESPONSIBILITY: forany mislabeledorn couriers. ort the! USF Postal DRUG FREEV torejecta anya and/ora alls examination reservest ther award responsive. The" CITY reserves right reservesth ther thes mission ofany VENDOR" ina CITY, orw failedt to RFB/BIDV willn notn relievet thet Biddert fromi including: anyr requiredd documents affecto cost, progross performances ofthey work tobe assumedu undert the Contract. minimums. whend Requestf arein ands shallin inform himselft thoroughlyr regardinga any ando allo conditionsa and andie itemr reference. ofs idontification andd delivery oft theirs submittals. Thec ChyN ManageriPublicy Works Directorv wilr notbe solicitation, butn musto dos ownr risk. chooset VENDOR' willin innoy wayn relieve himof aref fullya ando completely responsiblet fort thel labeling. DOCUMENT RE- CREATION: VENDOR" areasonablet may time asd deemeda submissions, north thoseh handlodb byd delivery persons, beincludedina anyn soathis Allrequiredi AIIP Proposers/Bidders: shalls submitu thee enclosed, dulys signeda and informationisnotin includedina anyre-created document. anyo doaumento)reguirediturt this inthe original" cry formatr must 11/22/24 "VENDOR" form shallh entitled" havet thet "Drug burdeno Freel ofc Workplace demonstratingt Certificate." thath hisp The DrugF Freel Workplace 287.0870 oftheF Florida Statutes, anda anys othera applicables statel programe law. compliesv with Section THE" "CITY"OFE BUSHNELL, politicals subdivisiono ofthe State ofFlorida, andre reservest theright Submittalsn meeting statedr rightt andp proposalsn contractsint may bere rejoctedbyt interestofthe" the" CITY CITy.: asnon contractlothe" orwitho otherg govemmental: agencies. perform faithfullya anyp previouso contractw withthe" "CITYs ACKNOWLEDGED: TA reservest ther right tov waive anyir informallieso ori iregulartiesinthe the best alls submittalsy without cause. The" "CITY default upona anyd debtor This document must be completed and returned with your submission. 19 RFB: 2025-01: York Street Overlay HOLD HARMLESS AGREEMENT The Contractor agrees to hold the "CITY" of Bushnell harmless against all claims for bodily injury, sickness, disease, death or personal injury or damage to property or loss of use resulting therefrom, arising out of the agreement, to the extent that such claims are attributable, in whole The Contractor shall purchase and maintain workers' compensation insurance for all workers' compensation insurance and employers' liability in accordance with Florida Statute Chapter The Contractor shall also purchase any other coverage required by law for the benefit of Required insurance shall be documented in Certificates of Insurance and shall be provided to By signature upon this form the Contractor stipulates that he/she agrees to the Hold Harmless ori in part, to a negligent act or omission by the Contractor. 440. employees. the "CITY" representative requesting the service. Agreement, and to abide by all insurance requirements. Pave-Rite, Inc. Contractor-VENDOR"- Printed Name L York Street Overlay Project Name 11/22/24 Date The effective date of this Hold Harmless Agreement shall be for the duration ofthis project. This document must be completed and returned with your submission. 20 RFB 2025-01: York Street Overlay DRUG FREE WORKPLACE CERTIFICATE 1, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, Pave-Rite, Inc. (Print or type name of "VENDOR") Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above and Informs employees about the dangers of drug abuse in the workplace, the VENDOR"s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug Gives each employee engaged in providing commodities or contractual services that are under Notifies the employees that as a condition of working on the commodities or contractual services that are under RFB or bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to any violation of Chapter 1893, or of any controlled substance law oft the State of Florida or the United States, fora violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written (*) statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, ifs such is available in the employee's community, by any employee whoi is Makes a good faith effort to continue to maintain a drug free workplace through the "As a person authorized to sign this statement, Icertify that the above-named business, "VENDOR" or corporation complies fully with the requirements set forth herein." specifying actions that will be taken against violations of such prohibition. use violations. RFB or bid, a copy of the statement specified above. sO convicted. implementation oft the drug free workplace program. - A4 11/22/24 Date Signed Signature State of: Florida County of: Citrus Sworn to and subscribed before me this 22nd day of November 2024. Personally Known X or Produced dentification (Specify Type of Identification) Signature of Notary My Commission Expires (seal) This document. must be completed and returned with your submission. 21 RFB: 2025-01: York Street Overlay SWORN STATEMENT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF ANOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This swor_statement is submitted to the "CITY" of Bushnell By_ Jerry Zielinski, Vice President for Pave-Rite, Inc. (print individual's name and title) (print name of entity submitting sworn statement) whose business address is_ 3411 W. Crigger Ct. Lecanto, FL34461 and (if applicable) its Federal Employer Identification Number (FEIN) is 59-2992809 2. lunderstand that a "public entity crime" as defined in Paragraph 287.133(1)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material 3. lunderstand that "convicted" or conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment ori information after. July 1, 1989, as a result ofajury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. lunderstand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, a. Apredecessor or successor of a person convicted of a public entity crime; or b. - Ane entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active int the management of an affiliate. The ownership by one person of shares constituting ac controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. Aperson who knowingly enters into aj joint venture with a person who has been convicted ofa a public entity crime in Florida during the preceding 36 months shall be lunderstand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are misrepresentation. means: considered an affiliate. active in management of an entity. 22 RFB: 2025-01: York Street Overlay d. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which statement applies). X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted July 1, 1989. 1, 1989. "VENDOR" list. (attach a copy of the final order) IUNDERSTAND THAT THE SUBMISSION OF THIS FORM TOTHE CONTRACTING OFFICER FOR THE PUBLIC ENTITY ID ENTIFIED IN PARAGRAPH 1 (ONE). ABOVE IS FOR THAT PUBLIC ENTITY ONLYAND, THATTHIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.IALSO UNDERSTAND THATIAM REQUIRED TOI INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTOA CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE MPORWATO/CONTANED IN THIS FORM. 44 VAuthorizéd Signature llaz/zo24 Date Signed State of: Florida County of: Citrus Sworn to and subscribed before me this 22nd day of November 284. Personally Known X or Produced Identification (Specify Type of Identification) Signature of Notary My Commission Expires (seal) This document must be completed and returned with your submission. 23 RFB 2025-01: York Street Overlay CONFLICT OF INTEREST DISCLOSURE FORM IHEREBY CERTIFY that 1. (printed name) Jerry Zielinski the (title), Vice President for which l'am acting; and, this project; and, am whose and the duly authorized representative of the "VENDOR" of ("VENDOR" Name) Pave-Rite, Inc. address is 3411 W. Crigger CL.Lecanto, FL 34461 and that I possess the legal authority to make this affidavit on behalf of myself and the "VENDOR" 2. Except as listed below, no employee, officer, or agent of the "VENDOR" have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with 3. This bid proposal is made without prior understanding, agreement, or connection with any corporation, "VENDOR," or person submitting a bid proposal for the same services and is in all respects fair and without collusion or fraud. EXCEPTIONS (List) $L VAufhorked Signature Hhz/30n4 Date Signed State of: Florida County of: Citrus Sworn to and subscribed before me this 22nd day of November 2024. Personally Known X or Produced Identification (Specify Type of Identification) Signature of Notary My Commission Expires (seal) This document must be completed and returned with your submission. 24 RFB: 2025-01:York Street Overlay IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm, and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFB) submittals. Further, Consultants/Bidders are required to enroll ini the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the ConsutantBidders proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy oft the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify The City of Bushnell will not intentionally award City contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation oft the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). The City of Bushnell may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient oft the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral Consultant attests that they are fully compliant with all applicable immigration laws (specifically tot the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the program may deem the ConsultantBidders proposal as nonresponsive. termination of the contract by the City of Bushnell. time of submission of the ConsultantBidder's proposal. Company Name: Pave-Rite, Inc. Print Name: Jerry Zjelinski Title: Vice President Date: 11/22/24 Signature State of: Florida County of: Citrus 4 Sworn to and subscribed before me this 22nd day of November 2024 Personally Known X or Produced Identification (Specify Type of dentification) Signature of Notary My Commission Expires (seal) The signee oft this affidavit guarantees, as evidenced by the affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. This document must be completed and returned with your submission. 25 RFB 2025-01: York Street Overlay FORM 1 VENDOR" PROFILE Pave-Rite, Inc. Submitted by (Company Name) Circle one of thef following: Corporation Partnership Individual Joint Venture Other Describe: Florida Contractor License Number: Unique Entity ID: Expiration Date: FEIN:. 59-2992809 Office Location: 3411 W. Crigger Ct. Lecanto, FL 34461 Number of people in your organization: 30 Length of time the Contractor has been doing business under this name in Florida: 32 Length oft time your firm has provided services to governmental clients: 32 years years Under what other name(s) has your firm operated: If Yes, attach a detailed explanation. Has ori is your firm currently involved in any formal court proceedings regarding any of your contracts? YES NO 26 RFB 2025-01: York Street Overlay FORM: 2 BID FORM Bidder agrees to perform all of the work described in the specifications for York Street. Overlay for the sum of: and Seventy Four cents inv words will govern. Seventy Thousand, Two Hundred Eighty Two Dollars ($70,252.74 Amount shall be shown in both words and figures. In case of discrepancy, the amount shown CONTRACTOR'SGENERAL INFORMATION 1. How long have you been engaged in these services? 32 Years 2. Do you or any of your employees possess any certifications, licenses or hold any degrees in a related field? Yes 3. How large is your company? a. Full-time Employees 30 b. Part-time Employees 4. Please indicate the make, model and year for piece of equipment tol be utilized. List should include all vehicles, trailers, heavy equipment, etc. 2001 Etnyre L7500 distributor 2000 GMC C-30 Dump Truck 2004 Mack CH613 Tractor 1979 Cat 140G Grader 2012Cat? 246C SkidLoader 2020 Cat 926M Loader 1997 LayMore 6FB Broom Tractor 2018 Cat AP600F Paver 1955omaybwIZK TrafficRotter 2020 Cat CB7 Asphalt Finish Roller 2016 Cat PC305B 18" Planer Attachment 27 IEO Addendum No. 1 City of Bushnell RFB: 2025-01 YORK STREET OVERLAY To: All Plan Holders for the above referenced project From: City of Bushnell, Mike Eastburn meastburn@cityofbushnelf.com or 352-793-2591) Date: November 13, 2024 RE: Addendum No. 1-YORKS STREET OVERLAY Addendum No. 1: The City desires to update the "Scope of Services" to also include: 1. Application ofa an asphalt leveling course 2. Application of appropriate markings (including speed bumps) Please Acknowledge Receipt of Addendum No. 1: 11/22/24 Date Bidder'ssignature A44 RFB2025-01 Page 1 of1 INFORMATION ITEM # 1 COUNCILWOMAN MARGE THIES - CITY OF BOSHNELL RECREATIONADVISORY COMMITTEE UPDATE. CORRESPONDENCE CITY CLERK REPORT & REQUEST CHRISTINA DIXON ITEM # 1 ELECTION INFORMATION VICTORIA "TORI" SUMMERLIN ELECTED COUNCIL SEAT #2 CITY CLERK REPORT & REQUEST CHRISTINA DIXON ITEM # 2 STATE-MANDATED 4-HOUR CONTINUING EDUCATION IN ETHICS TRAINING EDNESDAY, DECEMBER 18, 2024 FROM 10:00A.M. UNTIL 3:30 P.M. CITY CLERK REPORT & REQUEST CHRISTINA DIXON ITEM # 3 CHRISTMAS LUNCHEON ONTHURSDAL, DECEMBER 19,2024AT CITY HALL FROM 12:00 P.M. UNTIL 1:00 P.M. CITY CLERK REPORT & REQUIEST CHRISTINA DIXON ITEM # 4 CHRISTMAS GATHERING ON FRIDAY, DECEMBER 13, 2024AT BIG BASS GRILL IN LAKE PANASOFFKEE FROM 6:30 P.M. UNTIL 10:00 P.M. CITY MANAGER PUBLICWORKS DIRECTOR REPORT & REQUEST MIKE EASTBURN CITY ATTORNEY REPORT & REQUEST FELIX ADAMS STAFF REPORT AND REQUEST CUSTOMER SERVICE AND INFORMATION SYSTEMS DIRECTOR CHRISTINA SIMMONS DIRECTOR OFZONING & CODE COMPLIANCE KRISTIN GREEN ITEM # 1 NEXT BACE MEETINGTO BE HELD ON TOESDAY, DECEMBER 10, 2024AT 5:30 P.M. ELECTRIC UTIITY DIRECTOR RONALD STRICKLAND FINANCE DIRECTOR SHELLEY RAGAN ASSISTANT CITY MANAGER/GRANT ADMINISTRATOR MORGANWILSON HUMAN RESOURCES DIRECTOR RICARDO LAFONT SUMTER COUNTY SHERIFPS DEPT. LT. MICHABL CASSIDY CITY COUNCIL COMMENTS & INFORMATION DEPARTMENT REPORTS CITY OF BUSHNELL MONTHLY REPORT ADMINISTRATION AND CUSTOMER RELATED SERVICES FOR PERIOD OCTOBER TO NOVEMBER FOR DECEMBER COUNCIL REPORT WATER MONTHLY COMM. MONTHLY ELECTRIC DEMAND MONTHLY SEWER WHOLESALE LEACHATE MONTHLY SANITATION RES. COMM. RES. COMM. RES. COMM. RES. COMM. 4,819,000 GALS. 1074# # OF CUSTOMERS 13,762,000 GALS. 369#OF CUSTOMERS 1,220,282 KWH 4,232,572 KWH 7,394 KW 334 Solar 2,665,000 GALS 7,621,000 GAL 1,891,000 GALS. 1210# OF CUSTOMERS 458 # OF CUSTOMERS 46# OF CUSTOMERS CUSTOMER 600#OF CUSTOMERS 243#OF CUSTOMERS 1CUST. (WEBSTER) CUST. 1270# OFC CUSTOMERS 236#OFCUSTOMERS GALS Power Cost Adjustment: 0.014 In October (November Bills) Total Number of Community Center Rentals to Public:5 Rentals Total Number of Service Orders Processed by Customer Service staff:5 553 BOARD OF ADJUSTMENT & CODE ENFORCEMENT: Number of Applications and Actions addressed to BACE: LAND USE CHANGES:1 CODE ENFORCEMENT:O LARGE SCALE COMP. PLAN AMENDMENT:O LAND DEVELOPMENT REGULATIONS TEXT AMENDMENTS:1 Number of Building Permits issued for month: 58 REZONING:1 SPECIAL EXCEPTIONS:0 VARIANCES: 0 ANNEXATIONS:1 ODOR/LANDFILL COMPLAINT:0 SUBDIVISION:1 ADMINISTRATIVE PROJECTS IN PROGRESS DOCUMENTATION AND FINANCIAL REPORTING: Fiscal Year 2024-25 Proposed Budget Approved TRAINING AND PROJECTS: Staff coordination of the 2024-2028 Strategic Plani in progress Staff coordination of the 2023-2024 FRDAP Splash Pad Grant in progress Staff coordination of Trademark Metals Recycling Facility Project Staff coordination of Hanson WWTP Basin 41 Repair - Construction in progress Staff coordination of Electric GIS Map Updates in progress Staff coordination of FEMA Request for Public Assistance for Hurricane Helene Staff coordination of FEMA Request for Public Assistance for Hurricane Milton Staff attended FMPA Board of Directors & Executive Committee meetings Staff attended Lake-Sumter MPO Technical Advisory Committee Meeting Staff attended Florida League of Cities Municipal Operations Policy Committee Meeting Staff attended various meetings with developers regarding future City development projects Inaugural Bushnell Evergreen Cemetery Clean-Up Day and Picnic-S Saturday, February 15, 2024 Staff attended FMEA Board of Directors meeting PLANNED PUBLIC EVENTS & PAST EVENTS UPDATE: Electric Monthly Report November 2024 Completed 139 Locates Completed 91 Work Orders Completed 5 after hours call outs Completed monthlymeter reading per monthly schedule Annual Projects Osmose rejects poles scheduled. Only one left and must be scheduled onaSaturday. Monthly Vehicle Inspection Completed Pole tagging is still in progress GIS. Feeder ride outs post storm. Routine Repair and Maintenance Prevention Maintenance and Inspection Checklist on all trucks. Repaired and terminated 3 phase primaryunderground cables at Metal Industries to feed the back side of the building. Set poles and hung banner for light up Bushnell event Delivered quote for Derik Pike on Busted oaks way new service Delivered quote for Dominics Pizza on Cr48 Waiting on contractor to complete the Delivered quote on Justice St for three new houses to be completed. Installed temp Ordered replacement transformers to restock all the transformers lost due to Sent damaged transformers and a 3 phase recloser off to be repaired/ refurbished. meter panel pole waiting on contractor, before we deliver permanent power. hurricane Milton Repaired underground service on Busted Oaks Repaired underground service om McCullum Ave. Replaced duplex streetlight wire from Hurricane Milton destruction in Kenny Dixon Repaired multiple services aterconsumerreplacedweatnerhead due to destruction Straightened several poles throughout the city due to destruction from Hurricane Sports Complex from Hurricane Milton' Milton Set up Christmas tree in the plaza outside of city hall PUBLIC WORKS DEPARIMENT Monthly Report November 2024 (October 215t, 2024, to November 20th, 2024) Administrative: Estimated Sheriff's Department Inmate Man-Hours: OHours Estimated Sumter Correctional Institute Inmate Man-hours: 0 Hours Refuse Tonnage 342.27 Tons Brush /Miscellaneous Yardage: 2422 yards Service Orders Completed: 147 Service Orders Major Maintenance: Replace Finger Assembly Truck 43. Sanitation Department: Refuse collected from routine residential & commercial routes Serviced trucks and equipment and replaced tires as needed (on-going) 6New residential customers. Streets: Mowed and maintained city properties, street right-of-ways & R/R property (on-going) Removed trees around City as needed (on-going) Edged streets throughout Bushnell City limits (on-going) Potholes filled: 31 Potholes on City Streets Replaced 1 Stop Sign(s) around City Parks and Recreation: Mowed and maintained all City parks (on-going) Prepared ball fields for league usage (on-going) Splash Pad under design. Water & Wastewater Monthly Report From November 2024 for December 2024 Council Meeting Water Read all water meters. Completed approximately 66 service orders between October 24th to November 22nd Water plant one is undergoing renovations in preparation to return to service. Required compliance sampling and testing was performed. Water flushing continues to be performed per consent order, and to maintain water freshness. Water pumping during October amounted to 13,813,000 gallons for Bushnell and 7,216,000 for Sumterville Wastewater Hanson wastewater treatment plant average daily flow for October was 0.537MGD (million gallons per day) influent and 0.548MGD Effluent. Both of these figures went over our permitted capacity for October (Iblame Milton) CBOD and TSS testing of restaurants. SBR4 emergency repairs are underway Required routine compliance sampling and testing was performed. Miscellaneous We continue to perform preventative flushing around the city to address water complaints We continue to perform preventative maintenance with the collections and transmissions systems We are working closely with the County and School Board on future water and wastewater extensions that will eventually benefit the City Incident Number Primary Unit SC5024CAD809211 5C5024CAD809262 5C5024CAD809283 JESSE BROOKS, 548 SCS024CAD809348 SC5024CAD809358 5C5024CAD809383 SC5024CAD809384 5C5024CAD809386 5C5024CAD809385 5C5024CAD809414 JEREMY WILLIAMS, D110 5C5024CAD809486 SCS024CAD809508 5C5024CAD809527 5C5024CAD809529 SC5024CAD809650 SC5024CAD809658 SCS024CAD809660 SC5024CAD809676 SC5024CAD809679 SC5024CAD809700 RONDEZ MOORE, X129 SC5024CAD809743 SC5024CAD809798 5C5024CAD809833 SC5024CAD809838 SC5024CAD809874 SC5024CAD809898 SC5024CAD809903 SC5024CAD809930 SC5024CAD809983 5C5024CAD810040 SCS024CAD810130 SC5024CAD810148. 5C5024CAD810162 JEREMY WILLIAMS, D110 SC5024CAD810207 SC5024CAD810215 5C5024CAD810243 LARRYHIGGINS, C114 SC5024CAD810254, SC5024CAD810256 SC5024CAD810284 SC5024CAD810307 LARRY HIGGINS, C114 SC5024CAD810310 SCS024CAD810410 SC5024CAD810448 5C5024CAD810459 SCS024CAD810466 Date Time Recieved Complaint Type 10/23/202406:5813 FCIC/NCICHIT 10/23/2024: 10:02:02 911 HANGUP 10/23/2024: 10:44:03 DISTURBANCE-UNK 10/23/2024: 12:48:03 THEFT 10/23/202413:0412 ACCIDENT 10/23/2024 13:57:53 911 HANGUP 10/23/202413:58:18 911 HANGUP 10/23/2024: 13:59:06 911 HANGUP 10/23/202413:5920 911 HANGUP 10/23/2024: 14:59:51 INFORMATION 10/23/202417-1744 911 MISDIAL 10/23/20241 18:00:40 911 HANGUP 10/23/2024: 19:08:17 FCIC/NCICHIT 10/23/2024 19:11:43 PHONE COMPLT 10/24/202408:59.01 FCIC/NCICHIT 10/24/2024 09:22:22 ACCIDENT 10/24/202409:2737 ACCIDENT 10/24/2024 10:10:43 CIVIL 10/24/202410.18.09 ACCIDENT 10/24/2024 10:49:20 BATTERY 10/24/20241637.47 911 HANGUP 10/24/2024: 16:42:16 ACCIDENT 10/24/202418:1337 EXTRAPATROL 10/24/2024: 19:53:19 UNSECU DOOR/GATE 303 N MARKETST 10/24/2024: 20:34:02 INFORMATION 10/24/202422:49:15 FCIC/NCIC HIT 10/25/202407:0129 ANIMAL COMPLAINT 824 WI NOBLE AVE 10/25/202409:05.23 SICK/INJURED 10/25/20241 13:06:06 CITZASST-ESCRT 10/25/202413:54:59 911 HANGUP 10/25/202414.1559 INFORMATION 10/25/202415:32:03 DISTURBANCE-UNK 10/25/20241 15:58:44 911 MISDIAL 10/25/202417-4221 INFORMATION 10/25/202418:1931 HIT ANDRUN 10/25/202418:2227 HITANDRUN 10/25/202419:3151 SICK/INJURED 10/25/202420,43:06 FCIC/NCICHIT 10/25/20242 20:48:08 911 HANGUP 10/26/20241030.35 ATC-WELFARE CHECK 2163WC48 10/26/202413:05:52 DCF/ABUSE REG 10/26/2024: 13:27:46 911 HANGUP 10/26/2024: 13:45:45 PHONE COMPLT Address 219EANDERSONAVE 401 NWALLST 62331 LOWERYST 2163WC48 2615WC48 2223 OLD313 22230LD313 2223 OLD313 2223 OLD313 219E EA ANDERSON. AVE 2110 OLD313 535 DRI MARTIN LUTHER KING. JRA AVE 9201 219E EANDERSON AVE 2195 WC48 46285C4752 268 5551 SW: 18THTER 2159WC48 402) WF PARKHILL AVE 2217WC48 402 WF PARKHILL AVE 2110 OLD313 2163WC48 200J JUMPER DRS 102 NI MAINST 219EANDERSON AVE 2055WC C48 2055WC48 200 JUMPER DRS 218 WF FLANNERY. AVE 210 EA ANDERSON, AVE 106 WBELTAVE 21100LD313 218 WI FLANNERY, AVE 2163WC48 2163WC48 5481 4THST 219EANDERSONAVE 1198EC48 6233 LOWERY ST 354 401 W NOBLEAVE 2163WC48 DispCodel DispCode2 DispCode22 Offense Number 8801 9201 5101 2501 7102 9201 9201 9201 9201 8801 9201 8801 2501 8801 7104 7103 2501 7102 1701 3801 2501 9201 7501 8901 2501 2501 8801 5101 1601 6301 2501 9201 2501 6604 9201 4401 2501 7102 6301 8801 9201 2501 1102 9201 2501 R3 C5 R1 C4 T10 C5 C11 C5 C5 R3 C4 K1 Z C1 C9 T10 T10 C1 T7 R1 R1 C4 C5 C1 C5 C4 C1 R3 R1 C9 M8 C1 C5 R6 C1 C5 R1 C1 T8 M8 R3 C11 C2 R5 M8 C11 10/24/202413:02.05 INVESTIGATION FOLLOW 402 WF PARKHILL AVE 10/24/2024: 15:07:16 SUSPICIOUS INCIDENT 6233 LOWERY STF13 5CS024CAD809952 CHRISTOPHERI MCPETERS, S55 10/25/202400:0318 911HANGUP SCS924CAD810478 SC5024CAD810479 SCS0Z4CAD810500 SCS024CAD810515 5CS024CAD810609 CONOR GARRITY, K115 SCS024CAD810636 5CS024CAD810650 SCS024CAD810683 SCS024CAD810700 SCS024CAD810710 SCS024CAD810778 SCS024CAD810783 SCS024CAD810793 SCS024CAD810825 SCS024CAD810836 SCS024CAD810880 SCS024CAD810885 SCS024CAD810903 SCS024CAD810906 SCS024CAD810922 SCS024CAD810950 PEDRO CRUZSANTILLAN, SC5024CAD810970 SCS024CAD810989 SCS024CAD811020 SCS024CAD811031 SCS024CAD811044 SCS024CAD811101 SC5024CAD811126 SCS024CAD811129 SC5024CAD811154 SCS024CAD811156 SCS024CAD811159 SC5024CAD811176 SC5024CAD811200 SCS024CAD811271 SC5024CAD811318 RONDEZ MOORE, X129 SC5024CAD811372 SC5024CAD811391 SCS024CAD811441 SC5024CAD811469 ROBERT HANSEN, X133 SCS024CAD811480 SCS024CAD811477 SCS024CAD811483 SCS024CAD811541 JEREMY WILLIAMS, D110 SCS024CAD811542 SCS024CAD811567 SCS024CAD811571 10/26/2024: 14:12:03 SUSPICIOUS INCIDENT 6069 LOWERY ST 10/26/2024: 14:27:34 SICK/INJURED 10/26/2024: 15:57:43 PHONE COMPLT 10/26/2024: 16:45:59 THEFT 10/26/2024. 22:22:23 ALARM-COMRCL 10/26/2024 23:35:38 DISTURBANCE-MUSIC CR551/CR544 10/27/202401:10:58 SICK/INJURED 10/27/2024 07:12:05 INFORMATION 10/27/2024 09:26:20 BURGLARY OW 10/27/2024 10:21:20 FCIC/NCICI HIT 10/27/20241 15:48:10 911 HANGUP 10/27/2024: 16:17:46 PHONE COMPLT 10/27/2024. 17:12:51 SICK/INJURED 10/27/2024 19:57:03 THEFT- -IDENTITY 10/27/2024: 20:46:53 SICK/INJURED 10/28/2024 01:29:23 SUSPICIOUS PERSON 307 NWESTS ST 10/28/2024 01:54:32 DISTURBANCE-UNK 10/28/2024 07:18:30 SICK/INJURED 10/28/2024 07:30:32 ASSIST OTHER AGENCY 125SFLORIDA: ST 10/28/202408:40.42 SUSPICIOUS VEH 10/28/2024 09:57:48 DCF/ABUSE REG 10/28/2024 10:25:28 INFORMATION 10/28/20241 11:11:32 DCF/ABUSE REG 10/28/20241 12:20:52 SUSPICIOUS INCIDENT 510N MAIN ST 10/28/2024 12:44:12 ANIMAL COMPLAINT 321 S WESTWOOD: ST 10/28/2024 13:16:24 SEX OFFENSE 10/28/2024 15:05:38 SICK/INJURED 10/28/2024: 16:06:02 SICK/INJURED 10/28/2024: 16:10:18 SICK/INJURED 10/28/2024: 17:12:49 NARCOTICS 10/28/2024: 17:22:24 THREATS 10/28/2024 17:32:24 PHONE COMPLT 10/28/2024 18:13:28 MISSING PERSON 10/28/2024 20:11:37 CITIZENS ASSIST 10/29/2024 06:22:14 SICK/INJURED 10/29/2024 09:47:20 VIN VERIFICATION 10/29/202411:27:19 DIST-O/W 10/29/2024 12:02:21 FCIC/NCICHIT 10/29/2024 13:34:44 SICK/INJURED 10/29/2024 14:19:01 INFORMATION 10/29/20241 14:27:43 CITIZENS ASSIST 10/29/202414.3021 FCIC/NCICHIT 10/29/2024 14:37:23 911 HANGUP 10/29/2024 16:03:09 INFORMATION 10/29/2024 16:04:41 911 HANGUP 10/29/2024 16:55:50 FCIC/NCICHIT 10/29202417:07:47 FCIC/NCICHIT 2501 6301 2301 6813 1402 8701 6301 1402 2107 8802 2501 6301 2501 6301 6601 6601 2501 2501 4401 2501 7102 2501 1602 6203 6301 6301 6301 5403 9901 2501 5202 2501 6301 7704 3102 8801 6301 6901 8801 2501 9201 8801 8801 8801 C1 M8 C2 R1 A1 C11 M8 R6 R1 R2 C9 R6 M8 C2 M8 C9 C4 M8 C1 C5 C4 C1 R1 C1 C1 R2 M8 M8 M8 R2 R1 C1 R1 C1 M8 C1 C7 R3 M8 C1 R3 C1 C11 R3 R11 R3 R3 1000 MEADOWS CIR27 316ENOBLEA AVE 2163 WC48 123 WS SEMINOLE. AVE 200SYORKST 2257WC48 601 W-N NOBLE AVE 219EA ANDERSON AVE 535 DRI MARTIN LUTHERI KING. JRA AVE 9201 SW 371 TERR 6233 LOWERY ST 6233 LOWERY ST D4 6233 LOWERY STC13 307 NWEST ST 535 DR MARTINI LUTHER KING. JRA AVE 6301 220E! MCCOLLUM, AVE 218 WI FLANNERY AVE 6233 LOWERY ST 218 WFLANNERY, AVE 413 JUMPER DRS 846 NE 54TH TER 846 NE 54TH1 TER 846 NE 54TH7 TER 219EANDERSON, AVE 304.WF PALM AVE 250 E MCCOLLUM. AVE 219EANDERSON/ AVE 2110OLD: 313 401 NWALLST 5551 SW 18TH TER 2163 WC48 4420SUS301 2224W/C481 124 218 W FLANNERY AVE 219EANDERSON/ AVE 4420S US 301 2223 OLD313 219EANDERSON/ AVE 535 DRI MARTIN LUTHER KING. JRA AVE 9201 219EANDERSON. AVE 219EANDERSON/ AVE SCS024CAD811572 SCS024CAD811591 SCS024CAD811616 SC5024CAD811692 5C5024CAD811728 SCS024CAD811754 SC5024CAD811765 SCS024CAD811800 SCS024CAD811812 SC5024CAD811821 JEREMY WILLIAMS, D110 SC5024CAD811823 JEREMY WILLIAMS, D110 SC5024CAD811853 SCS024CAD811856 JEREMY WILLIAMS, D110 SCS024CAD811908 SCS024CAD811915 SCS024CAD811945 5C5024CAD811944 SCS024CAD812019 SCS024CAD812041 SCS924CAD812056 SCS024CAD812061 SC5024CAD812073 SC5024CAD812125 SC5024CAD812138 SCS024CAD812156 SC5024CAD812169 SCS024CAD812191 SCS024CAD812228 SC5024CAD812243 SCS024CAD812245 SCS024CAD812264 SCS024CAD812268 SC5024CAD812276 SCS024CAD812299 SCS024CAD812336 SC5024CAD812343 5C5024CAD812372 SCS024CAD812401 SCS024CAD812419 SCS024CAD812436 SCS024CAD812456 SC5024CAD812504 PETER GLIM, $44 SCS024CAD812531 5C5024CAD812621 SCS024CAD812620 5C5024CAD812623 LARRY HIGGINS, C114 SCS024CAD812705 10/29/2024 17:07:54 FCIC/NCIC HIT 10/29/2024 18:08:26 INFORMATION 10/29/2024: 19:41:00 PHONE COMPLT 10/30/20240 07:22:44 CIVIL 10/30/2024 09:00:50 INFORMATION 10/30/2024 09:51:05 911 MISDIAL 10/30/2024 10:10:58 SICK/INJURED 10/30/2024: 11:16:34 ACCIDENT 10/30/2024: 11:28:43 THEFT 10/30/2024: 11:41:17 INFORMATION 10/30/2024 11:43:43 INFORMATION 10/30/20241223:35 INFORMATION 10/30/20241 12:27:07 INFORMATION 10/30/2024: 13:51:09 SICK/INJURED 10/30/2024 14:01:59 ACCIDENT 10/30/2024 14:46:37 ABANDONY VEHICLE 10/30/2024: 14:46:59 SICK/INJURED 10/30/2024: 17:02:25 D5TURBANCE-VERBAL 2055 WC48 10/30/2024: 18:05:30 ALARM-COMRCL 10/30/2024 18:47:09 SICK/INJURED 10/30/2024 19:12:40 THEFT 10/30/20242 20:05:35 DSIURBANCEPHISICAL 415W_HUNT AVE 10/30/2024 22:54:05 SUSPICIOUS PERSON 1225 WC48 10/30/2024: 23:49:43 FGIC/NCICHIT 10/31/2024 03:17:34 INVESTIGATIONI FOLLOW 415 WI HUNT AVE 10/31/2024 05:15:28 SUSPICIOUS PERSON 2055 WC48 10/31/2024 07:33:42 SICK/INJURED 10/31/2024 08:47:50 SICK/INJURED 10/31/2024 09:26:16 DISTURBANCE-UNK 10/31/20240 09:30:14 SUSPICIOUS VEH 10/31/2024 09:59:32 SICK/INJURED 10/31/2024 10:06:12 FCIC/NCIC HIT 10/31/2024 10:23:16 SUSPICIOUS VEH 10/31/2024: 10:54:18 DECEASED PERSON 10/31/202412:0434 NARCOTICS 10/31/2024: 12:48:41 THEFT 10/31/2024 13:19:12 SICK/INJURED 10/31/2024: 13:42:27 ATTEMPT TO CONTACT 2612WC48 10/31/202414:00.07 VIN VERIFICATION 10/31/20241423:17 911HANGUP 10/31/2024 15:49:15 THEFT 10/31/2024: 17:07:20 911 HANGUP 10/31/20242238:12 CIZASST-ESCRI 10/31/2024. 22:39:22 SICK/INJURED 10/31/2024: 22:56:47 ALARM-COMRCL 11/01/2024 08:39:31 CITIZENS ASSIST 219EA ANDERSON AVE 513 WH HUNT AVE 401 NWALLST 305 N WALLST 109 ETHEREDGE ST 2612) WC48 728 BOITNOTTI LN 125WE BELT AVE 2195 WC48 219EANDERSON AVE 219EA ANDERSON, AVE 706 NMAINST 219EN MCCOLLUM/ AVE 6233- LOWERYS ST 60941 LOWERY ST 2163 WC48 846 NE 54THTER 1969) WC48 1858W-C48 2055 WC48 219EA ANDERSON. AVE 121 W CENTRAL AVE 225EMCCOLLUM, AVE 2161 WC48 2161 WC48 220EN MCCOLLUM, AVE 302EN NOBLE/ AVE 1122 NMAINST 310 OAKST 401 NWALLST 311 N MARKETS ST 2221 WC48 220EMCCOLLUM. AVE 991 CR529A 2163 WC48 22230LD313 122ENOBLE/ AVE 6223 LOWERYST 1673.W/C48 201 EVERMONT AVE 8801 2501 2501 2501 2501 9201 6301 1101 6601 8501 8501 6206 8501 6301 2501 2501 6301 2501 1411 6301 4104 1802 6602 8801 3801 2501 6301 6301 7501 2501 6301 8801 6603 2802 1101 2501 2501 6301 4401 7705 9201 6602 9201 2501 6301 1403 2501 R3 C5 C4 C1 C1 C4 M8 T7 R11 R2 R2 R1 R2 M8 C1 C12 M8 C2 A1 M8 R1 R1 C1 C12 R5 C5 M8 M8 C5 C5 M8 R3 C4 R1 R5 C1 C1 M8 C1 C4 C11 R6 C5 C2 M8 A2 C1 10/31/2024: 12:00:35 INVESTIGATIONI FOLLOW 118 wS SEMINOLE. AVE SCS024CAD812708 SC5024CAD812741 SC5024CAD812760 SCS024CAD812798 SCS024CAD812834 JEREMY WILLIAMS, D110 SC5024CAD812871 SCS024CAD812890 SCS024CAD812914 SCS024CAD812925 SCS024CAD813005 5CS024CAD813006 JEREMY WILLIAMS, D110 SCS024CAD813088 SCS024CAD813117 SCS024CAD813184 SCS024CAD813189 SC5024CAD813219 SCS024CAD813270 SCS024CAD813278 SCS024CAD813301 SCS024CAD813315 SCS024CAD813322 SCS024CAD813349 SCS024CAD813375 SCS024CAD813376 SCS024CAD813382 SCS024CAD813397 SCS024CAD813413 SCS024CAD813441 SHANNONY voss, K124 SCS024CAD813444 SCS024CAD813451 SCS024CAD813461 SCS024CAD813476 SCS024CAD813485 SCS024CAD813523 SC5024CAD813548 SCS024CAD813682 SCS024CAD813757 ROBERT HANSEN, X133 SCS024CAD813795 SCS024CAD813832 SCS024CAD813835 SCS024CAD813854 SCS024CAD813862 JACOBH HOLLOWAY, T117 5CS024CAD813863 5CS024CAD813877 SCS024CAD813948 SC5024CAD813949 SCS024CAD813960 11/01/2024 08:41:10 911 HANGUP 11/01/2024 09:07:37 FCIC/NCICH HIT 11/01/2024 09:29:56 PROWLER 11/01/2024 10:39:08 911 HANGUP 11/01/2024 11:35:28 INFORMATION 11/01/2024 12:43:04 INFORMATION 11/01/20241 13:06:18 911 HANGUP 11/01/2024 13:33:26 DISTURBANCEVERBAL 1969 WC48 11/01/2024 13:53:22 SICK/INJURED 11/01/2024 15:01:01 SUSPICIOUS INCIDENT 2163 WC48 11/01/2024: 15:04:08 INFORMATION 11/01/2024 17:42:31 DISTURBANCE DOMESTIC 6233 LOWERY ST 11/01/2024: 18:50:08 PHONE COMPLT 11/01/202423:5138 FCIC/NCIC HIT 11/02/2024 00:58:41 SICK/INJURED 11/02/2024 06:32:21 PHONE COMPLT 11/02/20241 11:21:46 ANIMAL COMPLAINT 2217WC48 11/02/2024: 11:43:03 DCF/ABUSE REG 11/02/20241 13:28:59 BATTERY 11/02/2024 14:26:51 DISTURBANCE-UNK 11/02/20241 14:54:00 RECKLESS DRIVER 11/02/2024 16:39:00 FCIC/NCICHIT 11/02/2024: 18:28:21 DISTURBANCE-MUSIC SYORKST/WI PARKHILL AVE 11/02/2024: 18:36:11 DISTURBANCE-UNK 11/02/2024 18:54:35 THEFT 11/02/2024 19:51:54 DISTURBANCE-VERBAL 2217WC48 11/02/2024: 20:43:27 911 HANGUP 11/02/2024: 23:20:36 SUSPICIOUS INCIDENT 7081 CR7 763 11/02/2024: 23:32:40 SICK/INJURED 11/03/2024 00:01:18 DISTURBANCEPHYSICAL 5990 CR551 11/03/2024 01:19:02 DISTURBANCE DOMESTIC 5990 CR551 11/03/2024 02:37:10 SICK/INJURED 11/03/202404.2416 SICK/INJURED 11/03/20241 09:01:51 INVESTIGATIONI FOLLOW 415 WI HUNT AVE 11/03/2024: 10:58:18 911 MISDIAL 11/03/2024: 22:14:40 911 MISDIAL 11/04/2024 08:36:59 ACCIDENT 11/04/2024 09:49:11 FCIC/NCICH HIT 11/04/2024: 10:42:58 SICK/INJURED 11/04/2024: 10:47:57 FCIC/NCICI HIT 11/04/20241 11:07:55 FCIC/NCIC HIT 11/04/2024: 11:21:01 SEX OFFENSE 11/04/20241121:47 INVESTIGATIONI FOLLOW 125SFLORIDAST 11/04/2024: 11:52:04 911 MISDIAL 11/04/2024: 13:10:43 SUSPICIOUS VEH 11/04/2024: 13:14:35 SICK/INJURED 11/04/2024 13:22:17 PHONE COMPLT 21100LD313 219EA ANDERSON AVE 409SLINCOLNST 212SFLORIDAST 219 EANDERSON AVE 1963 WC48 535 DRI MARTIN LUTHER KING. JRAVE 9201 846 NE! 54THT TER 219 EANDERSON AVE 2055 WC48 219EANDERSON AVE 846 NE 54TH TER 2163 WC48 920N MAINS ST 219EA ANDERSON AVE 2241 WC48 NWEST ST/ /PALM. DR 219EA ANDERSON AVE 6233 LOWERY ST 2163 WC48 2615V WC48 846 NE 54TH7 TER 5551 SW: 18THTER 310) W CHEROKEE. AVE 4241 W DADE AVE 212EN NOBLE AVE 2055 WC48 4420SUS 301 846 NE! 54TH1 TER 4420SUS 301 4420SUS 301 706 NI MAINS ST 800 NI MAIN ST 302 WS SEMINOLE. AVE 1969 WC48 513) WH HUNT AVE 9201 8803 2501 9201 9901 2501 2501 6301 6601 8801 2501 2501 8802 6301 2501 2501 2501 1801 2501 1802 8801 2501 3201 6821 3201 9201 2501 6301 3101 3101 6301 6301 2501 9201 9201 7102 6101 6301 8801 8507 4401 3801 9201 2501 6301 1102 C5 R1 C11 C11 Z C1 C4 C1 M8 C4 R3 C4 C1 R3 M8 C4 C1 R1 R2 C1 R1 K1 C4 C4 R1 C4 C11 C1 M8 R1 C1 M8 M8 C1 C4 C4 T10 R11 M8 R1 S10 R5 R5 C5 C1 M8 R1 SCS024CAD813968 5C5024CAD814065 5C5024CAD814108 SCS024CAD814123 SC5024CAD814124 SCS024CAD814149 SCS024CAD814155 SCS024CAD814184 SC5024CAD814203 5C5024CAD814234. SC5024CAD814304 5C5024CAD814323 SCS024CAD814335 SCS024CAD814360 SC5024CAD814429 SCSOZACADB14474 SCS024CAD814475 SC5024CAD814502- SC5024CAD814510 SCS024CAD814518 SCS024CAD814519 5C5024CAD814570: SCS024CAD814664 SC5024CAD814698 5C5024CAD814700 SHAWN DECKARD, B126 SCS024CAD814734 SC5024CAD814912 SCS024CAD814930 SC5024CAD814985 SCS024CAD814992 SC5024CAD815002 JEREMY WILLIAMS, D110 SC5024CAD815027 SCS024CAD815049 SC5024CAD815052 5C5024CAD815107 SCS024CAD815184 SCS024CAD815203 SCS024CAD815217 SCS024CAD815280 SCS024CAD815308 SCS024CAD815368 5C5024CAD815369 JEREMY WILLIAMS, D110 SCS024CAD815442 SCS024GAD815449 SCS024CAD815467 SCS024CAD815479 SCS024CAD815502 11/04/2024 13:30:41 SICK/INJURED 11/04/202414,43:03 DCF/ABUSE REG 11/04/2024 15:24:57 MISSING PERSON 11/04/2024: 15:41:49 TRESPASSING 11/04/202415:4331 SICK/INJURED 11/04/202416:09.38 DCF/ABUSE REG 11/04/2024: 16:12:15 MISSING PERSON 11/04/2024: 16:45:53 RECKLESS DRIVER 11/04/2024 18:06:14 DISTURBANCE-UNK 11/04/2024. 20:02:25 PHONE COMPLT 11/05/202408:29:48 SICK/INJURED 11/05/20240 08:49:20 SICK/INJURED 11/05/202409:20.10 TRESPASS.LOG 11/05/2024 10:29:51 SICK/INJURED 11/05/2024: 11:32:15 FCIC/NCICH HIT 11/05/2024113329 INVESTIGATION FOLLOW 807 WN NOBLE AVE 11/05/202412:1112 THEFT. 11/05/2024: 12:18:30 DRUNK PEDESTRIAN 311 WI DADE AVE 11/05/202412:24:09 OBSTRUCTION ONI HWY 1673,WC48 11/05/2024 12:25:13 VIN VERIFICATION 11/05/2024 13:55:40 SICK/INJURED 11/05/2024: 16:33:03 SICK/INJURED 11/05/202418:3919 PHONE COMPLT 11/05/2024 18:40:15 SPECIAL DETAIL 11/05/2024 21:29:55 FCIC/NCICHIT 11/06/2024: 11:45:11 911 HANGUP 11/06/2024: 12:20:38 ACCIDENT 11/06/2024 13:52:19 ALARM-RES 11/06/20241 14:10:54 THEFT 11/06/2024 14:26:53 INFORMATION 11/06/2024: 15:12:59 FCIC/NCICH HIT 11/06/2024 15:54:03 SICK/INJURED 11/06/2024: 15:56:07 911 HANGUP 11/06/2024 18:34:18 SUSPICIOUS INCIDENT 8241 WI NOBLE AVE 11/07/2024 01:20:30 OBSTRUCTION ON HWY C48/ CR317 11/07/2024 05:38:29 THEFT 11/07/2024 07:11:20 SICK/INJURED 11/07/2024 09:41:58 SICK/INJURED 11/07/2024: 12:45:31 INFORMATION 11/07/2024: 12:51:56 INFORMATION 11/07/2024 15:03:32 SICK/INJURED 11/07/2024: 15:14:09 SICK/INJURED 11/07/2024: 15:39:35 CIVIL 11/07/2024: 16:06:40 SICK/INJURED 11/07/20241712:16 DISTURBANCH-UNK 107 SHOPKINSST 706N-MAINS ST 234 NMAIN ST1 2221 WC48 2163 WC48 513 WH HUNT AVE 234 N MAIN ST1 BATTLEFIELD/C476 2159 WC48 310 OAKST 846 NE 54THTER 2612' WC481 106 807 WN NOBLE AVE 401 NWALL ST 2223 LOWERY ST3 369 2163 W.C48 6301 M8 3801 R1 2501 C1 5301 R1 6301 M8 3801 R5 2501 C2 7203 C4 3102 C7 2501 C2 2501 M6 6301 M8 6301 M8 2501 C1 6301 M8 8802 C11 2501 C1 4103 R1 2501 C4 1601 R6 5703 C1 6301 M8 6301 M8 2501 C2. 2501 C4 8801: R3 9201 C5 2501 C1 1401 A2 4402 C1 8801 R3 6101 R6 6301 M8 9201 C5 2501 C1 2501 M6 6801 R1 6301 M8 6301 M8 2501 C4 2501 C4 8501 R2 6301 M8 6301 M8 2501 C1 6301 M8 2501 C1 11/05/20240735.05 ANIMAL COMPLAINT 108 WI NOBLE AVE1 EC48/LOWERYSI RV STORAGE 6233 LOWERY ST 311 NA ADAMS ST 110SF FLORIDA ST 316 E/ ANDERSON AVE 219EANDERSON. AVE 2110OLD: 313 2257' WC48 6233 LOWERY ST 401 NWALLST57 219E ANDERSON AVE 4420SUS 301 200 JUMPER DRSA4 2223 OLD313 2055 WC48 846 NE 54THTER 2626E BOTELLAAVE 2163 WC48 219EA ANDERSON, AVE 220E E MCCOLLUM AVE 846 NE! 54TH1 TER 880 N MAIN ST 401 NV WALLST 6233 LOWERY ST 11/07/2024 10:35:27 SUSPICIOUS INCIDENT 420 W PARKHILL AVE SCS024CAD815541 SCS024CAD815557 5C5024CAD815582 5C5024CAD815593 SCS024CAD815599 5C5024CAD815620 SCS024CAD815663 SC5024CAD815667 SC5024CAD815696 5C5024CAD815699 SC5024CAD815740 SCS024CAD815747 SCS024CAD815761 SCS024CAD815787 5C5024CAD815804, SCS024CAD815841 5C5024CAD815849 SCS024CAD815873 SCS024CAD815935 SC5024CAD815953 SCS024CAD815988 SCS024CAD816019 SC5024CAD816074 SCS024CAD816075 SCS024CAD816126 SC5024CAD816163 SCS024CAD816194 SCS024CAD816236 SCS024CADB16255 SCS024CAD816338 5C5024CAD816346 SCS024CAD816392 SCS024CAD816404 5C5024CAD816486 SCS024CAD816504 SCS024CAD816525 5C5024CAD816535 SCS024CAD816554 SCS024CAD816559 SCS024CAD816562 SCS024CAD816573 SCS024CAD816589 SCS024CAD816590 SC5024CAD816606 SC5024CAD816625 SCS024CAD816635 SCS024CAD816653 11/07/2024: 19:11:56 DCF/ABUSE REG 11/07/2024 20:01:01 911 HANGUP 11/07202422:10.59 SICK/INJURED 11/07/2024. 22:35:15 SICK/INJURED 11/07/2024: 23:12:27 INFORMATION 11/08/2024 02:16:52 SICK/INJURED 11/08/2024 08:27:53 ANIMAL COMPLAINT 1141 WI NOBLE AVE 11/08/2024 08:36:25 SUSPICIOUS VEH 11/08/2024 09:40:34 THEFT 11/08/2024 09:48:21 SICK/INJURED 11/08/2024 10:53:44 SICK/INJURED 11/08/2024 10:58:35 SUSPICIOUS INCIDENT 1305 WC48 11/08/20241 11:22:14 FCIC/NCICHIT 11/08/202411.56.06 ACCIDENT 11/08/20241223:55 SUSPICIOUS PERSON 920 N MAINS ST 11/08/2024: 13:12:05 THEFT 11/08/2024: 13:31:06 ATC-WELFARE CHECK 6233 LOWERY ST 11/08/2024: 14:02:30 911 HANGUP 11/08/20241 15:21:50 911 HANGUP 11/08/2024: 15:54:50 FCIC/NCICH HIT 11/08/20241 17:06:56 911 HANGUP 11/08/2024: 18:14:31 ACCIDENT 11/08/2024213428 SICK/INJURED 11/08/202421:39.17 ASSIST OTHER AGENCY 6233 LOWERYST 11/09/202404.19:54 FCIC/NCICH HIT 11/09/2024 08:47:12 ALARM-COMRCL 11/09/2024: 10:19:31 INVESTIGATION FOLLOW 2224W/C48 11/09/20241 13:39:37 CIVIL 11/09/2024: 14:43:10 JUVENILE 11/09/2024: 20:24:17 SUSPICIOUS PERSON 2195 WC48 11/09/2024: 21:02:56 SICK/INJURED 11/10/2024 03:14:01 SICK/INJURED 11/10/2024 05:22:56 SUSPICIOUS PERSON 2055 WC48 11/10/2024: 12:21:49 SUSPICIOUS VEH 11/10/2024 13:05:44 PHONE COMPLT 11/10/2024: 14:15:12 SICK/INJURED 11/10/2024: 14:35:21 ASSIST OTHER AGENCY 306 OAKST 11/10/2024: 15:12:36 911 HANGUP 11/10/2024: 15:21:02 911 HANGUP 11/10/2024 15:27:56 THEFT 11/10/2024: 16:21:26 CITZA ASST-ESCRT 11/10/2024: 17:28:01 DISTURBANCE-UNK 11/10/2024 17:28:17 DISTURBANCE-UNK 11/10/2024 19:11:06 TRESPASSING 11/10/2024: 22:11:14 911 HANGUP 11/11/202400:28.49 911 HANGUP 513 WHUNT AVE 2110 OLD313 508 BOITNOTTLN 6233 LOWERY ST1 165 219EANDERSON AVE 846 NE! 54TH1 TER 1673WC48 22241 WC48 846 NE 54TH1 TER 846 NE! 54TH1 TER 219 EA ANDERSON AVE 2195 WC48 2163 WC48 2612WC48 309) WI PALM AVE 219EANDERSONA AVE 2163 WC48 MAIN/S SEMINOLE 6233 LOWERYS ST 219 EANDERSON/ AVE 5821 PIT RD 6233 LOWERY ST 8241 W NOBLE AVE 205. JUMPER DRN 319 WI PARKHILL AVE 410E BELT AVE 200 JUMPER DRSI1 306 OAK ST 2110 OLD 313 2110 OLD 313 2163WC48 3100AKST 3141 NY YORK: ST 311 NADAMS ST 178NUS301 2223 OLD3 313 2501 C1 9201 C5 6301 M8 6301 M8 2501 C1 6301 M8 1601 C11 6602 C4 2107 R1 6301 M8 6301 M8 6601 C11 8801 R3 7102 T10 6602 C4 6802 C1 2501. C4 9201 C11 9201 C4 8501 C12 9201 CS 7106 R1 6301 M8 6301 M8 8801 C12 1402 C4 4402 R1 2501 C2 6601 C11 6602 C4 6301 M8 6301 M8 2501 C5 6603 C4 2501 R6 6301 M8 6301 M8 9201 C11 9201 C11 2501 C7 3401 C4 3102 C1 3101. R6 2105 R1 2901 C4 2501 C1 CS 11/10/2024: 21:29:28 DSTURBANCE-MUSIC HUNT ST/YORK AVE 535 DRI MARTIN LUTHER KING. JRAVE 9201 SCS024CAD816666 SCS024CAD816689 SCS024CAD816706 SCS024CAD816718 SCS024CAD816723 SCS024CAD816740 SCS024CAD816791 SCS024CAD816800: SCS024CAD816803 SCS024CAD816815 SCS024CAD816960 SC5024CAD816956 SCS024CAD817001 SCS024CAD817003 SCS024CAD817058 ROBERT HANSEN, X133 SCS024CAD817068 SCS024CAD817086 RACHEL MALESKE, 234 SCS024CAD817114 RACHEL MALESKE, 234 SCS024CAD817123 SCS024CAD817134 SC5024CAD817216 SCS024CAD817251 CODY MUNSTER, 165 SCS024CAD817294 NICHOLASHOSKEY, 236 SCS024CAD817297 SCS024CAD817314 NICHOLASHOSKEY, 236 SCS024CAD817323 CODY MUNSTER, 165 SC5024CAD817365 DEVIN DANIELS, T239 SCS024CAD817391 NICHOLASHOSKEY, 236 SCS024CAD817418 KYLE LANE, 197 SCS024CAD817446 SCS024CAD817464 SCS024CAD817535 ARIEL TORRES, 191 SC5024CAD817554 JACOB. HOLLOWAY, T117 SCS024CAD817605 SCS024CAD817622 STEVEN NEUMANN, 184 SCS024CAD817630 DANIEL FLOYD, 229 SCS024CAD817656 KAYLACRAMER, 208 SCS024CAD817656 KAYLAGRAMER, 208 SCS024CAD817704 ANTHONY LEE, 144 5CS024CAD817730 JACOB HOLLOWAY, T117 11/11/2024 03:45:42 SICK/INJURED 11/11/2024 06:37:50 SICK/INJURED 11/11/20240 08:02:28 ALARM-COMRCL 11/11/2024 08:49:10 SICK/INJURED 11/11/2024 08:56:34 SICK/INJURED 11/11/2024 09:34:06 911 HANGUP 11/11/202411:56.42 CITIZENS ASSIST 11/11/20241 12:24:41 THEFT 11/11/2024 12:26:17 THEFT 11/11/2024 13:03:55 911 HANGUP 11/11/2024 19:09:21 SICK/INJURED 11/11/2024 19:40:51 ATC-WELFARE CHECK 311. JUMPERI DRN 11/11/20242 23:44:01 SICK/INJURED 11/11/2024: 23:50:43 FCIC/NCIC HIT 11/12/2024 08:26:18 INFORMATION 11/12/2024 08:49:29 INFORMATION 11/12/2024 13:51:43 ACCIDENT 11/12/2024 14:32:43 FCIC/NCICHIT 11/12/2024: 14:49:07 911 MISDIAL 11/12/2024 15:02:42 DISTURBANCE-UNK 11/12/2024 16:46:04 SICK/INJURED 11/12/2024: 18:05:29 ATTEMPT TO CONTACT 205 JUMPER DRN 11/12/2024: 19:42:08 DISTURBANCE-UNK 11/12/20242 20:00:35 SICK/INJURED 11/12/202421:11:26 BURGLARY 11/12/2024: 21:37:25 THEFT 11/12/2024: 22:43:38 SUSPICIOUS INCIDENT 2224W'C48 11/12/2024 23:11:06 ATC-WELFARE CHECK 6233 LOWERY ST 408 11/12/2024 23:49:36 SUICIDE-ATTEMPT 11/13/2024 03:47:34 SICK/INJURED 11/13/2024 07:25:31 SICK/INJURED 11/13/2024 09:48:58 CIVIL 11/13/2024 10:47;09 INFORMATION 11/13/2024 12:26:15 SICK/INJURED 11/13/2024 12:54:55 ASSAULT 11/13/2024: 13:02:30 DISTURBANCE-UNK 11/13/2024: 13:41:06 DISTURBANCE DOMESTIC 125SF FLORIDA ST 11/13/2024: 13:41:06 DISTURBANCE DOMESTIC 125SFLORIDAST 846 NE 54TH1 TER 401 NWALLS ST24 1480V WC48 846 NE 54TH1 TER 508 BOITNOTTLN BUSHNELL GARDENS 513 WI HUNT AVE 2615V WC48 2615 WC48 215 WI NOBLEAVE 846 NE 54TH1 TER 846 NE 54THTER 219EA ANDERSON. AVE 706 NI MAINS ST 4420SUS 301 2161 WC48 219EA ANDERSON AVE 4420SUS301 304WF PALMAVE 1225 W C48 219EANDERSON AVE 1225 WC48 201 EV VERMONT AVE 6233 LOWERY ST 401 NWALL ST 29 2163 W C48 5561 SW: 18TH1 TER: 324 6223 LOWERYST 6233 LOWERY ST457 6233 LOWERY ST SOUTHS SUMTERI HIGH SCHOOL 219EANDERSON AVE 2163 WC48 219EANDERSON AVE 6233 LOWERY ST 6301 M8 6301 M8 1402 A2 6301 M8 6301 M8 9201 C4 2501 C1 2501 R1 2501 C5 9201 C4 6301 M8 2501 C1 6301 M8 8801 C12 6901 C4 3401 M6 7102 T10 8801 R1 8801 C12 9201 C5 3102 C4 8801 R3 6301 M8 2501 C1 3102 C4 6301 M8 6601 C1 6801 R1 6602 C1 2501 C4 5101 C4 6301 M8 1601 C1 6301 M8 3101 R6 2201 E2 2501 C5 6301 M8 1801 R1 1804 R1 1804 R1 1804 R1 2501 C11 2501 C1 6601 C4 4401 R1 2501 C4 SC5024CAD817109. JEREMY WILLIAMS, D110 11/12/202414:30.25 INFORMATION SC50240FF005967 SCS024CAD817198 JEREMY WILLIAMS, D110 11/12/202416.1521 INFORMATION SCS0240FF005973 SC50240FF005979 SC5024CAD817458 EDWARD HINDERHOFER, 158 11/13/2024 06:51:38 ANIMAL COMPLAINT 841EC48 SCS024CAD817586 ILLYAI KRYSHCHENKO, 278 11/13/2024 11:45:45 PHONE COMPLT SC50240FF004433 SCS0240FF004434 SCS0240FF004437 SC50240FF004438 SC5024CAD817677 ILLYA KRYSHCHENKO, 278 11/13/2024 14:10:08 ANIMAL COMPLAINT 1122 NI MAIN ST SCS024CAD817692 ILLYA! KRYSHCHENKO, 278 11/13/2024: 14:47:35 RECKLESS-DRIVER SCS024CAD817714 JEREMY WILLIAMS, D110 11/13/202415:19:50 INFORMATION 8241 WI NOBLE AVE 1425SUS3 301 219EANDERSON/ AVE 706 NN MAINST 11/13/2024: 15:02:49 NARCOTICS 11/13/2024: 15:59:15 ACCIDENT SCS0240FF005984 SCS024CAD817731 ILLYA KRYSHCHENKO, 278 11/13/2024: 16:03:15 CIVIL 110SFLORIDAST 125 SFLORIDAS ST MAIN/SEMINOLE 1000 NN MAINST 2615WC48 219EANDERSON/ AVE 178 NUS 301 219EANDERSON: AVE 21100LD313 2163 WC48 2110 OLD313 405 CR549 2195 WC48 6233 LOWERYST 219E EANDERSON. AVE 6233 LOWERY ST 846 NE 54THTER 846 NE 54TH1 TER 401 N WALLS ST8 212. JUMPERI DRS 1001 NWEST ST 2055 WC48 401 N WALLS ST 212. JUMPER DRS 846 NE 54TH1 TER 2055 WC48 114EN NOBLEA AVEC 2163 WC48 223EBELTAVE C48/1-75 219EA ANDERSON, AVE 219EANDERSON/ AVE 2163 WC48 316EANDERSON AVE 846 NE 54THTER LAKE CO 219EANDERSON AVE 219EN MCCOLLUM, AVE 2615 WC48 8702 6301 6601 2501 4401 7102 6602 8801 6301 8801 9201 6101 9201 6301 6602 5402 6301 8802 1702 6301 6603 6301 2702 7704 1102 2501 5101 7102 2501 1102 6301 7102 4402 6801 6301 3801 3801 2501 8801 8801 7102 2501 6301 6301 8801 9901 2501 R1 M8 C4 C11 R1 Z1 R1 C4 R3 M8 R3 C4 C4 C11 M8 C9 R1 M8 R3 R1 M8 C4 M8 R1 C4 R1 C1 R1 Z1 T7 M8 R5 M8 T2 R1 Z1 R1 M8 R5 R2 A1 C4 C12 C12 T8 C1 M8 M8 C12 Z1 C11 SCS0240FF005986 SCS024CAD817754 SCS024CAD817765 TVLERFROEHUICH, 194 5C5024CAD817771 11/13/20241 17:08:49 SICK/INJURED 11/13/20241 17:33:17 SUSPICIOUS PERSON 215EMCCOLLUM/ AVE 11/13/2024: 18:02:45 RECKLESS DRIVER SCS024CAD817818 JOSHUAI WHITWORTH, 276 11/13/2024: 20:42:12 THEFT SCS024CAD817865 ILLYA KRYSHCHENKO, 278 11/14/2024 05:59:50 ACCIDENT SCS0240FF005992 5C50240FF005995 SCS0240FF004447 SC5024CAD817894 ILLYA KRYSHCHENKO, 278 11/14/2024 08:05:19 SUSPICIOUS PERSON 117EJOEPSTRICKLAND: JRA AVE SCS024CAD817906 JEREMY WILLIAMS, D110 SC5024CAD817909 5C5024CAD817970 JEREMY WILLIAMS, D110 SCS024CAD817971 SCS024CAD818012 SCS024CAD818022 SCS024CAD818035 TYLER FROEHLICH, 194 SCS024CAD818059 ROBERT VACHON, 246 SC5024CAD818058 SCS024CAD818064 JEREMY WILLIAMS, D110 SCS024CAD818107 ROBERT VACHON, 246 SCS024CAD818113 SCS024CAD818162 TYLER FROEHLICH, 194 SCS024CAD818178 SCS024CAD818199 ROBERT VACHON, 246 SCS024CAD818206 JUSTINS STCLAIR, 210 SCS024CAD818214 ANTHONY LEE, 144 SC5024CAD818243 ENMANUEL SURIEL, 218 SCS024CAD818270 CAMERON REILLY, X223 SCS024CAD818296 SCS024CAD818301 JUSTINSTCIAIR, 210 SCS024CAD818318 SCS024CAD818363 JAMES TOBIN, X504 SCS024CAD818374 TYLERF FROEHLICH, 194 SCS024CAD818386 JUSTIN WILSON, C141 SCS024CAD818416 SC5024CAD818461 JUSTIN WILSON, C141 SCS024CAD818487 TYLER FROEHLICH, 194 5C5024CAD818505 RACHEL MALESKE, 234 SCS024CAD818512 RACHEL MALESKE, 234 SCS024CAD818527 RACHEL MALESKE, 234 SCS024CAD818528 RONDEZI MOORE, X129 5C5024CAD818550 DEVIN DANIELS, T239 SCS024CAD818554 SCS024CAD818555 SCS024CAD818557 CODY MUNSTER, 165 SCS024CAD818560 RACHEL MALESKE, 234 5C5024CAD818572 RACHEL MALESKE, 234 11/14/2024 08:29:02 INFORMATION 11/14/2024 08:29:57 SICK/INJURED 11/14/2024: 10:11:48 FCIC/NCICHIT 11/14/20241 10:18:19 911 HANGUP 11/14/20241130.30 911 HANGUP 11/14/2024: 11:41:08 SICK/INJURED 11/14/2024: 12:12:37 TRESPASSING 11/14/2024: 12:47:19 RECOVERED PROPERTY 4420S US 301 11/14/2024: 12:53:09 SICK/INJURED 11/14/2024: 13:00:32 FCIC/NCICHIT 11/14/202414.18:01 THREATS 11/14/2024: 14:32:49 SICK/INJURED 11/14/2024: 16:06:01 SUSPICIOUS PERSON 2460 W.C48 11/14/2024 16:21:17 SICK/INJURED 11/14/2024 16:53:30 CRIMINAL MISCHIEF 850NN MAINS ST 11/14/2024 17:14:04 VIN VERIFICATION 11/14/2024: 17:17:38 SEX OFFENSE 11/14/2024: 18:32:17 SUSPICIOUS INCIDENT 805 NV WEST ST 11/14/2024 20:28:05 ACCIDENT 11/14/2024: 22:59:16 ALARM FIRE 11/14/2024: 23:47:08 DCF/ABUSE REG 11/15/2024 04:13:33 SICK/INJURED 11/15/2024 08:28:58 ACCIDENT 11/15/202408:55:52 DCF/ABUSE REG 11/15/2024 09:20:10 THEFT 11/15/2024 10:33:29 SICK/INJURED 11/15/2024: 12:09:12 INVESTIGATION FOLLOW 2163 WC48 11/15/2024: 12:51:57 INVESTIGATION FOLLOW 219EANDERSON/ AVE 11/15/2024 13:22:21 TRAFFIC CONTROL 11/15/2024: 13:54:24 FCIC/NCIC HIT 11/15/2024: 14:18:41 FCIC/NCIC HIT 11/15/2024: 14:20:26 ACCIDENT 11/15/2024: 15:04:43 SPECIAL DETAIL 11/15/20241 15:09:28 SICK/INJURED 11/15/2024 15:12:34 SICK/INJURED 11/15/202415:20.52 FCIC/NCIC HIT 11/15/2024: 15:30:41 THEFT 11/15/2024: 16:04:30 TRESPASS LOG SC5024CAD817987 ILLYA KRYSHCHENKO, 278 11/14/2024: 10:57:36 JUVENILE 5C50240FF004451 SC50240FF004452 5C50240FF004458 SC50240FF004465 SC50240FF006013 SC50240FF006016 SCS024CAD818260 JOSHUA WHITWORTH, 276 11/14/2024 19:27:35 SUICIDE THREATS 5C50240FF004406 SC50240FF006021 5C5024CAD818611 SCS024CAD818623 RACHELMALESKE, 234 SCS024CAD818635 DANIEL FLOYD, 229 SC5024CAD818651 SCSO24CAD818653 SCS024CAD818757 11/15/2024 18:31:42 SICK/INJURED 11/15/2024 19:01:57 ACCIDENT 11/15/2024: 19:52:11 SUSPICIOUS INCIDENT 401 NWALLS ST2 29 11/15/2024: 20:42:08 REPOSSESSION 11/15/2024. 20:45:43 SICK/INJURED 11/16/202409:01:56 911 HANGUP 11/16/2024 10:41:06 FCIC/NCIC HIT 11/16/2024: 10:44:11 FCIC/NCICHIT 11/16/202413-1835 STOLENV VEHICLE 11/16/2024 14:21:46 911 HANGUP 11/16/2024: 15:16:46 SUSPICIOUS PERSON 706 NMAINST 11/16/2024 15:28:03 SICK/INJURED 11/16/2024: 16:38:10 911 MISDIAL 11/16/2024 16:59:46 THEFT 11/16/2024: 18:34:52 911 HANGUP 11/16/2024: 20:24:12 INVESTIGATION FOLLOW 2163 WC48 11/16/2024: 20:32:01 CITIZENS ASSIST 11/16/202421:5621 TRAFFIC STOP 11/16/202423:06:23 HIT ANDI RUN 11/16/2024: 23:34:14 SICK/INJURED 11/17/2024 01:16:16 911 HANGUP 11/17/2024: 10:09:15 INFORMATION 11/17/2024: 12:28:24 DISTURBANCE-UNK 11/17/2024: 13:18:14 911 HANGUP 11/17/2024: 13:20:51 THEFT 11/17/2024: 13:50:46 911 HANGUP 11/17202415:30.23 CITZASST-ESCRT 11/17/2024: 20:54:27 911 HANGUP 11/17/2024: 22:36:23 DISTURBANCE-UNK 11/17/2024 22:53:51 ALARM-COMRCL 11/18/2024 08:54:08 THEFT 11/18/2024 09:28:02 DSTURBANCE-VERBAL 920 NI MAINST 11/18/2024 09:48:12 FCIC/NCICHIT 11/18/2024 11:01:22 BATTERY 11/18/20241 11:43:36 FCIÇ/NCICHIT 11/18/202411:50.43 FCIC/NCICHIT 11/18/2024: 12:05:39 FCIC/NCICHIT 11/18/2024 14:02:32 ALARM-COMRCL 11/18/2024 14:24:47 NARCOTICS 11/18/2024 15:38:46. ALARM-COMRCL 11/18/2024 16:10:35 ASSAULT 846 NE! 54THTER 5551 SW18THTER 6233 LOWERY ST 200J JUMPER DRSG1 5480 FIFTHST 125 WF PALM/ AVE 219 EANDERSON AVE 219EA ANDERSON. AVE 2163WC48 100 N MAINST 846 NE 54TH1 TER 208 WF PALM AVE 2163WC48 401 wI NOBLE AVE 2055) WC48 2163WC48 2460W/C48 314NYORKS ST 907 NWEST ST 907 NWESTS ST 4420S.US 301 219EANDERSON/ AVE 2161V WC48 535 DRI MARTIN LUTHER KING. JRAVE 9201 2163 WC48 535 DR MARTINL LUTHER KING. JR/ AVE 9201 6233 LOWERY ST 2223 OLD 313/BLUE BERRY HILL 112SFLORIDAST 1480 WC48 2163. WC48 219EANDERSON/ AVE 219 EANDERSON/ AVE 219 E ANDERSON. AVE 219EA ANDERSON. AVE 219E EA ANDERSON. AVE 1000N N MAINST 706 NMAINS ST 219EA ANDERSON. AVE 920 N MAINST 706NN MAINST 219EANDERSON/ AVE 6301 7102 6601 2501 6301 9201 1801 8801 8801 2501 9201 2501 6301 2501 2501 9201 6809 2501 7301 7203 6301 9201 4402 1403 5101 2501 6807 2501 9201 3101 1402 6808 3101 1101 1801 8801 8801 8801 5403 1402 5403 8801 2501 1402 1802 M8 M6 C4 C1 M8 C4 R2 C12 C12 C1 C11 C4 M8 C4 C1 C4 R1 C1 T4 M6 M8 C5 C4 A1 R1 C11 C11 R1 C5 C1 C5 C1 A1 R1 A2 C4 R3 R2 A1 R3 C5 R3 R1 A1 C4 E1 Z1 R3 R6 K1 R2 SC5024CAD818765 CHRISTIAN CALLAWAY, 204 11/16/2024 09:35:07 PHONE COMPLT 5C50240FF006037 SCS024CAD818790 RACHEL MALESKE, 234 SC5024CAD818791 RACHEL MALESKE, 234 5C5024CAD818825 RACHEL MALESKE, 234 SCS024CAD818838 SC5024CAD818853 RACHELMALESKE, 234 5C5024CAD818856 SCS024CAD818869 SCS024CAD818876 RACHEL MALESKE, 234 5C5024CAD818902 SCS024CAD818918 RACHEL MALESKE, 234 SC5024CAD818921 RACHEL MALESKE, 234 5C5024CAD818938 DANIEL FLOYD, 229 SCS024CAD818950 SC5024CAD818956 5C5024CAD818973 SC50240FF006044 SCS024CAD818975 NICHOLAS TORCHIA, $56 11/17202401:22:17 911 HANGUP 5CS024CAD819001 CHRISTIAN CALLAWAY, 204 11/17/2024.0 07:02:49 ALARM-COMRCL SCS024CAD819033 KYLELANE, 197 SCS024CAD819078 RACHEL MALESKE, 234 SCS024CAD819090 SCS024CAD819118 ARIEL TORRES, 191 SCS024CAD819098 SCS024CAD819122 RACHEL MALESKE, 234 C5024CAD819198 SCS024CAD819218 DANIEL FLOYD, 229 SC5024CAD819221 DANIEL FLOYD, 229 SCS024CAD819294 ARIEL TORRES, 191 SCS024CAD819307 JOHN GUINANE, X121 SC5024CAD819321 ARIEL TORRES, 191 SCS024CAD819373 TEONDRE WILSON, 217 SC5024CAD819396 ARIEL TORRES, 191 SC5024CAD819402 TEONDRE WILSON, 217 SCS024CAD819414 ARIEL TORRES, 191 SCS024CAD819453 ARIEL TORRES, 191 SCS024CAD819487 SCS024CAD819503 JACOB HOLLOWAY, T117 SC50240FF006056 SCS0240FF004422 SC50240FF004507 SC50240FF005066 SCS0240FF004497 5C50240FF006070 SC50240FF006072 5C50240FF004427 SCS0240FF004479 11/18/2024 13:10:04 RECOVERED PROPERTY 219 E MCCOLLUM, AVE SCS024CAD819512 JEREMY WILLIAMS, D110 11/18/2024143435 FCIC/NCICHIT SCS024CAD819551 ILLYAI KRYSHCHENKO, 278 11/18/2024 15:37:56 JUVENILE SCS024CAD819552 SCS024CAD819567 ANTHONY LEE, 144 A1 SCS024CAD819544 5C5024CAD819548 CORBIN HRADECKY, 249 SCS024CAD819691 MADISON CRAIG, 270 SCS024CAD819742 CORBIN HRADECKY, 249 SC5024CAD819777 5C5024CAD819842 SC5024CAD819861 STEVEN NEUMANN, 184 SCS024CAD819888 SCS024CAD819976. SCS024CAD819988 SCS024CAD820001 SCS024CAD820052 JEREMY WILLIAMS, D110 5C5024CAD820052 JEREMY WILLIAMS, D110 SCS024CAD820070 SCS024CAD820110 5C5024CAD820166 SCS024CAD820183 JACOB! HOLLOWAY, T117 SCS024CAD820213 ROBERT VACHON, 246 SCS024CAD820218 SCS024CAD820237 SCS024CAD820248 5C5024CAD820254 HOLLYECKSTEIN, C137 SCS024CAD820256 505024CAD820389 SCS024CAD820477 ROBERT VACHON, 246 SC5024CAD820502 ERICAI HILLMAN, 205 5C5024CAD820535 JEREMY WILLIAMS, D110 SCS024CAD820536 CORBIN HRADECKY, 249 5C5024CAD820577 NICHOLASI HOSKEY, 236 SCS024CAD820604 ROBERT VACHON, 246 SCS024CAD820608 ROBERT VACHON, 246 5C5024CAD820643 ROBERT VACHON, 246 SCS024CAD820650 CORBIN HRADECKY, 249 SCS024CAD820654 SCS024CAD820677 JEREMY WILLIAMS, D110 SCS024CAD820684 ROBERT BAZATA, 240 5CS024CAD820692 SCS024CAD820703 ROBERT VACHON, 246 SCS024CAD820711 CORBIN HRADECKY, 249 SCS024CAD820714 FRANCOSAAYMAN, 259 SC5024CAD820740 FRANCO: SAAYMAN, 259 SCS024CAD820756 JEREMY WILLIAMS, D110 11/18/2024: 19:32:12 911 MISDIAL 11/18/2024 19:38:28 ANIMAL COMPLAINT 2163 WC48 11/18/20242023:24 TRAFFIC STOP 11/18/20242 21:37:29 ALARM-COMRCL 11/18/2024 22:33:08 SICK/INJURED 11/19/2024 02:02:33 SICK/INJURED 11/19/2024 02:53:11 DISTURBANCE-VERBAL 824 WI NOBLE AVE 11/19/2024 03:58:18 THEFT 11/19/2024 08:33:42 911 HANGUP 11/19/2024 08:46:33 ATTEMPT TO CONTACT 1479WC48 11/19/2024 09:07:22 SICK/INJURED 11/19/2024 10:59:25 FCIC/NCICHIT 11/19/20241 10:59:25 FCIC/NCICH HIT 11/19/2024: 11:53:48 SICK/INJURED 11/19/2024 13:21:01 BATTERY 11/19/2024 15:12:11 SICK/INJURED 11/19/2024: 15:48:31 INFORMATION 11/19/2024 16:20:04 THEFT 11/19/20241 16:34:52 ANIMAL COMPLAINT 178NUS3 301 11/19/2024 17:19:00 SICK/INJURED 11/19/20241 17:28:12 SICK/INJURED 11/19/2024: 17:33:46 INVESTIGATIONI FOLLOW 2224.W/C48203 11/19/2024: 17:38:24 SICK/INJURED 11/19/2024 21:47:50 DISTURBANCE-NOISE 62331 LOWERYST 11/20/2024 02:03:14 SUSPICIOUS PERSON 117EJ JOE PS STRICKLAND. JRA AVE 11/20/2024 03:37:58 ASSIST OTHER AGENCY 293 EC-470 11/20/2024 05:32:59 INFORMATION 11/20/2024 05:36:12 BURGLARY OW 11/20/2024 08:06:59 ARMED & DANGEROUS 2238 WC48 11/20/2024 09:21:49 FCIC/NCICH HIT 11/20/2024 09:28:23 FCIC/NCICHIT 11/20/2024 10:34:14 STALKING 11/20/2024 10:59:38 BURGLARYOW 11/20/2024 11:18:31 REPOSSESSION 11/20/20241 12:10:54 INFORMATION 11/20/2024: 12:34:49 DCF/ABUSE REG 11/20/2024 12:58:46 SICK/INJURED 11/20/2024 13:17:25 BATTERY 11/20/2024 13:24:49 THEFT 11/20/2024: 13:42:53 FCIC/NCICHIT 11/20/2024 14:00:26 FCIC/NCIC HIT 11/20/2024 15:10:50 INFORMATION 880 N MAIN ST 841 EC48 319EA ANDERSON AVE 6233 LOWERY ST 846 NE 54THT TER 215EMCCOLLUMI AVE 6149 LOWERYST 846 NE 54THT TER 219EA ANDERSON AVE 219EANDERSON AVE 1858 WC48 219EANDERSON AVE 107 BUSHNELL PLZ 2163WC48 706N N MAINST 137 ELMCT 208 SOUTHLAND PL 846 NE! 54THTER 846 NE 54THTER 9201 C4 2501 C1 5403 R2 1402 A1 6301 M8 6301 M8 3102 C4 2501 C2 9201 C5 2501 C11 6301 M8 8801 R3 8801 R3 6301 M8 1803 R1 2501 C4 2501 C4 6301 M8 1501 E1 Z1 2105 R1 6301 M8 6301 M8 6301 M8 2201 R1 6301 M8 2107 R1 2501 C4 6602 C4 2501 C4 8801 R3 2107 R1 1702 R1 8801 R1 A2 2501 C1 8801 R1 A1 5602 C1 6501 R2 A1 2107 R1 7703 C1 8501 R2 1102 R5 6301 M8 1801 R2 A1 6809 R2 A2 8801 R3 A2 8801 R2 8801 R3 A1 SCS0240FF006075 5C50240FF004470 SCS0240FF004471 SC50240FF004511 SC5024CAD820155 ILLYA KRYSHCHENKO, 278 11/19/20241 14:51:15 ATC-WELFARE CHECK 5551 SW: 18TH1 TERR SCS024CAD820158 JONATHAN GOEHRING, X226 11/19/2024 14:59:41 SICK/INJURED SCS0240FF004563 SC50240FF004519 SC50240FF006093 SC50240FF006097 SCS024CAD820374 LYAKRYSHCHENKO, 278 11/19/2024: 21:12:41 CRIMINAL MISCHIEF 2586 WC48 219EANDERSON AVE 219EA ANDERSON AVE 219EANDERSON/ AVE 2460 WC48 219EANDERSON. AVE 219EANDERSON/ AVE 203 W PALM AVE 318SN MAIN ST 219EANDERSON. AVE 218 W FLANNERY AVE 846 NE 54THTER 219 EA ANDERSON AVE 2163 WC48 219EANDERSON AVE 6233 LOWERY ST 354 219EMCCOLLUM, AVE SCS0240FF004560 SC50240FF004559 SCS0240FF004552 SC50240FF004549 SCS0240FF004548 SCS0240FF004544 SC50240FF004543 SCS0240FF006101 SCS0240FF004650 5C50240FF004649 SCS0240FF004648 5C50240FF004646 SC50240FF006105 SCS024CAD820602 CHRISTIAN CALLAWAY, 204 11/20/2024 09:21:49 ABANDONY VEHICLE 5CS024CAD820613 CHRISTIAN CALLAWAY, 204 11/20/2024 09:38:10 SUSPICIOUS PERSON 2195 WC48 SCS024CAD820778 SCS024CAD820793 RACHEL: MALESKE, 234 5C5024CAD820818 RACHEL MALESKE, 234 SCS024CAD820878 SC5024CAD820881 DANIEL FLOYD, 229 SCS024CAD820958 ROBERTH MATA, K143 SCS024CAD820981 SC5024CAD820982 5C5024CAD821012 NICHOLAS HOSKEY, 236 11/20/2024 16:00:10 SICK/INJURED 11/20/2024: 16:33:26 RECOVERED PROPERTY 5260SU US: 301 11/20/2024: 18:14:11 INFORMATION 11/20/2024 22:29:21 SICK/INJURED 11/20/2024: 22:40:34 ASSIST OTHER AGENCY 357CR549 11/21/202407:1550 SUICIDE-AITEMPT 11/21/2024 08:39:30 SICK/INJURED 11/21/202408:4.43 SICK/INJURED 11/21/2024 09:24:17 HARRASS PX 5656 DAISY BLVD 2460 WC48 357CR549 211 NV WESTST 2163 WC48 401 WN NOBLE AVE 125SFLORIDA: ST 6301 2501 2501 6301 6101 5101 6301 9901 6701 M8 C1 C1 M8 C1 R1 M8 C1 R1 SCS0240FF004637 SC50240FF004603